Loading...
IP #1019PROJECT NO. 1019 Winpark Ave Infrastructure Project - $2,674,000 Res. 2018-57 4/9/18 Resolution authorizing the preparation of a feasibility report for construction of the 2019 Winpark Drive Infrastructure Improvements project (Improvement Project No. 1019) Res. 2018-95 8/27/18 Resolution accepting feasibility report on 2019 Winpark Drive infrastructure improvement project and authorizing the preparation of plan and specifications (Improvement Project No. 1019) Res. 2018-131 11/26/18 Resolution approving plans and specifications and authorizing bidding for Winpark Drive infrastructure project (Improvement Project No. 1019) Res. 2019-23 2/11/19 Resolution awarding contract to S.R. Weidema, Incorporated for construction of public improvement project no. 1019 (2019 Winpark Drive Infrastructure Improvement Project) Res. 2019-24 2/11/19 Resolution approving a joint powers agreement between the city of New Hope and the city of Crystal for street and storm sewer improvements to Winpark Drive (2019 Infrastructure Improvement Project 1019) Res. 2019-101 9/23/19 Resolution approving Change Order No. 1 in the amount of $20,000 S.R. Weidema, Incorporated for 2019 Winpark Drive Infrastructure Improvement Project specifications (Improvement Project No. 1019) Res. 2020-76 7/27/20 Resolution approving final payment to S.R. Weidema, Incorporated in the amount of $47,197.20 for the 2019 Winpark Drive Infrastructure Improvement Project (Improvement Project No. 1019) Request for Action September 23, 2019 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Public Works Director Agenda Section Consent Item Number 6.9 Agenda Title Resolution approving Change Order No. 1 in the amount of $20,000 S.R. Weidema, Incorporated for 2019 Winpark Drive Infrastructure Improvement project specifications (Improvement Project No. 1019) Requested Action Staff recommends approval of a resolution approving a change order to provide a payment of $20,000 to S.R. Weidema, Incorporated for the substantial completion incentive. Policy/Past Practice The City Council routinely considers improvement projects to improve the level of service. An incentive completion date of September 27, 2019 was included in the contract for this project. Background The City Council awarded a construction contract to S.R. Weidema, Incorporated at the February 11, 2019 council meeting in the amount of $1,664,903.01. An incentive was placed in the contract that rewarded S.R. Weidema, Incorporated $20,000.00 if they completed all of the work on schedule, in efforts to mitigate the construction impact period for residents and business owners. S.R. Weidema, Incorporated has met the incentive requirements and are therefore eligible for the incentive payment. Funding The change order increases the contract amount from $1,664,903.01 to $1,684,903.01. Staff recommends approval of the resolution approving the change order. Attachments • Resolution • Change Order No.1 • Letter from Stantec Re: Change Order No. 1 I:\RFA\PUBWORKS\2018\Council\10192019 Winpark Drive\8-27 Present Feasibility and Authorize Plans and Specs City of New Hope Resolution No. 19- 101 Resolution approving Change Order No 1 from S.R. Weidema, Incorporated for construction of public improvement project no. 1019 (2019 Winpark Drive Infrastructure Improvement Project) WHEREAS, city staff have reviewed the request for Change Order No 1 from S.R. Weidema, Incorporated relating to the contract for 2019 Winpark Drive Infrastructure Improvement Project to compensate S.R. Weidema, Incorporated for meeting the Substantial Completion Incentive; and WHEREAS, S.R. Weidema, Incorporated Change Order No. 1, prepared by the City Engineer is attached here to request that the Substantial Completion incentive be approved and paid; and WHERAS, the Substantial Completion date of September 27, 2019 was included in the contract for this project; 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 S.R. Weidema, Incorporated contract relating to City Project No. 1019 at its meeting of February 11, 2019; and NOW, THEREFORE, BE IT RESOLVED: by the City Council of the City of New Hope that the Change Order No. 1 to the S.R. Weidema, Incorporated 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 September, 2019. Mayor - Attest: City Clerk ® Stantec Owner: City of New Hope, 4401 Xylon Ave. N., New Hope, MN 55428 Date September 16, 2015 Contractor: S.R. Weidema, Inc. 17600 1 13th Avenue N., Maple Grove, MN 55369 rravelers Casualty And Surety Co. of America One Tower Square, Hartford, CT 06183 Bond No: 106951922 CHANGE ORDER NO. 1 2019 WINPARK DRIVE INFRASTRCTURE IMPROVEMENTS STANTEC PROJECT NO. 193804268 CITY PROJECT NO. 1019 Description of Worlc This Change Order provides for payment of the Substantial Completion Incentive of $20,000.00 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. Contract Unit Total No. Item Unit Quantity Price Amount CHANGE ORDER NO. 1 I INCENTIVE PAYMENT LS 1 $20,000.00 $20,000.00 TOTAL CHANGE ORDER NO. 1: $20,000.00 193804268CH0 Lxlsm 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: S.R. WEIDEMA, INC. Date cc: Owner Contractor Bonding Company Stantec Date: Approved by Owner: CITY OF NEW HOPE Date $1, 664,903.01 $0.00 $20,000.00 $1, 684,903.01 193804268CHOl.xlsm Request for Action July 27, 2020 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Section Consent Item Number 6.9 Agenda Title Resolution approving final payment to S.R. Weidema, Incorporated in the amount of $47,197.20 for the 2019 Winpark Drive Infrastructure Improvement Project (Improvement Project No. 1019) Requested Action Staff recommends that the Council accept the 2019 Winpark Drive Infrastructure Improvement Project and authorize final payment. 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 project generally consisted of a full street reconstruction with the replacement of water main and storm sewer utility on Winpark Drive between Winnetka and 32nd avenues. Project construction began in the spring of 2019 and all major project work was completed in September 2019. An incentive payment of $20,000 was included on this project because it was completed by the Substantial Completion date of September 27, 2019. Funding S.R. Weidema, Incorporated was the low bidder with an Original Contract Amount of $1,664,903.01. The revised contract amount with the $20,000 incentive payment added is $1,684,903.01. The final Contract Value is $1,530,754.15 or $154,148.86 under the revised contract amount. The underrun was primarily due to subgrade correction, restoration, and other bid items coming in less than estimated. The original CIP had a total of $3,044,000 allocated for the project. There were no tax-exempt properties adjacent to this project. The southern portion of Winpark Drive is a shared Crystal/New Hope street. The city of Crystal will be responsible for paying a portion of this shared roadway cost, totaling $101,037.31. Attachments • Resolution City Engineer's Memorandum Final Pay Request I: \ RFA\ PUBWORKS \ 2020 \ Council \ 1019 Winpark Drive \ Final Payment City of New Hope Resolution No. 20- 7 6 Resolution approving final payment to S.R. Weidema, Incorporated in the amount of $47,197.20 for the 2019 Winpark Drive Infrastructure Improvement Project (Improvement Project No. 1019) WHEREAS, the infrastructure improvement identified follow the pavement management strategy adopted by the Council; and WHEREAS, the city has entered into a contract with S.R. Weidema, Incorporated for construction of the 2019 Winpark Drive Infrastructure Improvements; and WHEREAS, staff is recommending that the Council adopt a resolution to accept improvement project no. 1019 and approve final payment to S.R. Weidema, Incorporated in the amount of $47,197.20; 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 S.R. Weidema, Incorporated. NOW, THEREFORE, BE IT RESOLVED, That the City Council accepts the 2019 Winpark Drive Infrastructure Improvement project from S.R. Weidema, Incorporated. 2. That the city manager is hereby directed to authorize the final payment in the amount of $47,197.20. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 27th day of July, 2020. r Mayor Attest: City Clerk Stantec Consulting Services Inc. ® Stantec 733 Marquette Avenue Suite 1000, Minneapolis MN 55402-2309 July 21, 2020 File: 193804728 Attention: Bernie Weber, Director of Public Works City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Dear Bernie, Reference: Final Payment Request No. 9 & Final — 2019 Winpark Drive Infrastructure Imp. City Project No. 1019 Enclosed find Payment Request No. 9 & Final for the above referenced project. The contractor, S.R. Weidema, Inc. completed the work in accordance with the contract plans and specifications and has submitted all closeout documents. Therefore, it is recommended that final payment of $47,197.20 be made after receipt of final closeout forms, and the City of New Hope accepts the project. The Final Construction Amount is $1,530,754.15, or$154,148.86 under the Revised Contract Amount of $1,684,903.01. The underrun was primarily due to subgrade correction, restoration, and a few other bid items coming in less than estimated on the project. If you have any questions or require further information, please call me at (612) 712-2021. Regards, ;tantec Consulting Services Inc. Dan D. Boyum, P.E. City Engineer Phone: 612 712 2021 dan.boyum@stantec.com Attachments: Pay Request No. 9 & Final c. Kirk McDonald, Valerie Leone, Dave Lemke, Shawn Markham, Andrew Kramer, Megan Hedstrom — New Hope; Stacy Woods — City Attorney; Ann Dienhart — Stantec. Design with community in mind Stantec City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Contract Number: Project: 193804268 Pay Request Number: 9/FINAL Page 1 of 7 Client Project Number: Payment Number: 9/FINAL Stantec Project Number I Project Description 1019 2019 Winoark Drive Infrastructure Improvements Contractor: SR Weidema, Inc. 17600 113th Avenue N Up To Date: 07/21/2020 Maple Grove. MN 55369 Contract Amount Funds Encumbered Original Contract $1,664,903.01 Original $1,664,903.01 Contract Changes $20,000.00 Additional N/A Revised Contract $1,684,903.01 Total $1,664,903.01 Work Certified To Date Base Bid Items $1,510,754.15 Contract Changes $$20,000.00 Material On Hand $0.00 Total $1,530,754.15 Work Certified This Request Work Certified To Date Less Amount Retained Less Previous Payments Amount Paid This Request Total Amount Paid To Date $1314.00 $1,530,754.15 $0.00 $1,483.556.95 $47.197.20 $1,530,754.15 Percent: Retained: 0% Percent Complete: 90.85% I hereby certify that all items and amounts shown are correct for the work completed to date. Contractor: SR Weidema, Inc. Approved by: Date: The Work on this project and application has been reviewed and the amount shown is recommended for payment. Stantec Engineer: Dan D. Boyum, PE Approved by: Date: Approved for Payment by Owner: City of New Hope Approved by: Date: City of New Hope Page 2 of 7 Stantec 4401 X Ion Avenue North Client Project Number: Y Payment Number: 9/FINAL New Hope, MN 55428 Payment Summary No. Up To Date Work Certified Per Request Amount Retained Per Request Amount Paid Per Request 1 2019-05-02 12 9937.7 6.496.89 123.440.81 2 2019-06-05 240,742.07 12,037.10 228,704.97 3 2019-06-30 259 719.11 12,985.95 246,733.16 4 2019-07-31 291083.48 14.554.18 276.529.30 5 2019-08-31 432,931.56 21,646.58 411,284.98 6 2019-09-30 62 742.45 3,137.12 59,605.33 7 2019-10-28 23,095.9 27,650.25 50,746.15 8 2020-06-25 89 187.88 2,675.63 86,512.25 9 2020-07-21 1.314 45,883.20 47,197.20 Funding Category Name Funding Category Number Work Certified to Date Less Amount Retained Less Previous Payments Amount Paid this Request Total Amount Paid to Date NH: Street Fund 1 975,297.47 0.00 944,763.97 30,533.50 975,297.47 NH: Sanitary Fund 2 9,350.00 0.00 9,069.50 280.50 9,350.00 NH: Water Fund 3 261,359.50 0.00 253,518.71 7,840.79 261 359.50 NH: Storm Fund 4 183,709.87 0.00 178,198.57 5,511.30 183,709.87 City of Crystal 5 101,037.31 0.00 98,006.19 3,031.12 101,037.31 Accounting I Funding Source Amount Paid Revised Contract Funds Paid Contractor to Number 1 this Request Amount Encumbered to Date Date 001 City of New Hope: CitFunds 44,166.09 1548993.01 1,548,993.01 1,429,716.84 002 City of Crystal: Local 3.031.12 115,910.00 115,910.00 101,037.31 Contract Item Status Quantity Amount Line Item Description Units Unit Price Contract Quantity Amount p This This Quantity To Date To Date Request Request 1 2021.501 00010 MOBILIZATION LS 80,000.00 1 0 0.00 1 80,000.00 2 2563.601 00010 TRAFFIC CONTROL LS 6,000.00 1 0 0.00 1 6,000.00 3 2573.530 '00010 INLET PROTECTION EA 500.00 38 0 0.00 21 10,500.00 4 2573.502 '00040 SILT FENCE, TYPE MACHINE LF 5.00 650 0 0.00 85 425.00 SLICED 5 2573.540 '00010 BIOROLL LF 3.75 1000 0 0.00 270 1,012.50 6 2573 609 TEMPORARY ROCK TN 38.00 100 0 0.00 173.27 6,584.26 CONSTRUCTION ENTRANCE TG 7 2130.610 WATER FOR DUST CONTROL AL 85.00 55 0 0.00 52.3 4,445.50 8 ?104.523 '00540 SALVAGE SIGN EA 70.00 2 0 0.00 5 350.00 City of New Hope Page 3 of 7 Stantec 4401 X Ion Avenue North Client Project Number: y Payment Number: 9/FINAL New Hope, MN 55428 Contract Item Status Quantity Amount Line Item Description Units' Unit Price Contract This This Quantity Amount Quantity To Date To Date Request Request 5 2104.523 SALVAGE AND REINSTALL EA 310.00 2 0 0.00 2 620.00 00562 STREET NAME BLADE SIGN 10 ?104.602 REMOVE TREE EA 500.00 10 0 0.00 7.5 3,750,00 00010 11 2104.604 REMOVE BITUMINOUS SY 2.15 11000 0 000 10056.1 21,620.62 00122 PAVEMENT 12 2104.513 SAWING BITUMINOUS LF 3.20 180 1 0 000 159 508.80 00011 PAVEMENT - STREET 2104.501 '00024/0 REMOVE CONCRETE CURB & LF 13 GUTTER 3.07 5800 0 0.00 5298 16,264.86 024 i 14 2104.503 REMOVE CONCRETE WALK SF 1.00 200 0 0.00 214 214.00 '00021 15 2104.503 REMOVE BITUMINOUS SF 0.75 9000 0 0.00 6691 5,018.25 00123 1 DRIVEWAY PAVEMENT 16 '2104,503 REMOVE CONCRETE DRIVEWAY SF 0.80 6000 0 0.00 5017 4,013.60 f00024 PAVEMENT EXPLORATORY DIGGING 17 2453.610 HR 460.00 10 0 0.00 5 2,300.00 '00010 COMMON EXCAVATION (P) 11300 124,300.00 18 2105.501 CY 11.00 11300 0 0.00 V00010 19 2105.507 �f000i0 SUBGRADE EXCAVATION (CV) CY 12.00 1050 0 0.00 155.9 1,864.75 SY 1.25 11000 0 0.00 10899.9 13,624.88 20 2105.604 GEOTEXTILE FABRIC - TYPE V f00035 21 2105.522 SELECT GRANULAR BORROW TN 12.00 15700 0 0.00 12198.84 146,386.08 MODIFIED 22 2211.501 00010 AGGREGATE BASE, CLASS 5 TN 11.50 9000 0 0.00 8477.4 97,490.10 23 2502.541 '06060 6" PVC PERFORATED DRAIN LF 7.00 5000 0 0.00 4956 34,692.00 TILE. WITH SOCK 24 2502.602 6" PVC DRAIN TILE CLEANOUT EA 170.00 25 { 0 0.00 21 3,570.00 00407 25 2502.602 '00240 CONNECT DRAIN TILE TO EA 168.00 22 0 000 17 2,856.00 STRUCTURE 26 2357.502 BITUMINOUS MATERIAL FOR GA 3.35 475 0 0.00 615 2,060.25 00010 TACK COAT L 27 2360.501 '0004 TYPE SP 12.5 NON WEARING TN 71.20 1700 0 0.00 2225 158,422.80 COURSE MIXTURE 4,E 28 2360.501 TYPE SP 12.5 WEARING COURSE TN 76.70 850 0 0.00 786.31 60,309.98 '0005 MIXTURE 4,E) 29 �?360.505 TYPE SP 9.5 BITUMINOUS TN 142.00 350 0 0,00 123.1 17,480.20 MIXTURE FOR DRIVEWAYS City of New Hope Page 4 of 7 Stantec 4401 X Ion Avenue North Client Project Number: y Payment Number: 9/FINAL New Hope, MN 55428 Contract Item Status Quantity Amount Line Item Description Units Unit Price Contract This This Quantity Amount Quantity To Date To Date Request Request 30 2531.504 7" CONCRETE DRIVEWAY APRON SF 6.55 5000 0 0.00 2671 17,495.05 00071 31 253t504 7" CONCRETE DRIVEWAY - HIGH SF 8.00 3500 0 0.00 5033 40,264.00 '00072 EARLY MIX B618 CONCRETE CURB AND 32 2531.501 LF 14,15 5000 0 0.00 5179 73,282 85 02315 GUTTER B618 CONCRETE CURB AND 33 2531.501 LF 15.15 1000 0 0.00 542 8,211.30 102316 GUTTER - HIGH EARLY MASTIC PRIOR TO WEAR PAVING LF 34 (0.603 0.80 5200 0 0.00 5207 4,165.60 00016 �00 SF 19.15 75 0 0.00 75 1,436.25 35 2521.501 4" CONCRETE WALK 00040 36 2531.618 66"CMONCRETE PEDESTRIAN SF 14.30 150 0 0.00 132 1,887.60 37 2531.618 TRUNCATED DOMES SF 45.00 32 0 0.00 20 900.00 00010 38 2574.604 EROSION CONTROL COMPOST Sy 4.15 11000 316.6 1,314.00 8649.6 35,895.95 BLANKET - BLOWN W/ SEED 39 2574.507 '00100 TOPSOIL BORROW CY 32.00 1800 0 0.00 1012 32,384.00 40 2564.531 SIGN PANELS SF 49.50 55 0 0.00 56.5 2,796.75 '00130 41 2582.503 24" SOLID WHITE STOP BAR LF 4.40 40 0 0.00 0 0.00 '10125 (PAINT) 42 2123.610 STREET SWEEPER (WITH HR 135.00 40 0 0.00 24 3,240.00 '00045 PICKUP BROOM) 2104.602 REMOVE AND REPLACE 43 '00001 CASTING FRAME AND RINGS - EA 850.00 12 0 0.00 11 9,350.00 SANITARY SEWER 44 2031.602 PORTABLE TOILETS EA 300.00 6 0 0.00 4 1,200.00 '00015 45 :2104.503 REMOVE WATER MAIN LF 3.85 600 0 0.00 218 839.30 100270 46 2104.603 ABANDON WATER MAIN LF 5.00 2600 0 0.00 2275 11,375.00 101850 47 2104.501 REMOVE WATER SERVICE EA 727.00 8 0 0.00 4 2,908.00 (00085 48 ?104.502 REMOVE HYDRANT EA 1,165.00 7 0 0.00 7 8,155.00 00880 49 2104.502 REMOVE VALVE AND BOX EA 185.00 22 0 0.00 6 1,110.00 00871 50 2504,601 '00040 TEMPORARY WATER SERVICE LS 0.01 1 0 0.00 1 0.01 City of New Hope Page 5 of 7 Stantec 4401 X Ion Avenue North Client Project Number: y Payment Number: 9/FINAL New Hope, MN 55428 Contract Item Status Quantity Amount Line Item Description P Units Unit; Contract This This Quantity Amount EA 1,800.00 Quantity Request 13 0 Request 000 To Date 13 To Date 23,400.00 51 2504.602 '00010 CONNECT TO EXISTING WATER MAIN LF 38.00 30 0 0.00 55 2,090.00 k52 2504.603 02004 4" PVC WATER MAIN 53 2504.603 '02006 6" PVC WATER MAIN LF 35.00 450 0 0.00 440 15,400.00 54 2504.603 '02008 8" PVC WATER MAIN LF EA EA 33.00 1,061.00 1,236.00 2800 1 12 0 0 0 0.00 0.00 0.00 2768 1 14 91,343.59 1,061.00 17,304.00 55 2504.602 '00804 4" GATE VALVE AND BOX 56 2504.602 00806 6" GATE VALVE AND BOX 57 2504.602 00808 8" GATE VALVE AND BOX EA 1.702,00 12 0 000 11 18,722.00 58 2504.602 '00031 CUT IN TEMPORARY VALVE EA 2,834.00 2 0 0.00 2 5,668.00 59 2504.602 00020 HYDRANT EA 4,431.00 6 0 0.00 6 26,586.00 60 2504.603 '00008 EXTEND HYDRANT BARREL LF 748.00 4 0 0.00 0 0.00 61 2504.608 '00020 DUCTILE IRON FITTINGS LB 7.00 2500 0 0.00 3056 21,392.00 62 2502.604 INSULATION - 4" THICK SY 30.00 50 0 0.00 103.02 3,090.60 63 2451.607 IMPROVED PIPE FOUNDATION LF 0.01 3000 0 0.00 0 0.00 '00001 64 2504.602 '00410 1" CORPORATION STOP EA 15500 5 0 0.00 4 620.00 65 2504.602 '03100 1" CURB STOP AND BOX EA �2300 5 0 0,00 4 920.00 66 .25515.000 10 1" TYPE "K" COPPER PIPE 2" CORPORATION STOP 2" CURB STOP AND BOX LF 45.00 250 0 0.00 143 6,435.00 67 2504.602 '00420 EA 402.00 1 0 0,00 0 0.00 68 2504.602 EA 494.00 1 0 0.00 0 0.00 '03200 2" TYPE "K" COPPER PIPE 69 2504.603 LF 53.00 50 0 0.00 0 0.00 '00720 70 2504.602 CONNECT TO EXISTING WATER EA 435.00 6 0 0.00 4 1.740.00 00014 SERVICE REMOVE AND REPLACE L712104.602 100005 CASTING FRAME AND RINGS - EA 850.00 12 0 0.00 12 10,200.00 STORM SEWER City of New Hope Page 6 of 7 Stantec 4401 X Ion Avenue North Client Project Number: y Payment Number: 9/FINAL New Hope, MN 55428 Contract Item Status � Quantity Amount Line Item Description Units Unit PThisContract This This Quantity Amount Quantity To Date To Date Request Request 72 2104.602 REMOVE STROM SEWER MH OR EA i 558.00 20 0 0.00 20 11,160.00 '00004 CATCH BASIN 1 73 2104.503 REMOVE EXISTING STORM PIPE LF 15.00 800 0 0.00 800 12,000.00 '00285 12" PVC STORM SEWER PIPE 74 12502.521 LF 32.00 10 0 0.00 19 608.00 '06120 75 2503.603 12" RCP STORM SEWER, CL 5 LF 42.00 300 0 0.00 284.7 11,955.87 00001 15" RCP STORM SEWER, CL 5 76 :2503'603 LF 46.00 90 0 0.00 87 4,002.00 100005 77 2503.503 18" RCP STORM SEWER, CL 5 LF 47.00 265 0 0.00 268 12,596.00 19185 78 2503.503 �19245 24" RCP STORM SEWER, CL 5 LF 75.00 15 0 0.00 8 600.00 79 :2503.503 19335 30" RCP STORM SEWER, CL 5 LF 118.00 70 0 0.00 65 7,670.00 80 2503.503 36" RCP STORM SEWER, CL 5 LF 144.00 32 0 0.00 32 4,608.00 19365 81 2506.602 2'x3' CATCH BASIN EA 2,113.00 11 0 0.00 11 23,243.00 06061 82 2506.602 4' DIA STORM SEWER CBMH OR EA 3,646.00 3 0 0.00 3 10,938.00 06181 MH 83 2506.602 '06182 5' DIA STORM SEWER CBMH OR EA 4,030.00 1 0 0.00 1 4,030.00 MH 84 2506.602 '06183 5' DIA STORM SEWER CBMH EA 8,181 00 1 0 0.0,0 1 8,181.00 WITH 5' SUMP 85 2506.602 '06184 6' DIA STORM SEWER CBMH EA 7,355.00 1 0 0.00 1 7,355.00 86 2506.602 '06185 4' DIA FILTRATION STRUCTURE EA 4,029.00 1 0 0.00 1 4,02900 WITH 3' SUMP AND SKIMMER 0.00 1 87 2506.601 '00040 FILTRATION TRENCH LS 36,725.00 1 0 36,725.00 88 2506,602 RECONSTRUCT INVERT EA 250.00 2 0 0.00 2 500.00 '06031 89 2506.602 RECONSTRUCT DOGHOUSE EA 250.00 5 0 0.00 3 750.00 '06032 90 :2630.000 CONNECT TO EXISTING STORM EA 850.00 8 0 0.00 9 7,650.00 56 SEWER PIPE 91 :2635.000 CONNECT TO EXISTING STORM EA 1,800.00 10 0 0.00 7 12,600.00 '12 SEWER STRUCTURE LF 5.00 800 92 :2503.603 TELEVISE STORM SEWER 0 0.00 0 0.00 20090 Base Bid Totals: $1,314.00 $1,510,754.15 City of New Hope Page 7 of 7 Stantec 4401 X Ion Avenue North Client Project Number: Y Payment Number: 9/FINAL New Hope, MN 55428 Project Category Totals Category Amount This Request Amount To Date Part 1 - Street 1,314.00 975 297.47 Part 2 - Sanitary Sewer 0.00 9,350.00 Part 3 - Water Main 0.00 261 359.50 Part 4 - Storm Sewer 0.00 183,709.87 Part 5: C stal 0.00 101 037.31 CC CC# Line Item Description Units Unit Contract Quantity Amount This This Quantity Amount LS Price Quantity Request Request To Date To Date CO 1 93 9990.02619 INCENTIVE COMPLETION 0 . 0 1 0 0.00 $0.00 1 20,000 00 $20,000.00 Contract Change Totals;l Contract Change Totals Number Description 1 1 Incentive Pa Contract Total J $1,530,754.15 Amount This Amount To Date Re uest 0.00 1 20,000.00 M�DEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: 1-213-974-816 Submitted Date and Time: 21-Jul-2020 4:40:37 PM Legal Name: S R WEIDEMA INC Federal Employer ID: 41-1728453 User Who Submitted: 1808244 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: Subcontractor Summary 529866752 1808244 CITY OF NEW HOPE 1019 19-Apr-2019 26-Jun-2020 WINPARK DRIVE AND WINNETKA AVE, NEW HOPE, MN $1,530,754.15 Name ID Affidavit Number GMH ASPHALT 2857091 245047296 MID SATE RECLAMATION INC 1719563 1776590848 WINCO LANDSCAPE INC 1938328 731881472 WARNING LITES OF MINNESOTA INC 3086922 524787712 MIDWEST CONCRETE SPECIALTIES INC 4715615 542662656 TREE TOP CLEARING INC 5182073 581066752 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 this pagg for your records using the print or save functionality built into your browser. �� DEPARTMENT -� OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: 1-222-775-072 Submitted Date and Time: 1-Jul-2020 11:33:35 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: 542662656 Minnesota ID: 4715615 Project Owner: CITY OF NEW HOPE Project Number: 2702-01 Project Begin Date: 05-Aug-2019 Project End Date: 24-Aug-2019 Project Location: WINPARK DRIVE Project Amount: $134,674.65 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) wlthholding.tax@state.mn.us. Business hours are 8:00 a.m, - 4:30 p.m. Monday - Friday. Please print (his pagg for your records using the print or save functionality built into your browser. Page 1 of 1 DEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmalion 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 Dale: Project Location: ProjectAmount: Subcontractors: 0-946-407-712 21-Jul-2020 3:19:46 PM G M H ASPHALT CORP 41-1662485 gmhasphalt Contractor Affidavit 2450472BG 2857091 CITY OF NEW HOP 2702, 01-Apr-2019 30-Jun-2019 NEW HOPE $245,764.80 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 651-2B2-9999, (toil -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 Ibis paste. for your records using the print or save functionality built into your browser. https://www.rnndor.state,n-in.us/tp/escivices/ /Retrieve/O/c-/ygoIFGMK7i-faLwifiONgjw_... 7/21/2020 Weidema From: paul@treetopclearing.com Sent: Wednesday, July 1, 2020 3:03 PM To: Tanya Weidema Subject: FW: Your Recent Contractor Affidavit Request From: MN Revenue e-Services <eservices.mdor@state. mn.us> Sent: Wednesday, July 1, 2020 2:58 PM To: paul@treetopclearing.com Subject: Your Recent Contractor Affidavit Request This email is an automated notification and is unable to receive replies. Contractor Affidavit Completed Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 1-373-311-264 1-Jul-2020 2:57:18 PM TREE TOP CLEARING INC 41-1994761 TreeTop98 Contractor Affidavit 681066752 5182073 CITY OF NEW HOPE 1019 10-Apr-2019 10-Apr-2019 NEW HOPE $2, 995.20 No Subcontractors 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) withhoidinq_taxCa7state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. How to View and Print this Request You can see copies of your requests by going into your History. This message and any attachments are solely for the intended recipient and may contain nonpublic / private data. If you are not the intended recipient, any disclosure, copying, use, or distribution of the information included in this message and any attachments is 1 7II11/2020 https:l/www.mndorstate.mn.us/tpleservices/_lRetrieve/0/c-/OLEsPVVX7hSLeWJkBUdPKQ_?FILE_=Print2&PARAMS_=42851073026... '�. DEPARTMENT OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Summary Affidavit Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 1-347-293-472 1 Jul-2020 3:28:55 PM WARNING LITES OF MINNESOTA INC 36A762529 jjjewels Contractor Affidavit 524787712 3086922 CITY OF NEW HOPE CID 1019 22-Mar 2019 20-Sep-2019 2019 WINPARK DRIVE $7,556.75 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 his page for your records using the print or save functionality built into your browser, https;ltwww.mndor.state.mn.usltpleservicesl_lRetrieve/Olc-IOLEsPV1/X7hSLeWJkBUdPKQ—?FILE= Print2&PARAMS_=4285107302684172605 1/1 7/2/2020 https://www.mndor.state.mn.us/tp/eservires/ /Retrieve/0/c-/bpICFLUisN wmm3pnvi3Yw ?FILE= Print2&PARAMS_ 8875423937506... DEPARTMENT L OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Summary Affidavit Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 0-871-993-632 2-Jul-2020 11:36:55 AM WINCO LANDSCAPE INC 41-1801528 Offmgr99gb Contractor Affidavit 731881472 1938328 CITY OF NEW HOPE 2702 01-Sep-2019 17-Jun-2020 2019 WINPARK DRIVE INFRASTRUCTURE $38,745.95 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) withhold in g.tax@state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. Please Wint this page for your records using the print or save functionality built into your browser https://www.mndor.state.mn.us/tp/eservicesl /Retrieve/0/c-/bpICFLUisN wmm3pnvl3Yw_?FILE_=Print2&PARAMS—.=8875423937506504221 1/1 Page I of I DEPARTMENT =� OF REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Summary Affidavit Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 0-341-856-544 11-Jul-2020 9:21:56AM MID STATE RECLAMATION INC 39-1727526 brendapetsch Contractor Affidavit 1776690848 1719563 CITY OF NEW HOPE 2702-08 19-Apr-2020 07-Jun-2020 2019 VVINPARK DRIVE IMPROVEMENT $7,163.33 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 this trade for your records using the print or save functionality built into your browser. https://www.mndor.state.mn.us/tp/eservices/ lRetrieve/O/c-/pvmFhlfwI2Cv3VEgWxfjyA.., 7/11/2020 Request for Action February 11, 2019 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Director Agenda Section Development & Planning Item Number 8.2 Agenda Title Resolution awarding contract to S.R. Weidema, Incorporated for construction of public improvement project no. 1019 (2019 Winpark Drive Infrastructure Improvement Project) Requested Action Staff recommends that the Council pass a resolution awarding contract to S.R. Weidema, Incorporated for construction of public improvement project no. 1019 (2019 Winpark Drive Infrastructure Improvement Project) Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management strategy has identified areas for maintenance activities in 2019. Background The project generally consists of a full street reconstruction with the replacement of water main and storm sewer utility on Winpark Drive between Winnetka and 32nd avenues. A feasibility report was presented and approved by the Council at the August 27, 2018 council meeting. Plans and specifications were approved at the November 26, 2018 council meeting. If awarded, project construction would begin in the spring of 2019 and all major project work would be complete by fall of 2019. An incentive payment of $20,000 is included on this project to encourage project completion by the Substantial Completion date of September 27, 2019. There are no tax-exempt properties adjacent to this project. The southern portion of Winpark Drive is a shared Crystal/New Hope street. The city of Crystal will be responsible for paying a portion of this shared roadway cost. The city received 7 bids at the January 31 bid opening. The low bid contractor, S.R. Weidema, Incorporated submitted a Total Bid Amount of $1,664,903.01. This compares to the Engineer's Opinion of Probable Costs of $1,807,590.00. There were no alternates on this project and staff recommends awarding the Base Bid to S.R. Weidema for a total of $1,664,903.01. S.R. Weidema has worked in the city previously, and in 2013 was the prime contractor on the Boone Avenue infrastructure project that was similar in nature to the Winpark Drive reconstruction project. The proposed project schedule is: • Award bid February 11, 2019 • Begin construction Spring 2019 ■ Substantial Completion September 27, 2019 • Final Completion June 26, 2020 I:\RFA\PUBWORKS\2019\Council\1019 Winpark Drive\2-11 Award Contract Funding This project will be funded primarily by the city of New Hope street infrastructure fund, as well as water, sewer, and storm water utility funds. The City of Crystal will also contribute to fund the portion of the shared roadway and storm sewer replacement cost. Funding breakdowns are in the table below. City of New Hoe City of C stal Total Project Part 1- Street $1,070,946.00 $104,073.00 $1,175,019.00 Part 2 - Sanitary $10,200.00 $0.00 $10,200.00 Part 3 - Water Main $277,765.01 $0.00 $277,765.01 Part 4 - Storm Sewer $190,082.00 $11,837.00 $201,919.00 Construction Subtotal $1,548,993.01 $115,910.00 $1,664,903.01 Indirect (20%) $309,798.60 $23,182.00 $332,980.60 Total Cost $1,858,791.61 $139,092.00 $1,997,883.61 Attachments • Resolution ■ City Engineer's Memorandum • Bid Tab City of New Hope Resolution No. 19-23 Resolution awarding contract to S.R. Weidema, Incorporated for construction of public improvement project no.1019 (2019 Winpark Drive Infrastructure Improvement Project) WHEREAS, city staff has identified the need for infrastructure improvements specified in the 2019 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 2019 Winpark Drive Infrastructure Improvement Prcjggt No.1019 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 2019 Winpark Infrastructure Improvement Project; and WHEREAS, the base bid of $1,644,903.01 from S.R. Weidema, Incorporated is the lowest responsible bid submitted; and WHEREAS, funding is available in the street infrastructure fund and supplemented by specific improvement funds. NOW, THEREFORE, BE IT RESOLVED, 1. That the contract of public improvement project no. 1019, the 2019 Winpark Drive Infrastructure Improvement Project, is awarded to S.R. Weidema, Incorporated. 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 11th day of February, 2019. Mayor Attest: ° ? City Clerk Stantec Stantec Consulting Services Inc. 733 Marquette Avenue, Suite 1000 Minneapolis MN 55402 February 4, 2019 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: 2019 Winpark Drive Infrastructure Improvements Project City Project No. 1019 Stantec Project No. 193804268 Bid Results Dear Honorable Mayor and City Council: Bids were opened for the 2019 Winpark Drive Infrastructure Improvements project on January 31, 2019. Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded. There was a total of 7 Bids. The following summarizes the results of the Bids received: Contractor Total Base Bid Low S.R. Weidema, Incorporated $1,664,903.01 #2 G.F. Jedlicki, Inc. 1,828,678.00 #3 GMH Asphalt Corp. $1,866,021.31 #4 Northwest As halt, Inc. $1,894,796.40 #5 Northdale Construction Co., Inc. $1,972,364.44 #6 Eureka Construction, Inc. $2,021,770.00 #7 Kuechle Underground, Inc. $2,201,934.75 The low Bidder on the Project was S. R. Weidema, Incorporated with a Total Base Bid Amount of $1,664,903.01. This compares to the Engineer's Opinion of Probable Cost of $1,810,000.00. These Bids have been reviewed and found to be in order. If the City Council wishes to award the Project to the low Bidder, then S. R. Weidema, Incorporated should be awarded the Project on the Total Base Bid Amount of $1,664,903.01. Should you have any questions, please feel free to contact me. Sincerely, STANTEC CONSULTING SERVICES INC. W. Chris Long, P.E. Enclosure -x---ti/J €th orr+rnunity in ry* d Project Name: 2019 Winpark Drive Infrastructure Improvements I hereby certify that this is an exact Sta ntec reproduction of bids received. City Project No.: 1019 Stantec Project No 193804268 Bid Opening: Thursday, January 31, 2019 at 10 A.M-, CST Owner: City of New Hope, Minnesota OO (.hr;;:-nn9- License No. 47106 Bidder No. 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 BID TABULATION S.R. Weldema, Incorporated G.F. Jedlicki, Inc. GMH Asphalt Corp. Northwest Asphalt, Inc. Item Num Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total BASE BID: PAR - 1 Er 1 MOBILIZATION LS 1 $80,000.00 $80.DDD.00 $88,090.00 $88.090,00 $80,600.00 $80,600,00 $81,600-00 $81,6000 2 TRAFFIC CONTROL LS 1 $6,000.00 $6,D0o-00 $17,700.00 $17,700,00 $19,260.00 $19,260.00 $10,495.00 $10,495-DO 3 INLET PROTECTION EA 38 $500.00 $19.000-00 $155.00 $5.890.00 $120.50 $4,579,00 $100.00 $3,800.00 4 SILT FENCE, TYPE MACHINE SLICED LF 650 $5,00 $3,250-00 $2-55 $1,657-50 $2.08 $1.352,00 $2.75 $1,787.50 5 BIOLOG LF 1000 $3.75 $3.750.0D $4-00 $4,OD0.00 $2.93 $2,930M $3.85 $3,850.00 6 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 $38.00 $3,8DD.00 $38.00 $3.800.00 $40.00 $4,000.00 $25.00 $2-00,00 7 WATER FOR DUST CONTROL TGAL 55 $85.00 $4.675.00 $115.00 $6.325AD $65.00 $3,575.DD $50.00 $2,750.00 8 SALVAGE SIGN EA 2 $70.00 $140.00 $55.00 $110.D0 $74,55 $149,10 $55.00 $110.00 9 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 2 $310.00 $620-00 $220-00 $A40.00 $330.15 U60.30 $220.00 $440.00 10 REMOVE TREE EA 10 $500.00 $5.000,00 $625.00 $6225D.00 $724.20 $7.242AD $638.00 $6.380.D0 11 REMOVE BITUMINOUS PAVEMENT SY 11000 $2.15 $23,650.00 $1.25 $13,750.00 $2,70 $29,700A0 $1.95 $21,450.00 12 SAWING BITUMINOUS PAVEMENT -STREET LF 180 $3.20 $576.00 $3,00 $WA) $3.50 $630.00 $3.00 $540.00 13 REMOVE CONCRETE CURB & GUTTER LF 5800 $3.07 $17,806,00 $3,00 $17.400.00 $2.85 $16.530.00 $3.85 $22,330.00 14 REMOVE CONCRETE WALK SF 200 $1.00 $200-00 $1,00 $200.00 $4.00 $M.00 $0.47 $94,00 15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 9000 $0.75 $6,750.00 $1.00 $9.owoo $0.85 $7.650.00 $0.84 $7,560.00 16 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 6000 $0.80 $4,800.00 $1.00 $6.000-00 $1.70 $i0.20D.00 $0.77 $4,620.00 17 EXPLORATORY DIGGING HR 10 $460.00 $4.600.0D $165.00 $1.650.00 $350.00 $3,50D.DD $820.00 $8,200.00 18 COMMON EXCAVATION (P) CY 11300 $11.00 $124,300-00 $20.60 $232-780.00 $22.70 $256,510-00 $21.26 $240,238.00 19 SUBGRADE EXCAVATION (CV) CY 1050 $12,00 $12-600-00 $20.60 $21.630.00 $22.7.0 $23,835.00 $15.24 $16.DD2.00 20 GEOTEXTILE FABRIC TYPE 5 SY 11000 $1.25 $13,750.00 $1.00 $11.000,00 $1.30 $14,300,00 $1.25 $13.75DA0 21 SELECT GRANULAR BORROW (MODIFIED) TN 15700 $12.00 $188,400.00 $10.00 $157,000.00 $8.40 $131.88DA0 $13.06 $2D5,042.00 22 AGGREGATE BASE, CLASS 5 TN 9000 $11.50 $103,500,00 $13.00 $117,000.00 $10-75 $96,750,00 $14.54 $130.860,00 23 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 5000 $7,00 $35,000.00 $7.75 $38,750.00 $10A0 $54,500.00 $14.83 $74,150,00 24 6" PVC DRAIN TILE CLEANOUT EA 25 $170.00 $4.250.00 $250.00 $6,250.00 $130.00 $3,250AD $244.50 $6,112.50 25 CONNECT DRAIN TILE TO STRUCTURE EA 22 $168,00 $3,696-00 $200.00 $4AD0.00 $150.00 $3,306.00 $300.00 $6.600.00, 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 475 $3.35 $1,591.25 $5.50 $2,612.50 $325 $IZ43,75 $3.50 $1.662-50' 27 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (4,E) TN 1700 $71.20 $121,040.00 $77.00 $130,900A0 $70.10 $119,170.00 $68.37 $116229.00 28 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 850 $76.70 $65,195,00 $89.00 $75.650,00 $76.60 $65,110.00 $73.00 $62.050.00 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 350 $142.00 $49,70D.00 $139.00 $48,650,00 $112.20 $39.270,00 $75.00 $26,250-00 30 7" CONCRETE DRIVEWAY APRON SF 5000 $6.55 $32.750,00 $8.00 $40A00.00 $&91 $34,550.00 $7.64 $38.2DD:00 31 7" CONCRETE DRIVEWAY- HIGH EARLY MIX SF 3500 $8-00 $28AM.00 $8.50 $29,750,00 $7.33 $25,655.00 $8.09 $28,315-00 32 B618 CONCRETE CURB AND GUTTER LF 5000 $14.15 $7D.750.00 $14.00 $70,000,00 $15-40 $77.000-00 $13.92 $69,600,00 33 B618 CONCRETE CURB AND GUTTER- HIGH EARLY LF 1000 $15.15 $15,150.00 $15.00 $15,000,00 $15.40 $15,400.00 $15.02 $15,020.00 34 MASTIC PRIOR TO WEAR PAVING LF 5200 $0.80 $4,160.00 $1zo $5,200,00 $0.72 $3,744.00 $0.68 $3,536A0 35 4" CONCRETE WALK SF 75 $19.15 $1.436.25 $21-00 $1.575,00 $19.00 $1.425.D0 $20.24 $1,518A0 36 6" CONCRETE PEDESTRIAN RAMP SF 150 $14.30 $2,145-00 $16.00 $2.400.DD $15.08 $2262.DD $16.17 $2.425,50 37 TRUNCATED DOME SURFACE SF 32 $45-00 $1.440-00 $50.00 $1.600.00 $47.48 $1,519.36 $49,50 $1,584-0D 19380426E-Bid TabAsm BT-1 Bidder No. 1 BID TABULATION S.R. Weidema, Incorporated Item NUm Item Units Qty I Unit Price Total 38 EC COMPOST BLANKET- BLOWN WISEE7 SY 11000 39 TOPSOIL BORROW CY 1800 40 SIGN PANELS SF 55 41 24" SOLID WHITE STOP BAR (PAINT) LF 40 42 STREET SWEEPER (WITH PICKUP BROOM) HR 40 TOTAL PART 1 - STREET BASE BID: PART 2 - SANITARY SEWER 43 REMOVE AND REPLACE CASTING FRAME AND RINGS - EA 12 SANITARY SEWER TOTAL PART 2 - SANITARY SEWER BASE BID: PART 3 - WATER MAIN 44 PORTABLE TOLIETS EA 6 45 REMOVE WATER MAIN LF 600 46 ABANDON WATER MAIN LF 2600 47 REMOVE WATER SERVICE EA 8 48 REMOVE HYDRANT EA 7 49 REMOVE VALVE AND BOX EA 22 50 TEMPORARY WATER SERVICE LS 1 51 CONNECT TO EXISTING WATER MAIN EA 13 52 4" PVC WATER MAIN LF 30 53 6" PVC WATER MAIN LF 450 54 8" PVC WATER MAIN LF 2800 55 4" GATE VALVE AND BOX EA 1 56 6" GATE VALVE AND BOX EA 12 57 8" GATE VALVE AND BOX EA 12 58 CUT IN TEMPORARY VALVE EA 2 59 HYDRANT EA 6 60 EXTEND HYDRANT BARREL LF 4 61 DUCTILE IRON FITTINGS LB 2500 62 INSULATION - 4" THICK SY 50 63 IMPROVED PIPE FOUNDATION LF 3000 1" CORPORATION STOP EA 5 64 1" CURB STOP AND BOX EA 5 65 1" TYPE "K' COPPER PIPE LF 250 66 2" CORPORATION STOP EA 1 67 2" CURB STOP AND BOX EA 1 68 2" TYPE "K" COPPER PIPE LF 50 69 CONNECT TO EXISTING WATER SERVICE EA 6 TOTAL PART 3 - WATER MAIN BASE BID: PART 4 - STORM SEWER 70 REMOVE AND REPLACE CASTING FRAME AND RINGS - EA 12 STORM SEWER 71 REMOVE MH OR CATCH BASIN EA 20 193804268-Bid Tabadsm $4.15 $45 $32.00 $57 $4950 $2 $4,40 $135,00 $5 $1,175 $850.00 $30 $300.00 $3.85 $5.00 $727.00 $1,165.00 $185.00 $0.01 $1,800.00 $38.00 $35.00 $33.00 $1,061.00 $1,236.00 $1,702.00 $2,834.00 $4,431.00 $748.00 $7.00 $30.00 $0.01 $155.00 $230.00 $45.00 $402.00 $494.00 $53.00 $435.00 Bidder No. 2 G.F. Jedlicid, Inc. Unit Price Total $AAA W,6 $28.00 $50,A $77.00 $4.i $3.30 $1 $78.00 $3,1 $580.00 510.200.001 $6, $1,800,00 $260.00 $1, $2,310.00 $10.00 $6 $13,000.00 $17.00 $44. $5,816,00 $100.00 9 $8,155.00 $400.00 $2 $4,070.00 $200.00 $4. $0.01 $42,845-00 $42. $23.400.00 $1,500.00 $19. $1,140.00 $36.00 $T. $15.750,00 $37.00 $16. $92,400.00 $38-00 $106 $1,061,00 $1,400.00 $1 $14.832,00 $1,900.00 $22 $20.424.00 $2,300.00 $27 $5.668A0 $3,800.00 $7 $26.586.00 $4,800.00 $28 $2,992.00 $800.00 $3 $17.506,00 $4.00 $10 $1,SCOW $38.00 $1 $30.00 $0-01 $775.00 $300.00 $1 $1,150.00 $440.00 $2 $11.250,00 $38.00 $9 $402.00 $500.00 a $494.00 $700.00 $2.650.00 $66.00 $3 $2,610.00 $150.00 a $850.00 $10,200.00] $580.00 $6. $558.00 $11,160.00 $480.00 $9. BT-2 Bidder No. 3 GMH Asphalt Corp Unit Price Total $4.70 $51.70G.00 $28.50 $51.3W.L0 $52.72 $2,899.60 $4925 $1,970,00 $125.00 $S.C100.00 $11,277,201.11 $973.00 $11,676.00 $11,676.DC $140.00 $840 $10.55 $6,330 $17.95 $46,670 $106.00 $848. $422.00 $2,954. $355-00 $7,810. $51,289.00 $51.289 $1,582.50 $20,572. $38.00 $1,140 $39.00 $17,550 $40.10 $112,280 $1,655.00 $1,655 $2,182.50 $26,190 $2,604.50 $31,254 $4,009.00 $8,018 $5,064.00 $30.384 $844.00 $3,376 $4.20 $10.500 $40.10 $2.005 $0.01 $30 $316.50 $1,5B2 $464.00 $2.320 $40.00 $10.000 $527.50 $527 $738.50 $738 $69.60 $3,480 $158.25 $949 $997.00 $11,1 $506.40 $10,1 Bidder No. 4 Northwest Asphalt, Inc. Unit Price Total $4.57 $% $25,00 $45,[ $77.00 $4.i $3.30 $1 $165,00 $6.! S1,343-E $1,235.00 $14-820 $110.00 $660. $15.00 $9.00D. $12.20 $31.720. $400.00 $3,200. $500.00 $3,50D. $150.00 $3,3DD. $15,000-00 $15,000 $1,195.00 $15535 $34.31 $1,029 $36.89 $16.600. $36.12 $101,136 $2,051.00 $2,051 $1,759.00 $21,108. $2,217.00 $26404 $4,938.00 $9,876 $5,315.00 $31.890 $838.00 $3.352 $6.27 $1S,675 $29.85 $1A92 $4.00 $12AOD $423.00 $2,115 $568,00 $2,840 $31.58 $7.895 $693.00 $693 $907.00 $907 $38.33 $1,916 $1,079-00 $6,474 $1,200.00 $1 $400.00 1 BID TABULATION Item Num item Units Qty 72 REMOVE EXISTING STORM PIPE LF 800 73 12" PVC STORM SEWER LF 10 74 12" RCP STORM SEWER LF 300 75 15" RCP STORM SEWER LF 90 76 18" RCP STORM SEWER LF 265 77 24" RCP STORM SEWER LF 15 78 30" RCP STORM SEWER LF 70 79 36" RCP STORM SEWER LF 32 80 2'x3' CATCH BASIN EA 11 81 4' DIA STORM SEWER CBMH OR MH EA 3 82 5DIA STORM SEWER CBMH OR MH EA 1 83 5' DIA STORM SEWER CBMH WITH 5' SUMP EA 1 84 6' DIA STORM SEWER CBMH EA 1 85 4' DIA FILTRATION STRUCTURE WITH 3' SUMP AND SKIMN EA 1 86 FILTRATION TRENCH LS 1 87 RECONSTRUCT INVERT EA 2 88 RECONSTRUCT DOGHOUSE EA 5 89 CONNECT TO EXISTING STORM SEWER PIPE EA 8 90 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 10 91 TELEVISE STORM SEWER LF 800 92 TOTAL PART 4 - STORM SEWER TOTAL PART 1 -STREET TOTAL PART 2 - SANITARY SEWER TOTAL PART 3 - WATER MAIN TOTAL PART 4 - STORM SEWER TOTAL BASE BID: PARTS 1-4 TOTAL Bidder No. 1 S.R. Weidema, Incorporated Unit Price Total $15.00 $12_MO $32-00 $320 $42-00 $12,600 $46.00 $4,140 $47.00 $12.455 $75.00 $1,125 $118.00 $8,260 $144.00 $4.608 $2,113.00 $23,243 $3,646.00 $IO.938 $4,030.00 $4.030 $8,181.00 $8,181 $7,355.00 $7,355 $4,029.00 $4,029 $36,725,DO $36.725 $250-00 $SOf) $250.00 $1.25U $850.00 $6,80C $1,800.00 $18,OOC $5.00 $4•DDC Bidder No. 2 G.F. Jedlicki, Inc Unit Price Total $10.00 $8.00 $35.00 $35 $44.00 $13.20 $46.00 $4,14 $50.00 $13,25 $58.00 $87 $65.00 $4.$5 $88.00 $2,81 $1,800.00 $19.8c $2,300.00 $6,9C $3,400.00 $3,4C $4,240.00 $4,24 $5,000.00 $5.0c $6,200.00 36.2E $24,440.00 $24,44 $600.00 $1.2c $200.00 $1.00 $600.00 $4,8C $700.00 $7,OC $3.00 $2.4C 5150,11 $1,175,019.DD $1.303,42 $10.200.00 $6.w $277,765.01 $368,14 $201,919.00 $150,11 Contractor Name and Address: S.R.Weidema, Inc- 17600 113th Ave.N. Mople Grove, MN 55369 Phone: 763-428-7110 Fax Email: estimatinq&meidei Signed By Scot] Weidema Title: President Signed Responsible Contractor Certificate: Yes Bid Security: Bid Bond Addenda Acknowledged: 1, 2, 3 . Jedlicki, Inc. 1 Galpin Court #110 anhossen. MN 55317 Jedlicki Bid Bond 1, 2, 3 Bidder No. 3 GMH Asphalt Corp Unit Price Total $10.55 $B.440. $36.95 $369 $46.40 113.920 $48.50 $4.365 $52.75 $13,978 $61.20 $918 $68.60 $4,802 $92.85 $2,971 $2,406.00 $26,466 $2,93350 $8.800 $4,094.00 $4.094 $4,990.75 $4,990 $5,782.00 $5.782 $6,541.00 $6,541 $25,785.00 $25,785 $63300 $1.266 $211.00 $1,055 $633.00 $5.064 $739.00 $7.390 $8A5 $i6.760 Bidder No. 4 Northwest Asphalt, Inc. Unit Price Total $10.00 $B.00 .00 $40-98 $40980 $46.78 $14.03C00 $49-78 $4,480.20 $52.13 $13,814.45 $65.77 $986,55 $88.22 $6,17SAD $120.10 $3.84320 $2,434.00 $26.774iD0 $2,696-00 $81M.00 $3,577.00 $3,577.00 $5,439.00 $5,439,00 $6,998.00 $6.998.170 $3,941.00 $3,94100 $39,648.00 $39.64800 $820.00 $1.640,00 $350,00 $1.750-00 $820,00 $6.560.00 $820.00 $8.200,Oc $220 $1,760.00 $1,277,201.11 $1 $11,676.00 $401,293.50 $175.850.70 3MH Asphalt Corp- Northwest Asphalt, Inc. ?180 Laketown Rd. 1451 Stagecoach Rd. Dhaska, MN 55318 Shakopee, MN 55379 752-442-5288 952-445-1003 13Mh otnhasohalt.c0m ptiolsner(d)nwasDha Grant E. Boisner Brandon E. Butorac Vice President Project Manger Yes Yes Bid Bond Bid Bond 1,2,3 1,2,3 193$04268-fm ran. 4Em BT-3 (5� Stantec Bidder No. 5 Bidder No. 6 Bidder No. 7 BID TABULATION Northdale Construction Co., Inc. Eureka Construction, Inc. Kuechle Underground, Inc. Item Num Item Units Qty Unit Price Total Unit Price Total Unit Price Total 1 MOBILIZATION LS 1 $66,300.00 $66,300-00 $101,000.00 $101,000,00 $95,000.00 $95,000.00 2 TRAFFIC CONTROL LS 1 $4,725.00 $4,725.00 $4,500.00 $4,SDD.00 $6,500.00 $&%0.00 3 INLET PROTECTION EA 38 $15750 $5.985.OD $160.00 $6.080.00 $350.00 $13.300.OD 4 SILT FENCE, TYPE MACHINE SLICED LF 650 $4.73 $3,074,50 $2.00 $1,300,00 $3.50 $2.275.00 5 BIOLOG LF 1000 $5,25 $5.230.00 $250 $2.50D.00 $3.80 $3.800.00 6 TEMPORARY ROCK CONSTRUCTION ENTRANCE TN 100 $37.41 $3,741.00 $5000 $5.000.00 $54.00 S5.400,0D 7 WATER FOR DUST CONTROL TGAL 55 $50.00 $2.750-00 $22.00 $1,210.00 $30.00 $1,650.00 B SALVAGE SIGN EA 2 $31.50 $63.OD $30.00 $6D.00 $100.00 $2DD.00 9 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 2 $315.00 $630.00 $300.00 $600.00 $400.00 $8DD.00 10 REMOVE TREE EA 10 $525.00 $5,250.00 $580.00 $5.800.00 $600,00 $6.000.00 11 REMOVE BITUMINOUS PAVEMENT SY 11000 $4.18 $45,980.00 $3.30 $36.300.00 $4.00 $44,0W 00 12 SAWING BITUMINOUS PAVEMENT -STREET LF 180 $2.36 $424.80 $7.80 $1.404-00 $4.00 $720.00 13 REMOVE CONCRETE CURB & GUTTER LF 5800 $4.00 $23,200,00 $2.80 $16,240.0D $4.00 $23,200.00 14 REMOVE CONCRETE WALK SF 200 $1.00 $200.00 $1.00 $2D0.00 $2.00 $400.00 15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 9000 $1.20 $14,8OD.00 $0.60 $5,400,00 $1.00 $9.000.0D 16 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 6000 $1.00 $6,000.00 $0.90 $5.400.00 $1.00 $6.000.0D 17 EXPLORATORY DIGGING HR 10 $937.50 $9,375.00 $290.00 $2.900,00 $1,300.00 $13.000.DD 18 COMMON EXCAVATION (P) CY 11300 $17.17 $194,021.00 $16.60 $187.580.00 $17.00 $192,100.00 19 SUBGRADE EXCAVATION (CV) CY 1050 $17.17 $18.028.50 $10.00 $10.500-00 $18.00 $18.900.00 20 GEOTEXTILE FABRIC TYPE 5 SY 11000 $1.97 $21.670.00 $2.00 $22.00D.00 $2.00 $22.OW,00' 21 SELECT GRANULAR BORROW (MODIFIED) TN 15700 $15.21 $238,797.00 $14.50 $227,650.00 $18.00 $282•600-00. 22 AGGREGATE BASE, CLASS 5 TN 9000 $14-79 $133,11OAO $17.50 $157,500A0 $22.00 $198,000AD 23 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 5000 $9.27 $46,350.00 $10.50 $52,500.00 $15.00 $75,000.00 24 6" PVC DRAIN TILE CLEANOUT EA 25 $339.23 $8.480.75 $559.00 $13,975.00 $190.00 $4,750.00 25 CONNECT DRAIN TILE TO STRUCTURE EA 22 $250.00 $5,500AO $357.00 $7,854.00 $350.00 $7,700.00 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 475 $5.57 $2,645,75 $3.50 $1,66250 $3.25 $1.543-75 27 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (4,E) TN 1700 $7150 $124,950.D0 $68.50 $116,450.0D $70.00 $119,000.OD 28 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 850 $85.05 $72,292-50 $73.00 $62,050,00 $76.00 $64,400.00 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS TN 350 $131.25 $45,937.50 $75,00 $26.250,00 $134.00 $d6.9O0.00 30 7" CONCRETE DRIVEWAY APRON SF 5000 $8.88 $44A00M $6.60 $33.0DO.00 $8.00 $40.000.00 31 7" CONCRETE DRIVEWAY- HIGH EARLY MIX SF 3500 $9.30 $32,550.00 $7.00 $24,5D0.00 $9.00 $31,51M.00 32 B618 CONCRETE CURB AND GUTTER LF 5000 $13.28 $66,400.00 $12.50 S62.50D,00 $14.00 $70.00DA0 33 B618 CONCRETE CURB AND GUTTER - HIGH EARLY LF 1000 $14.33 $1433DA0 $13.50 $13.500A0 $22.00 $22.ODn.00 34 MASTIC PRIOR TO WEAR PAVING LF 5200 $0.84 $4,368,00 $0.60 $3,120.D0 $0.80 $4,160.00 35 4" CONCRETE WALK SF 75 $20.90 $1,567M $18.00 $1 350.00 $11.00 $825.00 36 6" CONCRETE PEDESTRIAN RAMP SF 150 $17.02 $2,553.00 $14.50 $2,175.DD $20.00 $3.0MOD 37 TRUNCATED DOME SURFACE SF 32 $47.25 $1,512.00 $45.00 $1.440.OD $58.00 $1.856.00 193809268-Bid Tab.As BT-4 BID TABULATION Item Num Item Units Qty 38 EC COMPOST BLANKET - BLOWN W/SEED SY 11000 39 TOPSOIL BORROW CY 1800 40 SIGN PANELS SF 55 41 24" SOLID WHITE STOP BAR (PAINT) LF 40 42 STREET SWEEPER (WITH PICKUP BROOM) HR 40 TOTAL PART 1 - STREET BASE BID: PART 2 - SANITARY SEWER 43 REMOVE AND REPLACE CASTING FRAME AND RINGS - EA 12 SANITARY SEWER TOTAL PART 2 - SANITARY SEWER BASE BID: PART 3 - WATER MAIN 44 PORTABLE TOLIETS EA 6 45 REMOVE WATER MAIN LF 600 46 ABANDON WATER MAIN LF 2600 47 REMOVE WATER SERVICE EA 8 48 REMOVE HYDRANT EA 7 49 REMOVE VALVE AND BOX EA 22 50 TEMPORARY WATER SERVICE LS 1 51 CONNECT TO EXISTING WATER MAIN EA 13 52 4" PVC WATER MAIN LF 30 53 6" PVC WATER MAIN LF 450 54 8" PVC WATER MAIN LF 2800 55 4" GATE VALVE AND BOX EA 1 56 6" GATE VALVE AND BOX EA 12 57 8" GATE VALVE AND BOX EA 12 58 CUT IN TEMPORARY VALVE EA 2 59 HYDRANT EA 6 60 EXTEND HYDRANT BARREL LF 4 61 DUCTILE IRON FITTINGS LB 2500 62 INSULATION -4"THICK SY 50 63 IMPROVED PIPE FOUNDATION LF 3000 1" CORPORATION STOP EA 5 64 1" CURB STOP AND BOX EA 5 65 1" TYPE "K' COPPER PIPE LF 250 66 2" CORPORATION STOP EA 1 67 2" CURB STOP AND BOX EA 1 68 2"TYPE "K"COPPER PIPE LF 50 69 CONNECT TO EXISTING WATER SERVICE EA 6 TOTAL PART 3 - WATER MAIN BASE BID: PART 4 - STORM SEWER 70 REMOVE AND REPLACE CASTING FRAME AND RINGS - EA 12 STORM SEWER 71 REMOVE MH OR CATCH BASIN EA 20 Bidder No. 5 Bidder No. 6 Bidder No. 7 Northdale Construction Co., Inc. Eureka Construction, Inc Kuechle Underground, Inc. Unit Price Total Unit Price Total Unit Price Total $4.36 $47,960.00 $4,20 $46,200.00 $4 50 j 59.500.0D $29-35 $52.830.00 $53-00 $95,400.00 $25.00 $45,000.00 $42.00 $2,310-00 $60.00 $3.900.00 $65.00 $3.575.00 $4.62 $184110 $4.40 $176A0 $5.00 $200.00 $157.50 $6,300.00 $125.00 $5.000.00 $15000 $6.DOO.00 $1.382,796.60 $1,373,526.50 $1.541.954.75 $987.00 $11.844.OD $686.00 $8M2.DD $1,200.00 $14.400.00 $11,&W.00 58,232.00 $14,400.00 $725-00 $4,350.00 $364.00 $2,184,OD $600.00 $3.600.00 $5.00 $3,0DD-00 $11.50 $6,90040 $13.00 $7,8D0.00 $5,63 $14.63B.00 $5-00 $13.000.00 $4.00 $113ADD-00 $750-00 $6 wow $390 00 $3,120.00 $440.00 $3.520.00 $500.00 $3,500.OD $462.00 $3,234,00 $330.00 $2,310.00 $200.00 $4,40D-0D $346.00 $7-612.00 $270.00 $5,940.00 $57,750,00 $57,750.00 $68,900.00 $68,900.00 $2,200.00 $2,200,DD $1,491.88 $19.394.44 $1,400.00 $18.200.00 $2,900-00 $37,700,00 $42.29 $1,268,70 $42.50 $1,275,00 $50.00 $1.500.00 $44.72 $20,124.00 $48.50 $21,825.00 $53.00 $23,650.00 $35.86 $101409.00 $51.00 $142,800-00 $56-00 $156.800.00 $1,150.32 $1,150.32 $1,900.00 $1.900,00 $1,900.00 $1,90D.D0 $1,300.80 $15.609.60 $2,050.00 $24,600.DD $2,000.00 $24,ODD.00 $1,748.43 $20,981.16 $2,600-00 $31,200,00 $2,500.00 $30,000.00 $2,810.15 $5.620.30 $3,400.00 $6.800.00 $3,000.00 $6.000.00 $4,224.65 $25,347.90 $4,900.00 $29.4D0.00 $5,200.00 $31.200.00 $1,609.40 $6,437-60 $800.00 $3,2DO.00 $1,200.00 $4.800.00 $6.52 $16,300.00 $8.70 $21,750-00 $9.00 $22,500,00 $31.77 $1,588.50 $23.50 $1,175.00 $35.00 $1.750.00 $4.41 $13,230.00 $1.00 $31000.00 $2.16 $6.48D.00 $277.98 $1,389.90 $406.00 $2.D30-00 $390.00 $1.750,00 $419.26 $2,096.30 $451.00 $2,255-00 $350,00 $1.730,DO $34.04 $8,510-00 $20.50 $5,125.00 $61.00 $15,250,00 $623.77 $623.77 $675.00 $675.00 $1,700.00 $1.70D,00 $839.31 $839.31 $794.00 $794,00 $760.00 $760.0D $43,67 $2,183,50 $27.50 $1,375.DD $67.00 $3,350,00 $322,03 $1,932.18 $537.00 $3.222,00 $970.00 $5.820.00 $358, 673.48 $427, 551.00 $414.830.00 $987.00 $11,844.00 $824.00 $9.8BBA0 $1,200.00 $14,400.00 $500.00 $10,000A0 $403.00 $8,060.00 $290.00 $5,800A0 193804268-Bid Tab.xism BT-5 BID TABULATION Item Num Item Units Qt, 72 REMOVE EXISTING STORM PIPE LF 800 73 12" PVC STORM SEWER LF 10 74 12" RCP STORM SEWER LF 300 75 15" RCP STORM SEWER LF 90 76 18" RCP STORM SEWER LF 265 77 24" RCP STORM SEWER LF 15 78 30" RCP STORM SEWER LF 70 79 36" RCP STORM SEWER LF 32 80 2'x3' CATCH BASIN EA 11 81 4' DIA STORM SEWER CBMH OR MH EA 3 82 5DIA STORM SEWER CBMH OR MH EA 1 83 5' DIA STORM SEWER CBMH WITH 5' SUMP EA 1 84 6' DIA STORM SEWER CBMH EA 1 85 4' DIA FILTRATION STRUCTURE WITH 3' SUMP AND SKIM` EA 1 86 FILTRATION TRENCH LS 1 87 RECONSTRUCT INVERT EA 2 88 RECONSTRUCT DOGHOUSE EA 5 89 CONNECT TO EXISTING STORM SEWER PIPE EA 8 90 CONNECT TO EXISTING STORM SEWER STRUCTURE EA 10 91 TELEVISE STORM SEWER LF 800 92 TOTAL PART 4 - STORM SEWER TOTAL PART 1 - STREET TOTAL PART 2 - SANITARY SEWER TOTAL PART 3 - WATER MAIN TOTAL PART 4 - STORM SEWER TOTAL BASE BID: PARTS 1-4 TOTAL Contractor Name and Phone: Fox Email: Signed B Title: Signed Responsible Contractor Cerlificatc Bid Seaurill Addenda AcknAwledgec Bidder No. 5 Bidder No. 6 Bidder No. 7 Northdole Construction Co., Inc. Eureka Construction, Inc. Kuechle Underground, Inc. Unit Price Total Unit Price Total Unit Price Total $10 x $8,000.00 Sz ! z $16.80J.0i $15-00 $12.000.00 $133.42 $1,334-20 $58-00 W-00 $45.00 $450.00 $46.50 $13,950.00 $50.50 $15,150.00 $58.00 $17,400.00 $50.39 $4,535.10 $57.50 $5,175.00 $67.00 $6.030.00 $56.00 $14.840.00 $58-00 $15,370.00 $71.00 $18,815.00 $84.30 $1,264-50 $80.50 $1,20750 $89.00 $1.335M $132.89 $9.302-30 $116.00 $8,120-00 $123-00 $8,610.00 $166.40 $5,324,80 $145.00 $4,640.00 $150.00 $4,W0,0D $2,908.25 $31,990.75 $2,OOOA0 $22A00,00 $2,500.00 $27,500AD $3,978.95 $11.936,85 $3,450.00 $10,350A0 $3,800.00 $11,400.00 $4,811.13 $4,811.13 $4,450.00 $4,450.00 $5,300.00 $5.300.00 $7,464.23 $7,464-23 $8,750.00 $8,750J00 $7,900,00 $7300-00 $6,370.00 $6.370.00 $8,400.00 $8,400.00 $7,200.00 $72%-00 $6,007.50 $6,007-50 $3,550-00 $3.550.00 $16,000.00 $16.000.00 $38,325.00 $A325.00 $50,000.00 w,000,00 $34,000.00 $34,000,00 $750.00 $1,500.00 $408-00 $816,OO $770.00 $1,540.00 $750-00 $3,750,00 $198.00 $990.DD $390.00 $1.950.00 $937.50 $7,500.00 $798.00 $6.384A0 $1,300.00 $10.400,00 $1,500.00 $15,000,00 $798.00 $7,980.00 $1,400.00 $14,01310C $5.00 $4,0D0.00 $4.75 $3.800.00 $4.90 $3,920.00 $219,06GA6 $212,460,50 $230,750.00 $1.382.796,60 $1,373.526,50 $1,541,954.75 $11.844A0 $8.232.00 514ADO,OC $358,673.48 $427,SSLOD $414,830.0C $219,050.36 $212,460,50 $230.750.01] $1,972.364,44 $2,021.770.00 $2,201.934.75 orthdale Construction Co., Inc. Eureka Construction, Inc. Kuech6 Underground, Inc. 760 71 st St. NE 20141 Icenic Trail 1098 St. Hwy 55, P. O. Box 509 Ibertville, MN 55301 Lakeville, MN 55044 Kimball, MN 55353 Philip B.Lesnar Michael E. Derr Jeremy J Kuechle President Projecl Manager Vice President Yes Yes Yes Bid Bond Bid Bond Bid Bond 1,2,3 1,2,3 1,2,3 19380426E-Bid Tab-Asm BT-6 17600 1131 Avenue North • Maple Grove, MN 55369 Phone: (763) 428-9110 Fax (763) 428-9095 www.srweidema.com March 7, 2019 Steve Sondrall Jensen Sondrall Persellin & Woods, P.A. 8525 Edinbrooke Crossing, Ste 201 Brooklyn Park, MN 55443-1968 RE: City of New Hope, Minnesota Contract Documents 2019 Winpark Drive Infrastructure Improvements City Project Nos. 1019 Steve, Please find 4 copies of the contract executed by S.R. Weidema, Inc. Included in the cover of each contract you will find a list of our company representatives, insurance certificate and payment/performance bond. If you need anything additional please call me at 763-428-9110. Thank you, Tanya M. Ledin Assistant Controller SR WEIDEMA IS AN EQUAL OPPORTUNITY EMPLOYER GORDON L. JENSEN' MELANIE P. PERSELLIN2•' STEVEN A. SONDRALL STAGY A. WOODS 'Real Property Law Specialist Certified By The Minnesota State Bar Association Licensed in Illinois/Colorado 3Qualified Neutral Mediator under Rule 114 JENSENSONDRALL PERSELLIN&WOODS P.A., ATTORNEYS AT LAW March 18, 2019 Valerie Leone 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA55443-1968 TELEPHONE (763) 424-8811 ■ TELErAx (763) 493-5193 www.jspWaw.com Writer's Direct Dial No.: (763) 201-0265 e-mail saw@jspwlaw.com City Clerk personal delivery City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: 2019 Winpark Drive Infrastructure Improvements City Project No. 1019 Our File No.: 99.10030 Dear Val: Enclosed please find four copies of the contract with S. R. Weidema, Incorporated, 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 except that one of the contracts is missing signatures on Agreement Form 00 52 10 — 7. I've tabbed it for you to get S. R. Weidema, Incorporated to sign that page as Contractor and Designated Representative. Please call me if you have any questions. MSi ceSi cerely, Stacy oo s, ssis >; Attorney, City of ew Hope Enclosures cc: Steven A. Sondrall, City Attorney Bernie Weber, Public Works Director Chris Long, City Engineer P:\Attorney\SAS\l Client Files\2 City of New Hope\99-10030 (Public Works general)\Leone Itr - 2019 Winpark Drive Infrastructure Improvements - Project 1019.docx 3/18/2019 Business Filing Details Business Record Details» Minnesota Business Name S. R. Weidema, Incorporated Business Type Business Corporation (Domestic) File Number 7L-986 Filing Date O6/26/1992 Renewal Due Date 12/31/2019 Number of Shares 100,000 Chief Executive Officer Scott Weidema 17600113th Ave N Maple Grove, MN 55369 USA Filing History MN Statute 302A Home Jurisdiction Minnesota Status Active/ In Good Standing Registered Office Address 17600113th Ave N Maple Grove, MN 55369 USA Registered Agent(s) (Optional) None provided Principal Executive Office Address 17600113th Ave N Maple Grove, MN 55369 USA https:Hmblsportal.sos.state.mn.usIBusinessISearchDetails?filingGuid=b571 ae38-a3d4-e011-a886-001 ec94ffe7f 1 /2 3/18/2019 Business Filing Details Filing History Select the item(s) you would like to order: Order Selected copies 0 Filing Date Filing 0 06/26/1992 Original Filing- Business Corporation (Domestic) 06/26/1992 Business Corporation (Domestic) Business Name (Business Name: S. R. Weidema, Incorporated) r 07/02/1997 Registered Office and/or Agent - Business Corporation (Domestic) U 2/4/2016 Amendment - Business Corporation (Domestic) L--, 2/27/2017 Administrative Dissolution - Business Corporation (Domestic) 0 3/7/2017 Annual Reinstatement - Business Corporation (Domestic) © 2019 Office of the Minnesota Secretary of State - Terms & Conditions Effective Date https:Hmbisportal.sos.state.mn.us/BusinessISearchDetails?filingGuid=b571 ae38-a3d4-e011-a886-001 ec94ffe7f 2/2 3 No, 1011 March 25, 2019 Ms. Tanya Ledin SR Weidema Inc. 17600 1131h Ave. N. Maple Grove, MN 55369 SUBJECT: 2019 Winpark Drive Infrastructure Project - #1019 At its meeting of February 112019, the New Hope City Council approved the contract with your company for project 1019 for $1,669,903.01. Enclosed are two fully executed contracts. 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 with Stantec at 651-604-4808 if you have any questions regarding the project. Sincerely, r a--' n rr ``ff rw Valerie Leone City Clerk, CMC Enclosures — Contract, IC-134 cc: Chris Long, ti ty engineer Bernie Weber, public works director CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 Request for Action Agenda Section q Development & February 11, 2019 Planning Approved by: Kirk McDonald, City Manager Item Number 8.3 Originating Department: Public Works By: Bernie Weber, Director Agenda Title Resolution approving a joint powers agreement between the city of New Hope and the city of Crystal for street and storm sewer improvements to Winpark Drive (2019 Infrastructure Improvement Project) Requested Action Staff requests the approval of a resolution approving a joint powers agreement between the city of New Hope and the city of Crystal for street and storm sewer improvements to Winpark Drive (2019 Infrastructure Improvement Project No. 1019). Policy/Past Practice The City Council routinely considers joint powers agreements due to the economics and efficiencies of doing so. The city of New Hope has participated with neighboring cities on street infrastructure projects, with regards to boundary streets, for many years. Background The attached agreement sets forth the obligations of the cities of Crystal and New Hope in undertaking the project. The agreement establishes that the city of New Hope is the lead agency and is responsible for bidding the project and managing the construction. The project generally consists of fully reconstructing Winpark Drive, including water main replacement and some sanitary and storm sewer replacement. The southern portion of the project on Winpark drive shares a common boundary between the cities, as shown on the location plan. Because the water main and sanitary sewer on this street is owned and maintained by the city of New Hope, only the street and storm sewer costs will be shared with the city of Crystal. The proposed project schedule is: • Award bid February 1, 2019 • Construction begins Spring 2019 • Substantial Completion September 27, 2019 ■ Final Completion June 26, 2020 I:\RFA\PUBWORKS\2019\Council\1019 Winpark Drive\2-11 JPA City of Crystal Funding This project for New Hope will be funded primarily by the city of New Hope street infrastructure fund, as well as water, sewer, and storm water utility funds, as well as the city of Crystal contribution. The total construction cost submitted by S.R. Weidema, Incorporated is included in the funding table below. The total construction cost of $1,664,903.01 compares to the Engineer's Opinion of Probable Construct Cost of $1,807,590.00. City of New Hoe City of C stal Total Project Part 1- Street $1,070,946.00 $104,073.00 $1,175,019.00 Part 2 - Sanitary $10,200.00 $0.00 $10,200.00 Part 3 - Water Main $277,765.01 $0.00 $277,765.01 Part 4 - Storm Sewer $190,082.00 $11,837.00 $201,919.00 Construction Subtotal $1,548,993.01 $115,910.00 $1,664,903.01 Indirect (20%) $309,798.60 $23,182.00 $332,980.60 Total Cost $1,858,791.61 $139,092.00 $1,997,883.61 Attachments ■ Resolution • Joint Powers Agreement • Engineer's Memo • Location Plan City of New Hope Resolution No. 19- 24 Resolution approving a joint powers agreement between the city of New Hope and the city of Crystal for street and storm sewer improvements to Winpark Drive (2019 Infrastructure Improvement Project) WHEREAS, the city of New Hope and the city of Crystal have been negotiating to bring improvements on Winpark Drive; and, WHEREAS, said improvements include full reconstruction on the existing bituminous roadway and storm water utility improvements; and, WHEREAS, a joint powers agreement has been prepared between the city of New Hope and the city of Crystal setting forth the scope of work, terms, and conditions for sharing project costs. NOW, THEREFORE, BE IT RESOLVED, 1. That the above recitals are incorporated herein by reference. 2. That the joint powers agreement between the city of New Hope and the city of Crystal for the 2019 Winpark Drive Infrastructure Improvement Project is approved. 3. The Mayor and City Manager (the "Officers") are authorized and directed to sign the same on behalf of the city when the following condition is met: Substantial conformance of the joint powers agreement to the form of agreement presented to the Council as of this date, with such additions and/or modifications as the Officers may deem necessary or desirable as evidenced by their execution thereof. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 11th day of February, 2019. Mayor Attest: 2La- '" City. Clerk Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-131 1 February 6, 2019 File: 193804268 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2019 Winpark Drive Infrastructure Improvements - Joint Powers Agreement (JPA) with City of Crystal City Project No.: 1019 Dear Bernie, As part of the 2019 Winpark Drive Infrastructure Improvements Project, the cities of Crystal and New Hope prepared a Joint Powers Agreement (see attached JPA) for the planned street and utility improvements. The southern portion of project on Winpark Drive shares a common boundary between the cities (see attached Location Plan), and the cities desire to work jointly to complete the contracted street and utility improvements. The JPA includes the attached Exhibit A which provides the post bid cost estimate as submitted by the low bidder S.R. Weidema, Inc., including estimated indirect costs. The total estimated project cost is identified in Exhibit A as $1,997,883.61. The total estimated project cost to Crystal is identified as $139,092.00. The total estimated project cost to New Hope is identified in Exhibit A as $1,858,791.61. The summary table is provided below: City of New Hope City of Crystal Total Project Part 1 -Street $1,070,946.00 $104,073.00 $1,175,019.00 Part 2 - Sanitary $10,200.00 $0.00 $10,200.00 Part 3 - Water Main $277,765.01 $0.00 $277,765.01 Part 4 - Storm Sewer $190,082.00 $11,837.00 $201,919.00 Construction Subtotal $1,548,993.01 $115,910.00 $1,664,903.01 Indirect (20%) $309,798.60 $23,182.00 $332,980.60 Total Estimated Cost $1,858,791.61 $139,092.00 $1,997,883.61 Upon approval of the contract award with S.R. Weidema, Inc., the City Council may consider approval of the JPA at the February 1 lth Council Meeting. r. February 6, 2019 Mr. Bernie Weber Page 2 of 2 Reference: 2019 Wlnpark Drive Infrastructure Improvements - Joint Powers Agreement (JPA) with City of Crystal If you have any questions or require further information, please call me at (651)604-4808. Sincerely, STANTEC a4404- (K). /.;Y" Christopher W. Long, P.E. Attachments: 2019 - Winpark Drive Infrastructure Improvements Project Joint Powers Agreement with Crystal and New Hope; Exhibit A of JPA (Post Bid SEQ); Location Plan. Cc: Kirk McDonald, Valorie Leone, Dave Lemke, Shawn Markham, Andrew Kramer, Megan Hedstrom - New Hope; Lucas Miller, Ann Dienhart, Kellie Schlegel - Stantec. Design with community In mind 35th Ave N or 4- r Winpark Drive, L 34th PI N 1 Z 1 > 3+F O 33rd PI N i 1 Sic J W a 33rd Ave O U) 1 ci Z > u e 32nd Ave N _ i w WU .�.. _.._.. �..�....._......... ....... 32nd_Ave. N Proposed Improvements Reconstruct Area: 100% New Hope. Reconstruct Area: 50% New Hope/ 50% Crystal Figure 1 tryst Plymouth Jew H o h6111sd F 2019 Winpark Drive Infrastructure Improvements New Hope, Minnesota } + o er .•N` Ilk �r P' i ..r Z i > i Q _ i C ` +� �1 yard •'' a 1 P �.- e R u 150 300 Foal 1:3,— (A'11) 1 inch = 300 feel 501967 Stantec .w •,.�dF•A M►•w5.w. ��. Ns�c�'m..f..�ivaOesnae.iu 3an'0.�^•s 2019 — WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT NEW HOPE - CRYSTAL JOINT POWERS AGREEMENT THIS JOINT POWERS AGREEMENT ("Agreement") is made and entered into effective as of the �/ I day of 2019, by and between the City of New Hope, a municipal corporation under the laws of the State of Minnesota ("New Hope"), and the City of Crystal, a municipal corporation under the laws of the State of Minnesota ("Crystal'), collectively referred to as the "Cities" and individually as a "City." Nx44irAI-I A. The Cities have been planning on coordinating street maintenance work on Winpark Drive between Winnetka Avenue and 32"d Avenue North, which shares a common boundary between the Cities. B. Winpark Drive is due for a full reconstruction. C. The Cities desire to work jointly to complete the contracted street and utility reconstruction project on Winpark Drive between Winnetka Avenue and 32"d Avenue North (collectively, the "Work" or "Project"). D. Minnesota Statutes, section 471.59 authorizes two or more governmental units to enter into agreements to jointly or cooperatively exercise any power common to the contracting parties or any similar power. E. The scope of the Work has been negotiated between the Cities and has been incorporated into the plan set entitled "2019 Winpark Drive Infrastructure Improvements — New Hope City Project No. 1019" as prepared by New Hope (the "Scope of Work"). F. New Hope has worked with its consulting engineer to develop the plans and specifications for the Work ("Plans and Specifications"). G. New Hope has prepared a post bid cost estimate for the Project which estimate shows the total project cost to Crystal, including indirect costs, as detailed in Exhibit A, attached hereto and made a part hereof ("Post Bid Project Cost Estimate"). The total cost of the portion of the Project located within the corporate limits of Crystal (including the Administrative Costs as hereinafter defined), and for which Crystal is responsible for paying, is estimated at One Hundred Thirty -Nine Thousand, Ninety -Two Dollars ($139,092.00). The actual amount Crystal will be required to pay for its portion of the Project will be based on the Quantity Price as hereinafter defined. H. Crystal has reviewed and approved the Scope of Work and agreed to pay the cost of the Work within the corporate limits of Crystal. I. New Hope has agreed to pay the cost of the Work within the corporate limits of New Hope and to administer and supervise the Work in accordance with the Scope of Work and the Plans and Specifications. AGREEMENT In consideration of the mutual undertakings and understandings expressed herein, the Cities hereby agree as follows: Design and Bidding. The Plans and Specifications, as they may be amended from time to time, are incorporated in and made part of this Agreement. New Hope has advertised for bids for the Project, has received and opened bids pursuant to said advertisement and has entered into, or will enter into, one or more contracts with the successful bidder ("Contractor") at the unit prices specified in the bid of such Contractor, all according to the applicable procedures under Minnesota law. The contract will include the Plans and Specifications and reflect the Scope of Work. New Hope shall require the Contractor to name Crystal as an additional insured on its commercial general liability insurance policy. 2. Project Administration. New Hope shall administer all aspects of the Project and shall inspect all completed Work. The Crystal City Engineer shall cooperate with the New Hope City Engineer and the New Hope City Engineer's staff upon request to aid in the administration of the Project, but shall have no responsibility for the supervision of any of the Work. 3. Additional Work. New Hope may, in its sole discretion, make changes to the Scope of Work so long as all changes are reasonably necessary to complete the Work and are conceptually consistent with the original Scope of Work. New Hope may carry out the changes authorized by this paragraph by entering into change orders or supplemental agreements with the Contractor for the performance of any and all additional or new work it deems necessary, advantageous, or desirable. If a proposed change exceeds the original Scope of Work jointly contemplated by the Cities, New Hope shall not make the change unless it is first approved by the Crystal City Engineer. 4. Construction Easements. Crystal shall grant temporary construction easements to New Hope, at no cost to New Hope, over those lands owned by Crystal that are a part of the right-of-way required for the completion of the Work. 5. Apportionment of Cost. The total cost of the Work ("Quantity Price") shall be apportioned based on the actual construction quantity of items attributable to the portion of the Work occurring in each City. The Cities understand and agree that the New Hope City Engineer's Post Bid Project Cost Estimate is only an estimate and that the amount paid by each under this Agreement will be based on the final Quantity Price. The Quantity Price shall be determined using the unit prices set forth in the contract with the Contractor and the final quantities as measured by the New Hope City Engineer. The Quantity Price does not include any costs associated with staff time or expenses incurred by either City. Crystal shall also pay an additional amount equal to 20% of its share of the Quantity Price to New Hope ("Administrative Costs") to pay its share of the legal, engineering, and administrative costs incurred by New Hope for the Project. 6. Payment. Upon acceptance of the successful bid, New Hope shall provide Crystal an estimated construction cost based upon the contract prices and estimated quantities in the Contractor's bid, the Administrative Costs, and all other costs required to complete the Work (collectively, the "Estimated Cost"). Within 60 days after receipt of the Estimated Cost, Crystal shall deposit with the New Hope Director of Finance 90% of Crystal's share of the Estimated Cost. All remaining amounts due from Crystal, including any amounts resulting from change orders or other changes or additions to the Work shall be paid to New Hope within 60 days of final completion of the Work. Upon completion of the Work, New Hope shall submit to Crystal a copy of the New Hope City Engineer's Quantity Price report, which shall show each City's final share of the Quantity Price, including the amount of Administrative Costs owed by Crystal. Upon payment by New Hope of the final amount due to the Contractor, any amount payed by Crystal above its agreed upon share of the Quantity Price shall be returned to Crystal. 7. Record Drawings. New Hope shall provide record drawings to Crystal within 90 days of New Hope's final payment to the Contractor. All records kept by either City with respect to this Agreement shall be subject to examination by the representatives of the other City and the public in accordance with the Minnesota Government Data Practices Act. 8. Traffic Control. If detouring of traffic is necessary during the Work, the detour routes shall be mutually agreed upon by the Cities. New Hope will require the Contractor to furnish, install, and maintain any guide signs, regulatory signs, and pavement markings that may be needed. New Hope shall not be responsible for any damage caused by increased traffic on any municipal streets located in Crystal that arise out of or relate to the Work. 9. Cooperative Activity. To the fullest extent permitted by law, all activities by the Cities under this Agreement are intended to be and shall be construed as a "cooperative activity," and it is the intent of the Cities that they shall be deemed a "single governmental unit" for the purposes of determining total liability, as set forth in Minnesota Statutes, section 471.59, subd. 1 a. Nothing in this Agreement is intended to alter, or shall be interpreted as altering, the treatment of the Cities as a single governmental unit. For purposes of Minnesota Statutes, section 471.59, subdivision 1 a, each City expressly declines responsibility for the acts or omissions of the other City. 10.Insurance & Indemnity. The Cities shall carry policies of liability insurance in at least the amounts specified as the extent of their individual liability under Minnesota 3 Statutes, section 466.04, as amended. Nothing herein shall be deemed to waive any statutory limits of liability granted to the Cities. Each City agrees to defend, indemnify and hold harmless (including reasonable attorney's fees) the other City, their elected officials, officers, agents and employees from any liability, claims, demands, damages, personal injury, costs, judgments or expenses arising from any act or omission of the indemnifying City relating to the Project. Neither City shall be required to pay to the other City any amount as indemnification under this Agreement, whether arising pursuant to this Agreement, expressly, by operation of law or otherwise, in excess of the limits of liability applicable to the indemnifying City under Minnesota Statutes, Chapter 466, or in the event that Minnesota Statutes, Chapter 466 does not apply, the maximum amount of insurance coverage available to the indemnifying City. In those instances in which a City is directly liable for damages as well as for indemnification to the other City, the combined liability of the indemnifying City shall not exceed the limits of liability under Minnesota Statutes, Chapter 466 or, in the event that Minnesota Statutes, Chapter 466 does not apply, the maximum amount of insurance coverage available to the indemnifying City. 11. Employees, Worker's Compensation. Any and all employees of each City and all other persons engaged by that City in the performance of the Work or any other work or services required or contemplated by this Agreement shall not be considered employees of the other City. Any and all claims that might arise under the Worker's Compensation Act or the Unemployment Compensation Act of the State of Minnesota on behalf of said employees while so engaged, and any and all claims made by any third parties as a consequence of any act or omission on the part of said employees while so engaged, shall in no way be the obligation or responsibility of the other City. 12.Audit. Pursuant to Minnesota Statutes, section 16C.05, subdivision 5, any books, records, documents, and accounting procedures and practices of each City relevant to the Agreement are subject to examination by the other City and either the Legislative Auditor or the State Auditor as appropriate. The Cities agree to maintain these records for a period of at least six years from completion of the Project. 13.Term. This Agreement shall commence as of the date indicated above and shall continue until the Project is completed and all required payments have been made. The indemnification and audit obligations shall survive the termination of this Agreement. 14.Entire Agreement. This document, include the recitals, the exhibits, and any documents incorporated by reference, shall constitute the entire agreement between the Cities regarding construction of the Project. This Agreement supersedes all prior negotiations, representations, or agreements between the Cities regarding the Project, whether written or oral. No modifications to this Agreement shall be in effect unless they are reduced to writing and are signed by both Cities. 15.No Third Party Rights. This Agreement is solely for the benefit of the Cities. This Agreement shall not create or establish any rights in or for the benefit of --any third party. 16.Applicable Law. This Agreement shall be interpreted under the laws of Minnesota. 17.Comaliance. Each City shall comply with all applicable federal, state, and local laws, rules, regulations, and ordinances, and shall obtain such permits and permissions as may be required, in carrying out their respective duties under this Agreement. 18. Discrimination. The provisions of Minnesota Statutes, section 181.59 and of any applicable local ordinance relating to civil rights and discrimination shall be considered a part of this Agreement as though fully set forth herein. IN TESTIMONY WHEREOF, the parties hereto have caused this Agreement to be executed by their respective duly authorized officers as of the day and year first above written. CITY OF NEW HOPE CITY OF CRYSTAL By: By: C2 Kathi ems{en Jim A ams Its: Mayor Ite Mayor y y. Kirk McDonald Ann orris Its: Manager Its:/Manager EXHIBIT A POST BID ESTIMATE 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT NEW HOPE CITY PROJECT NO, 1019 JANUARY 31, 2019 Eat. auon Ay Est. Cos EsT. ouan'ay Cost Tofal Protect so "' Item a Illem Description Units Unll Price New Hope New Hope Crystal Crystal Est, aya Es11ma1ed Cost PART 1 • STREET MOBILIZATION L$ S80,000,00 +7.9? 74400.00 0,07 600. 1 $80,0D0,00 2 TRAFFIC CONTROL LS 6000.00 0.93 5,580.00 0.07 420.00 ! $6,000.00 3 INLET PROTECTION EA 500.00 36 1&000.00 2 $1.0m.00 38 1%omo0 4 :SILT FENCE, TYPE MACHINE SLICED LF $5.00 550 $2,750.00 100 $500.00 650 $3,250.00 5 IBIO LOG LF 3.75 600 12,250.00 4.Q0. S1,5W.00 1.040 4 750,0p 6 TEMPORARY ROCK CONSTRUCTION ENTRANCE$38.00 TN 75 $2,850.00 25.0 $950.00 100 $3,800,00 7 'WATER FOR DUST CONTROL TGAL 85.00 40 $3,400,00 15 S1,275,00 55 $4675.00 8 ISALVAGE SIGN EA $70,00 2 $105.00 0.5 $35,00 2 $140,00 9 ;SALVAGE AND REINSTALL STREET N A 1 N EA $310.00 2 $620.00 0 $0.00 2 $620.iJ0 10 IREMOVE TREE EA $500.00 ! 5000.00 6 0-00 10 Lr.000.00 I (REMOVE BITUMINOUS PAVEMENT SY $2.15 10,000 $21,500.00 1000 $2,150.00 11,000 $23,650.00 12 !SARWING BITUMINOUS PAVEMENT- ST LF $3.20 130 $416.00 50 $160.00 180 $576.00 13 CONCRETE GUTTER "UTTER LF $3.07 5,300 $16,271.00 500 $1,535.00 5,800 $17,806.00 14 REMOVE CONCRETE WALK SF $1.00 200 $20D.00 0 $0,00 200. 200.D0 15 REMOVE BITUMINOUS DRIVEWAY NT SF $0.75 7,500 $5,625.00 1,500 $1,125.00 9,000 $6,750.00 REMOVE CONCRETE DRIVEWAY 16 PAVEMENT PAVEMENT SF $0.80 5,000 $4,000.00 1,000 $800.00 6,000 $4,800.00 17 EXPLORATORY DIGGING HR $460.00 10 1d 6D0. 0 $0.00 10 $4,600.00 18 COMMON EXCAVATION P CY $11.013 10,280 11 momog ! m 1 1 20,00 11 e3OD 124,300A0 19 SUBGRADE EXCAVATION CV CY $12.00 945 11 40.00 105 11,260.00 1 12600.00 20 f"E TEXTILE FABRIC TYPE V SY 1.25 10 12 500.00 1.m $1,250.00 11,000 13 750.00 SELECT GRANULAR BORROW 21 TN $12.00 14,150 $169,800.00 1,550 $18,600.00 15,700 $188,400.00 22 .AGGREGATE BASE CLASS 5 TN $11.50 8.225 $94,587.50 775 $6,912.50 9.0130 3103,500,00 23 5" PVC PERFORATED DRAIN TILE, WITH LF $7.00 4,560 $31,920.00 440 $3,080.00 5,000 $35,000.00 24 r5' PVC DRAIN TILE CLEAN OUT EA $170.00 9.73 910.00 2 $340.00 !.5 4 250,00 25 CONNECT DRAIN TILE TO STRUCTURE EA $168.00 21 $3,528.00 $168.00 22 $3,696.00 26 BITUMIN US MATERIAL FOR TACK r^ A GAL $3.35 425 $1,423.75 50 $167.50 475 $1,591.25 'TYPE SP NON -WEARING COURSE 27 MIXTURE TN $71.20 1,620 $115,344.00 80 $5,696.00 1,700 $121,040.00 28 TYPE SP WEARING COURSE MIXTURE 4 TN $76.70 800 $61,360.00 50 $3,835.00 850 $65,195.00 TYPE SPS MIXTURE FOR 29 DRIVEWAYSTN 12,B) $142.00 300 $42,600.00 50 $7,100.00 350 $49,700.00 30 7" CONCRETE DRIVEWAY APRON SF $6.55 4,250 $27,837.50 750 $4,912.50 5,000 $32,750.00 31 7" CONCRETE DRIVEWAY - HIGH =A Y SF $8.00 3,200 $25,600.00 300 $2,400.00 3,500 $28,000.00 32 B618 CONCRETE CURB AND GUTTER LF $14.15 4,600 $65,090.00 400 $5,660.00 5,000 $70,750.00 33 B618 CONCRETE CURB AND GUTTER LF $15.15 950 $14,392.50 50 $757.50 1,000 $15,150.00 34 MASTIC PRIOR TO WEAR PAVING LF $0.80 4,750 $3,800.00 450 $360.00 5,200 $4,160.00 35 4' CONCRETE WALK SF $19.jr 75 $1.436.25 0 0-OD 7$ SIA.36.25 36 6"CONCRETE PEDESTRIAN RAMP SF $14.30 150 $2,145.00 0 $0.00 150 $2,145.00 37 TRUNCATED DOME SURFACE SF $45,00 32 SIA40.00 0 D.00 1440.00 CCOMPOSTBLANKET - BLOWN 38 SY $4.15 10,000 $41,500.00 1,000 $4,150.00j40 ,000 $45,650.00 39 TOPSOIL BORROW CY 00 1,620 51 840.00 180 $ 7,50-00 57 600.00 40 IGN P N SF 49.S0 55 722.50 ; .0055 2 722. 41 24" SOLID WHITE STOP BAR (PAINT) LF $4.40 30 $132.00 10 $44.00 $176.00STRM SWEEPER (WITH PICKUP42 BRO M HR $135.00 30 $4,050.00 10 $1,350.0040 $5,400.UU Part 1 - Sheets Sublolal: $1.070,946.00 $104,073.00 $1,175.019.00 s . Is a - van coltTotal Prolect cfa r sCrysfal IIemM llemaescsl Clam un;n UnH Price Now11.p New Hope Crystal G}, ayanl. Esllmated Coal Irr - s REMOVE AND REPLACE SANITARY 43 SEWER FRAME AND RINGS EA I $850.00 12 $10,200.00 0 $0.00 12 $10,200.00 Part 2 - Sanita Sewer Subtotal: $10,200.00 �0.00 $10,200.00 Eat. QuantHy Est.osr Est. Quan Es . Cost Total Project Total Praject Item N Ilam Win pan Urdh UnH prlc► New Mope New Hope Crystal Crystal EA auanll E-Hmaled Caal PART 3- WATER MAIN 44 PORTABLE TOLIETS EA voo.00 $1.8w.00 fe 10.00 6 $1,800.00 45 REMOVE WATER MAIN LF 1335 600 2.310.00 0 0.00 2.31(I,00 46 ABANDON WATER MAIN LF $5.00 26w $0.00 2.6D0 13001100 47 REMOVE WATER SERVICE EA 727.D0 8 16 pp 0 $0.0D 8 $5,816.00 4B REMOVE HYDRANT EA $1.16S.DD 7 155.00 0 0,00 7 8,155.00 49 REMOVE VALVE AND BOX EA. 185.00 22 $4,07MOD 0 $0.00 22 14.07D.00 50 TEMPORARY WATER SERVICE LS $0.01 1 0.01 0 $0.00 t $0.01 51 CONNECT TO EXiSiING WATERMAIN EA $1,800.00 13 $23,400.00 0 $0.00 13 $23,400.DO 2 4"PVC WATER MAIN LF S38,00 N $1.140.GO D $0,00 30 1,140,OD 53 6"PVC WATER MAIN LF $35.00 450 $15,75D.00 0 MOO 450 $15,75L1DO 54 PV WA1 MAIN LF 3300 92.400.00 0 10. 2 9 400.00 55 -" GATE VALVE AND BOX EA $1.061.00 1 11,0S1.00 C 0. D $1.061.00 56 6"GATE VALVE AND BOX EA $1,236M 12 LId 2.00 0.00 12 14.832d10 57 8!'GATE VALVE AND BOX EA 1 X2.00 12 $20,424.00 0 040 12 $20,424.00 56 CUT IN TEMPORARY VALVE EA 2 V4.130 2 5668.00 D 10,00 2 5668.00 S9 HYDRANT EA $4.431,00 b 26 586.00 0 0.00 6 26 586.00 60 EXTEND HYDRANT BARREL LF $748.00 4 $2,992.00 0 $0.00 4 $2,992.00 61 DUCTILE IRON FITTINGS LB $7.00 2,500 17 .00 0 MOO 2 17 500.DD 62 1NSULATION - 4" THICK SY $30.00 $1.501100 0 $0.00 50 $1,500.00 63 IMPROVED PIPE FOUNDATION LF $0.01 3DW W-00 0 $0.00 3AD0 30.00 64 1" CORPORA71ON STOP EA 155.DO 5 $775,00 0 $0.00 5 $775,00 65 1" CURB STOP AND BOX EA $230.00 5 11. 1 uog 0 O.DO 5 $1.150.00 66 1"TYPE "K"COP PER PIPE LF $4.1.00 2 112M.00 0 $0.00 2,50 11.250.00 67 7' 0 &IRPORATIONSTOP EA 402LD 1 1402.00 0 $0.00 1 1 $402.00 68 CURB STOP AND BOX EA 494A0 1 494,p0 D 0.00 1 494.DD 69 7' TYPE'1C" CAPPER PIPE L F 5'1 0 50 2 650. 0 0 .0 50 2,b50.OD 70 CONNECT WATER SERVICE EA 435.OD d 2.610:00 0 $0.00 b 2,61Q00 Part 3 • Water Mairr Svbtatal: I J277.76&01 1 S0.00 $277.765.01 s . QuanllryEst. Coss Esl. Quantity Esr. Cost Total Project o p roles Item A Item Description Units Unit Price New Hope New Hope Crystal Crystal Est. Quan1 EaHmaled Cost A8r 4 - $1 ORM &EWER 71 REMOVE AND REPLACE CASTING FRAME AND RINGS - STORM SEWER EA $850.00 12 $10,200.00 0 $0.00 12 $10,200.00 72 REMOVE MH OR CATCH BASIN EA 5 00 19 1D 6Q2.D0 558. 20 $11,160.00t 73 REMOVE EXISTING STORM PIPE LF $15.00 734 111,010.00 66 $99D,00 800 12 000.00 74 12" PVC STORM PIPE LF $32,00 ID $320.00 $0.00 10 $320,00 75 12" RCP STORM SEWER LF $42,00 264 ] 1 p88.p0 36 $1.532.00 300 $12.600.00 76 15" RCP STORM SEWER LF $46.00 60 $Z760.00 1 30 SIM.00 90 4 140.00 77 18" RCP STORM SEWER LF 1 547.00 265 $12A55,ob 0 $0.0D 265 12.455.D0 78 24" RCP STORM SEWER LF $75.00 15 1 125.00 30.01) 15 $1.125.00 79 30" RCP STORM SEWER LF $113.00 70 8.260.00 D 0-OD 70 8 260.00 80 :36" RCP STORM SEWER LF 144.00 16 3 4, 16 2.304.00 32 4 60 00 81 2'Q' CATCH BASIN EA 2.113.00 10 aft 1 $2,113,00 11 $23,Z41DO 82 -4' DIA STORM SEWER CBMH OR MH EA $3,646.00 3 $10,938.00 0 $0.00 3 $10,938.00 83 5' DIA STORM SEWER CBMH OR MH EA $4,030.00 $4,030.00 0 $0.00 r $4,030.00 84 S DIA STORM SEWER CBMH WITH 5' SUMP P EA $8,181.00 1 $8,181.00 0 $0.00 $8,181.00 S VDIA STORM SEWERMH EA %_355.00 1 $7,355,GQ 0 $D.00 $7.355.00 86 •4' DIA FILTRATION STRUCTURE WITH 3' 'V MP AN KIMMER EA $4,029.00 1 $4,029.00 0 $0.00 I $4,029.00 87 FILTRATION TRENCH LS $36.725.00 1 $36125.OD 0 $D.0D 136.725.D0 RECONSTRUCT INVERT EA $250.00 2 $500.00 0 2 $5DO.00 89 IRECONSTRU T DOGI-lO SE EA $250.00 $ $1,256.00=66 5 1 250-00 90 CONNECT TO EXISTING STORM PIPE EA $850.00 7 $5,950.00 8 $6,800.00 91 CONNECTTOEXISTING STORM 'i W ST T EA $1,800.00 9 $16,200.000 10 $18,000.00 92 'TELEVISESTORM SEWER LF 5.00 734 9670.00 800 40L10.00 off 4 - t ubtot I• 01 919.00 C . o . ew nal2e city of crystal Total Project Part 1-Slreet $1,070,946.00 $104,073.00 $1,175,019.00 Part 2 - Sanitary $10,200.00 $0.00 $10,200.00 Part 3- Water Main $277,765.01 $0.00 $277,765.01 Part 4 - Storm Sewer $190,082.00 S 1 i 7. 201.919.00 Construction Subtotal $1,548,993.01 $115,910.00 $1,664,903.01 Indirect 20`0 309798.60 $23,182.00 $332,980.60 Total Estimated Cost $1 85 791.6] S139,092.00 S1,997,883.61 na,..aswcar RESOLUTION NO.2019-19 AUTHORIZING THE JOINT POWERS AGREEMENT WITH THE CITY OF NEW HOPE FOR THE WINPARK DRIVE RECONSTRUCTION PROJECT WHEREAS, the Crystal City Council is committed to providing and maintaining quality infrastructure that is essential for everyday residential, commercial, industrial, and recreational activities in the City; and WHEREAS, the City of New Hope is planning to reconstruct Winpark Drive; and WHEREAS, a portion of Winpark Drive is in the City of Crystal; and WHEREAS, funds are allocated in the Street Maintenance Fund for Crystal's share of this project; NOW, THEREFORE, BE IT RESOLVED that the Crystal City Council hereby authorizes the joint powers agreement with the City of New Hope for the Winpark Drive reconstruction project. BE IT FURTHER RESOLVED that the Mayor and/or City Manager are authorized to sign this agreement. Adopted by the Crystal City Council this 19th day of February 2019, NristinT: a Serres, City Clerk — C�.V/� Jim,Adams, Mayor CONTRACT DOCUMENTS Project Manual For 2019 Winpark Drive Infrastructure CONTRACT DOCUMENTS Improvements Prepared for: City of New Hope, Minnesota City Project No. 1019 (3 Stantec January 2019 Stantec Project No. 193804268 DOCUMENT 00 91 13 ADDENDUM 3 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 1019 PROJECT NO. 193804268 NEW HOPE, MINNESOTA January 28, 2019 Number of Pages: 2 (includes this sheet) To: All Planholders of Record From: Stantec 733 Marquette Ave. Suite 1000 Minneapolis, MN 55402 (612) 712-2000 - General Office (612) 712-2034 -Ann Dienhart, 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 shirle .lovell a stontec.corn as soon as you receive it. S.R. Weldema, Inc. 17600113th Ave N Maple Grove, MN 55369 Company Name 0 2019 Stantec 1 193804268 Date ADDENDUM 3 0091 13- 1 SECTION 33 40 00 - STORM DRAINAGE UTILITIES 1. Page 33 40 00 - 6. Revise Paragraph 2.07, B, 5, revise subparagraph d: d. ADS StormTech SC-740, Prinsco HydroStor HS75, or approved equal. 2. Page 33 40 00 - 6. Revise Paragraph 2.07, B, 6, revise subparagraph a and b: a. 8 inch or 10 inch Inspection Port. b. ADS StormTech, Prinsco HydroStor, or approved equal. LIST OF ATTACHMENTS 1. None. END OF DOCUMENT ADDENDUM 3 © 2019 Stantec 1 193804268 0091 13 - 2 DOCUMENT 00 91 13 ADDENDUM 2 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 1019 PROJECT NO. 193804268 NEW HOPE, MINNESOTA January 25, 2019 Number of Pages: 2 (includes this sheet) To: All Planholders of Record From: Stantec 733 Marquette Ave. Suite 1000 Minneapolis, MN 55402 (612) 712-2000 - General Office (612) 712-2034 -Ann Dienhart, 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 shirley,lovell@stantec.com as soon as you receive it. S.R. Weidema, Inc. 17600113th Ave N Maple Grove, MN 55369 ? I t� Company Name 1 Date ADDENDUM 2 02019 Stantec 1 193804268 0091 13 - 1 SECTION 32 16 13 - CURBS AND GUTTERS 1. Page 32 16 13 - 1. Revise Paragraph 1.02, A, Insert Bid Item description #2: 2. Payment for driveway curb valley gutters and curb radii returns are paid under the above bid items. 2. Page 32 16 13 -1. Re -number remaining of Paragraph 1.02, A. LIST OF ATTACHMENTS 1. None. 3. No separate measurement or payment for modifications at curb ramps, transition sections, or B618 curb installed at catch basins and radii. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. END OF DOCUMENT ADDENDUM 2 0 2019 Stantec 1 193804268 0091 13-2 DOCUMENT 00 91 13 ADDENDUM 1 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 1019 PROJECT NO. 193804268 NEW HOPE, MINNESOTA January 17, 2019 Number of Pages: 2 (includes this sheet) To: All Planholders of Record From: Stantec 733 Marquette Ave. Suite 1000 Minneapolis, MN 55402 (612) 712-2000 - General Office (612) 712-2034 -Ann Dienhart, 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 shiriey.lovell@stantec,com as soon as you receive it. S.R. Weidema, Inc. 17600 113th Ave N Maple Grove, MN 55369 Company Name ate ADDENDUM 1 0 2019 Stantec 1193804268 0091 13 - 1 SECTION 31 23 00 - EXCAVATION AND FILL 1. Page 31 23 00 - 1. Delete Paragraph 1.02, A, Bid Item description #2, Common Excavation (P) - Phase 1. A. All Common Excavation will be hauled off -site and paid under Bid Item No. 18: Common Excavation (P) on the Bid Form. 2. Page 31 23 00 - 4 and 5. Delete paragraph 3.04, D. Phase 1 Common Excavation and all the associated sub paragraphs 1-3. LIST OF ATTACHMENTS 1. None. END OF DOCUMENT © 2019 Stantec 1 193804268 ADDENDUM 1 0091 13-2 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. r Christoph Long, P.E. . Date: January 4, 2019 License # 47106 END OF SECTION PROFESSIONAL CERTIFICATIONS © 2019 Stantec 1 193804268 0001 05 - 1 This Page Left Blank Intentionally SECTION 00 01 10 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP Division 00 - Procurement and Contracting Requirements Introductory Information 0001 05 Certifications Page 0001 10 Table of Contents Procurement Requirements 00 11 13 Advertisement for Bids 0021 13 Instructions to Bidders 0031 00 Available Project Information 0041 10 Bid Form 0041 13 Bid Form Attachment A Contracting Requirements 0052 10 Agreement Form 0061 13.13 Performance Bond 0061 13.16 Payment Bond 00 72 05 EJCDC C-700 Std General Conditions of the Construction Contract (2007 Edition) 00 73 05 Supplementary Conditions SPECIFICATIONS GROUP GENERAL REQUIREMENTS SUBGROUP Division 01 - General Requirements 01 1000 Summary 01 2000 Price and Payment Procedures 01 31 00 Project Management and Coordination 01 3300 Submittal Procedures 01 4000 Quality Requirements 01 5000 Temporary Facilities and Controls 01 57 13 Temporary Erosion and Sediment Control 01 7000 Execution Requirements Division 02 - Existing Conditions 0241 13 Selective Site Demolition SITE AND INFRASTRUCTURE SUBGROUP Division 31 - Earthwork 31 1000 Site Clearing 31 2300 Excavation and Fill 31 23 13 Subgrade Preparation 31 32 19 Geosynthetic Soil Stabilization and Layer Separation Division 32 - Exterior Improvements 32 11 23 Aggregate Base Courses 32 1201 Flexible Paving for Municipal Projects 32 13 14 Concrete Walks, Medians and Driveways 32 16 13 Curbs and Gutters TABLE OF CONTENTS © 2019 Stantec 1 193804268 0001 10- 1 32 17 23 Pavement Markings 32 92 00 Turf and Grasses Division 33 - Utilities 33 05 05 Trenching and Backfilling 3305 17 Adjust Miscellaneous Structures 33 10 00 Water Utilities 33 12 12 Water Services 33 40 00 Storm Drainage Utilities 33 46 00 Subdrainage Division 34 -Transportation 3441 05 Traffic Signs and Devices END OF SECTION TABLE OF CONTENIS © 2019 Stantec 1 193804268 0001 10 - 2 SECTION 00 11 13 ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of New Hope, Minnesota, in the City Hall at 4401 Xylon Avenue North, until 10 A.M., CST, Thursday, January 31, 2019, 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: 2019 Winpark_Drive Infrastructure Improvements Protect - City Project No. 1019 In general, Work consists of the replacement of water main, services, replacements storm sewer, and street improvements. The Project consists of the following approximate quantities for the Base Bid: 11,400 SY Remove Bituminous Pavement 1,200 LF Storm Sewer Pipe - 12" to 36" 35 EA Storm Sewer Structure 600 LF 6" PVC Water Main 2,800 LF 8" PVC Water Main 10,000 CY Common Excavation 18,700 TN Select Granular Borrow (Modified) 9,400 TN Class 5 Aggregate Base 2,900 TN Bituminous Pavement 8,000 SF 7" Concrete Driveway Apron 5,900 LF Concrete Curb and Gutter 140 LF Underground Stormwater Filtration Trench Along with miscellaneous utility improvements, removals, restoration, signing, stop bar striping and correlated appurtenances. An optional Pre -Bid Meeting will be held at 10:00 A.M CST, on January 17, 2019 at New Hope Public Works located at 5500 International Parkway. 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. Complete digital Bidding Documents are available at www.auestcdn.com for $20 by inputting C, ues_t_CDN eBidDoc #6049060on 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, (612) 712-2000. Direct inquiries to Engineer's Project Manager, Ann Dienhart, at (612) 712-2034. 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. ADVERTISEMENT FOR BIDS © 2019 Stantec 1 193804268 00 1 1 13 - 1 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 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below: A. Issuing Office - The office from which the Bidding Documents are to be issued and where the Bidding procedures are to be administered. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation for Bids may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license for any other use. 2.04 Neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from Bidder's use of electronic downloadable Bidding Documents (Electronic Bidding Documents). In addition to the above 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 QuestCDN. 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. INSTRUCTIONS TO BIDDERS @ 2019 Stantec 1 193804268 0021 13 - 1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within 5 days of Owner's request, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below: A. Evidence of Bidder's authority to do business in the state where the Project is located. B. Evidence of genuineness of Bid and lack of collusion in conjunction therewith. 3.02 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder's representations and certifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify 1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site. 2. Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. INSTRUCTIONS TO BIDDERS © 2019 Stantec 1 193804268 0021 13 - 2 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 4.06 of the General Conditions. 4.05 On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a 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;" 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; INSTRUCTIONS TO BIDDERS © 2019 Stantec 1 193804268 0021 13 - 3 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 I. 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 An optional Pre -Bid Meeting will be held at 10 A.M, CST on Thursday January 17, 2019 at New Hope Public Works, 5500 International Parkway, New Hope, MN 55428. Representatives of 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 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. 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. INSTRUCTIONS TO BIDDERS © 2019 Stantec 1 193804268 0021 13 - 4 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. ARTICLE 8 - BID SECURITY 8.01 A Bid must be accompanied by Bid Security made payable to Owner in an amount of 5 percent of Bidder's maximum Bid price and in the form of a certified check, bank money order, or a Bid Bond issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid Security of the successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required Contract Security and met the other conditions of the Notice of Award, whereupon the Bid Security will be returned. If the successful Bidder fails to execute and deliver the Contract Documents and furnish the required Contract Security within 15 days after the Notice of Award, Owner may consider Bidder to be in default, annul the Notice of Award, and the Bid Security of that Bidder will be forfeited. Such forfeiture shall be Owner's exclusive remedy if Bidder defaults. The Bid Security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 7 days after the Effective Date of the Agreement or 61 days after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within 7 days after the Bid Opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of days within which, or the dates by which, Milestones are to be achieved and the Work is to be Substantially Completed and ready for Final Payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. 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. INSTRUCTIONS TO BIDDERS © 2019 Stantec 1 193804268 0021 13 - 5 If Owner or Engineer, after due investigation, has reasonable objection to any proposed subcontractor, supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent successful Bidder to submit a substitute, in which case apparent successful Bidder shall submit an acceptable substitute, Bidder's Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating Bids and making the Contract award. 12.02 If apparent successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable subcontractors, suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid Security of any Bidder. Any subcontractor, supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12.03 Contractor shall not be required to employ any subcontractor, supplier, individual, or entity against whom Contractor has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid Form is included with the Bidding Documents. 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. INSTRUCTIONS TO BIDDERS © 2019 Stantec 1 193804268 0021 13 - 6 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. ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a Bid Unit Price basis for each Bid Item of Work listed in the Bid Form. B. The total of all estimated prices will be the sum of the products of the estimated quantity of each Bid Item and the corresponding Bid Unit Price. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of work and Bid Unit Prices will be resolved in favor of the Bid Unit Prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. D. Bids will be compared on the basis of the "Total Base Bid" and this amount will be the basis for determining the lowest Bidder. ARTICLE 15 - SUBMITTAL OF BID 15.01 Bid shall be submitted no later than the date and time prescribed and at the place indicated in the 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 for Bids and, unless obviously non -responsive, read aloud publicly. An abstract of the amounts of the Base Bids and major Alternates, if any, will be made available to Bidders after the Project is awarded. INSTRUCTIONS TO BIDDERS © 2019 Stantec 1 193804268 0021 13 - 7 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 19 - EVALUATION OF BIDS AND AWARD OF CONTRACT 19.01 If the Contract is awarded, award will be made on the basis of the lowest responsive, responsible, qualified Bidder determined by the 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 successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds. INSTRUCTIONS TO BIDDERS © 2019 Stantec 1 193804268 0021 13 - 8 ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When Owner issues a Notice of Award to the successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within 10 days thereafter, Owner shall deliver 2 fully signed counterparts to successful Bidder with a complete set of the Drawings with appropriate identification. ARTICLE 22 - RESPONSIBLE CONTRACTOR 22.01 In accordance with Laws of Minnesota, 2014, chapter 253 (Minnesota Statutes § 16C.285), Bidders are hereby advised that the Owner cannot award a construction contract in excess of $50,000 unless the contractor is a "responsible contractor" as defined in Minnesota Statutes § 16C.285, subdivision 3. A bidder submitting a Proposal for this Project must verify that it meets the minimum criteria specified in Minnesota Statutes § 16C.285, subdivision 3, by completing the Responsible Contractor Certificate within this Proposal. Statements in the certificate must be certified by a company officer. Bidders are responsible for obtaining verifications of compliance from all subcontractors, using a form provided by the Owner. A bidder must submit signed verifications from subcontractors upon the Owner's request. A Bidder or subcontractor who does not meet the minimum criteria established in Minnesota Statutes § 16C.285, subdivision 3, or who fails to verify compliance with the minimum requirements, will not be a "responsible contractor" and will be ineligible to be awarded the Contract for this Project or to work on this Project. Bidders and subcontractors are also advised that making a false statement verifying compliance with any of the minimum criteria will render the Bidder or subcontractor ineligible to be awarded a construction contract for this Project and may result in the termination of a contract awarded to a Bidder or subcontractor that makes a false statement. ARTICLE 23 - SUBLETTING OF CONTRACTOR 23.01 REVISED 11 /24/14 The provisions of MnDOT 1801 are modified as follows: For Projects in excess of $50,000, the Contractor may sublet work only to subcontractors that meet the definition of "responsible contractor" in Minnesota Statutes § 16C.285, subdivision 3. The Contractor is responsible for obtaining verifications of compliance with § 16C.285 from subcontractors using a form provided by the Owner. The Contractor must provide such verifications to the Owner upon the Owner's request. END OF SECTION INSTRUCTIONS TO BIDDERS © 2019 Stantec 1 193804268 0021 13 - 9 This Page Left Blank Intentionally SECTION 00 31 00 AVAILABLE PROJECT INFORMATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Technical Data. 1.02 TECHNICAL DATA A. The Technical Data is identified in the Supplementary Conditions. Bidders are responsible for their own interpretation, verification, and use of the Technical Data contained in these reports and drawings consistent with the General Conditions and Supplementary Conditions. Reports, drawings, and other information regarding the Project may be available for Bidder's review at Engineer's office. Schedule a viewing time with the Project Manager. B. Portions of reports and drawings used by the Engineer in the preparation of Bidding Documents are attached to this Section. A list of attachments to this Section include: 1. Report dated May 31, 2018 prepared by American Engineering Testing, Inc. entitled "Report of Geotechnical and Pavement Engineering Services: Winpark Drive Improvements." PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION AVAILABLE PROJECT INFORMATION © 2019 Stantec 1 193804268 0031 00- 1 This Page Left Blank Intentionally AMRICAN ENGINEERING TESTING, INC. CONSULTANTS ENVIRONMENTAL GEO-FF"HNICAL MATERIALS FORENSICS www.amengtest.com ow t04 REPORT OF GEOTECHNICAL AND PAVEMENT ENGINEERING SERVICES Winpark Drive Improvements New Hope, Minnesota Date: May 31, 2018 Prepared for: City of New Hope Mr. Bernie Weber Director of Public Works 5500 International Parkway New Hope, Minnesota 55428 Report No. 28-01392 Awn-RICAN ENGINEERING TESTING, INC. May 31, 2018 Mr. Bernie Weber Director of Public Works 5500 International Parkway New Hope, MN 55428 RE: Report of Geotechnical and Pavement Engineering Services Winpark Drive Improvements From Winnetka Ave N to 32nd Ave N New Hope, Minnesota AET Report No. 28-01392 Dear Mr. Weber: CONSULTANTS ENVIRONMENTAL • GEOTECHNICAL • 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 April 24, 2018, and authorized on April 25, 2018. We are submitting this email copy of the report to you. An email copy is also being sent to Kellie Schlegel of Stantec. Paper copies are available upon request. 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. Senior Pavement Engineer (651)603-6618 ill 1'tegen C�,a1 engtest.com W=, 550 Cleveland Avenue North I Saint Paul, MN 55114 Phone (551) 659-9001 1 (800) 972-6384 1 Fax (551) 659-1379 1 www.amengtest.com I AAIEEO This document shall not be reproduced. except in full, without written approval from American Engineering Toeting, Inc. Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. SIGNATURE PAGE Prepared for: City of New Hope 5500 International Parkway New Hope, MN 55428 Attn: Mr. Bernie Weber Director of Public Works Report Authored By: Melanie Fiegen, P.E. Senior Pavement 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: Mav 31 2018 License #: 16711 Copyright 2018 American Engineering Testing, Inc. All Rights Reserved Prepared by: American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 (651) 659-9001/www.amengtest.com Peer Review Conducted By: Chunhua Han, Ph.D., P.E. Principal Engineer, Geotechnical Division Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. TABLE OF CONTENTS TransmittalLetter............................................................................................................................. SignaturePage................................................................................................................................ is TABLEOF CONTENTS............................................................................................................... iii 1.0 introduction............................................................................................................................... 1 2.0 SCOPE OF SERVICES ................................................. ......................... .............. I................... 1 3.0 PROJECT INFORMATION..................................................................................................... 1 4.0 SUBSURFACE EXPLORATION AND PAVEMENT TESTING .......................................... 2 4.1 Pavement Thickness Testing................................................................................................ 2 4.2 Subsurface Exploration.................................................................................................. .... 3 5.0 SITE CONDITIONS................................................................................................................. 3 5.1 Pavement Thickness.............................................................................................................. 3 5.2 Subsurface Soils/Geology...................................................................................................... 4 5.3 Ground Water........................................................................................................................ 4 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............................................................................................................. 7 6.4 Estimated R-value................................................................................................................ 10 6.5 Utility Support, Bedding, and Backfilling........................................................................... I i] 7.0 CONSTRUCTION CONSIDERATIONS.............................................................................. I I 7.1 Potential Difficulties............................................................................................................ 11 7.2 Excavation Backsloping...................................................................................................... 1 l 7.3 Observation and Testing...................................................................................................... 11 8.0 LIMITATIONS....................................................................................................................... 12 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 Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 1.0 INTRODUCTION Improvements are proposed for Winpark Drive in New Hope, Minnesota. To assist planning and design, you have authorized American Engineering Testing, Inc. (AET) to conduct a GPR survey, subsurface exploration program at the site, and perform a geotechnical and pavement engineering review. This report presents the results of our services. 2.0 SCOPE OF SERVICES AET's services were performed according to our proposal to you dated April 24, 2018. 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 five (5) standard penetration test borings (SPT) to nominal depth of 12 feet. • Analyze the GPR data for pavement thickness information. ■ Prepare an engineering report summarizing the test results and providing recommendations for pavement reconstruction including an estimated subgrade R-value. 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 Winpark Drive between Winnetka Avenue North (CSAH 156) on the north and 32"d Avenue North on the south. The tested roadway is illustrated in Figure 1. We understand the preferred method of improvement is reconstruction and that grades should be maintained. Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 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 two scans per foot. The data was collected using a 2 GHz antenna, which allows material layer measurements at depths of 18 to 24 inches with a resolution less than about 1/2-inch. The test data and details of the methods used appear in Appendix A. The GPR data was collected on April 26, 2018. 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. The total depth of pavement is not always explicitly clear. Where gaps in clear identification of pavement and base layer thicknesses are encountered, they are reported as a percent of the picking rate of the layer interface. A picking rate of 100 percent indicates the layer interfaces were visible in 100 percent of the scanned points. Factors influencing definition of radar scans include ambient Page 2 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. electromagnetic interference, the presence of moisture, the presence of voids, and the similarity of material layer type between layers (gravel vs. gravelly sand). 4.2 Subsurface Exploration The subsurface exploration program consisted of five (5) SPT borings performed on May 8, 2018. The number and approximate locations of borings were chosen by Stantec. These locations were marked in the field by AET prior to drilling. The approximate locations of the borings are illustrated on the attached Figure 1. Subsurface boring logs and details of the drilling methods used appear in Appendix B. The logs contain information concerning soil layering, soil classification, geologic description, and moisture condition. The laboratory test program consisted of several water content tests and two sieve analysis tests. The test results appear on the individual boring logs adjacent to the samples upon which they were performed or at the end of Appendix B. 5.0 SITE CONDITIONS 5.1 Pavement Thickness The pavement surfacing is bituminous at all the sampled locations. Base -like material consisting of mostly silty sand with gravel (classified as A-1-b) was found beneath the bituminous. The bituminous thickness ranges from 4.25 to 7.5 inches. The aggregate base -like material extends to a depth of 24 inches at all boring locations. Gradations of the material are included in Appendix B. Table 5.1 provides a summary of the average and 151" percentile thicknesses of the bituminous layer determined from the GPR survey, as well as the coefficient of variation (CV) of the average thickness. The thickness of the bituminous is on the order of 4.5 to 5.5 inches at the northern portion, and 7 to 8 inches at the southern 700 feet. The bottom of the base layer, 24 inches in our Page 3 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. borings, was deeper than can be detected in the GPR data. Figure 2 shows the pavement surface thickness geographically. Table 5.1— Pavement Thickness Information - GPR Street GPR Thickness Information Bituminous Avg, in. CV* 15th, in. Section 1, northern 1700 ft 5.3 33% 3.9 Section 2, southern 700 ft 7.9 9% 7.3 Note: CV is the standard deviation divided by the mean, which provides a measurement of the amount of variation in a data set. The lower the value of CV, the more the overall data approximate to the mean. CV is also a useful statistic for comparing the degree of variation from one data set to another, even if the means are drastically different from each other. 15' denotes the 15`' percentile, the value that 85% of the pavement thickness is greater than and we generally recommend using fur design purposes 5.2 Subsurface Soils/Geology Below the aggregate base material, the borings encountered predominantly fill and interbedded till and fine alluvial soils. The fill consists mostly of sandy lean clay and clayey sand and ranges in depth from 4 to 6%2 feet. The fine alluvium and till consist of lean clay, silt, clayey sand and sandy lean clay. At Boring 2, a slightly organic lean clay topsoil layer was encountered at a depth of 61/2 to 9 feet. The soils within the upper 2 to 3 feet of the pavement surface consist mostly of cohesive materials. The A-6 soils represent the limiting condition in terms of design R-value. 5.3 Ground Water Ground water was encountered within Borings 3 and 4 during drilling at depths of 9 feet and 10.8 feet below grade. No ground water was encountered in the remaining borings. If water is encountered during construction, it would likely be in the form of perched water over slow - draining soils. Ground water levels fluctuate due to varying seasonal and annual rainfall and snow melt amounts, as well as other factors. Page 4 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 5.4 Review of Subgrade Properties 5.4.1 Strength/Stability High strength/stability is needed from the upper portion of the subgrade to resist yielding from wheel loads. Although load intensity dissipates with depth, the more critical portion requiring high strength for wheel load resistance is normally considered the upper three feet of the subgrade (defined as the critical subgrade zone in this report). For the most part, the samples retrieved from the upper subgrade zone appear to have a reasonable level of stability based on the N-values and current water contents versus the judged "optimum" water contents. Although variations can occur away from the test locations, the borings suggest the need for subgrade stability correction should not be excessive. 5.4.2 Compressibility Street grades are not planned to be raised. Accordingly, the existing soils will not be subjected to increased static loads. Therefore, soil compressibility should not be an issue provided new fill soils are properly compacted. 5.4.3 Frost Susceptibility The clayey sands, sandy clays, and lean clays (which appear at most of the test locations) are moderate to 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, moderate to 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. Page 5of12 W Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC_ 6.0 RECOMMENDATIONS 6.1 Definitions The ensuing sections use italicized words, which have the following definitions: Top of grading grade is defined as the grade which contacts the bottom of the aggregate base layer. Sand subbase is a uniform thickness sand layer placed as the top of subgrade (directly below top of grading grade) which is intended to improve the frost and drainage characteristics of the pavement system by better draining excess water in the aggregate base and subbase, by reducing and "bridging" frost heaving, and by reducing spring thaw weakening effects. Critical subgrade zone is the subgrade portion beneath and within three vertical feet of the top of grading grade. A sand subbase, if placed, would be considered the upper portion of the critical subgrade zone. Select Granular Material shall meet the requirements of Mn/DOT Specification 3149.2B2. Select Granular Material (Super Sand) 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. Page 6of12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 6.2 Existing Pavement Recycling The existing bituminous will be removed to prepare the subgrade. It should be possible to recycle these materials provided they are crushed to an aggregate base -like gradation specification. Crushed bituminous to be reused as aggregate base should be blended with existing aggregate base or crushed concrete to meet MnDOT Class 7 Specification 3138.2A2. If excess recycled material is used in the pavement profile (beyond the planned aggregate base layer), for drainage reasons it should be placed above any sand subbase layer (as a thickened base) rather than below or mixed within the subbase material. If you are considering reclaiming the bituminous layer with a portion of the aggregate base, we can be consulted for additional recommendations. 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, particularly through the areas of A-6 soils. Sand subbase layers are typically required to be Select Granular Material. This specification allows for the possibility of a fine-grained sand material approaching a silty sand classification. This type of material does not allow for "free" drainage, and the stability can also be affected by the presence of water. Select Granular Material (Super Sand) is less affected by water and Page 7of12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 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. In areas where moderate to slow draining soils will remain below the sand subbase (which will apply to most of the length), the sand subbase should be provided with proper subsurface drainage to prevent build-up of water within the sand. This can be accomplished by placing short segments of properly engineered drainage lines which are connected to catch basins in low elevation areas (referred to as "finger drains"). Where streets are relatively level, and if finger drains are not frequent, longer parallel drainage lines should be placed through that area to better remove infiltrating water. The need for shorter paths to draintile lines increases as the subbase material becomes less permeable (i.e, less draintile would be needed using Modified Select 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. Page 8of12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. In those areas where sandy soils are exposed, we recommend applying surface compaction. This compaction should take place with at least 4 passes of a self-propelled vibratory roller compactor having a drum diameter of at least 3 feet. Overall stability should be evaluated during the compaction process (deflection judgments by a geotechnical/pavement engineer). Instability will likely be a result of wetter clayey/silty soils beneath the exposed sandy soils. Again, the unstable soils should be improved by means of scarification, drying, and recompaction; or by subcutting and replacement. With the placement of a sand subbase layer, it will be possible to better detect unstable soils within the lower portion of the critical subgrade zone. Without sand subbase placement, test roll evaluation would need to pay special attention to "wavy" or rolling deflection due to deeper unstable conditions. If only the upper rutted soils are reworked in this case, unstable soils below about 1 foot or so could then be undetected and remain beneath the surface, which would affect long-term performance. If a sand subbase is not placed, it may then be necessary to perform subcutting of unstable soils, even if not intended for frost/drainage reasons. 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 2105.3171 (Specified Density Method). Using ASTM terminology, this specification requires soils placed Page 9of12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. within the critical subgrade zone be compacted to a minimum of 100% of the standard maximum dry unit weight defined in ASTM: D698 (Standard Proctor test), at a water content 65% to 102% of the standard optimum water content. A reduced minimum compaction level of 95% of the standard maximum dry unit weight can be used below the critical subgrade zone. The sand subbase can be considered part of a composite subgrade; and the top of the subbase can be figured as the top of the 3-foot subgrade zone needing the 100% compaction level. However, the lower (dry) end of the water content range requirement does not need to apply to the sands. 6.4 Estimated R-value and Pavement Design 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. 6.5 Utility Support, Bedding, and Backfilling If utility installation/repairs take place, we recommend trenching, installation, repairs, and backfilling be performed prior to final street subgrade preparation and sand subbase placement. With proper pipe bedding, the soils represented by the borings should provide adequate foundation support for utility construction. Special bedding would be needed in cases of trench bottom instability (e.g., softer clays or organic soils) or where the pipe is placed within soils which may create point loads (e.g., bedrock or zones of high gravel content, cobble, and/or boulder laden soils). We refer you to the attached standard data sheets entitled `Bedding/Foundation Support of Buried Pipe" and "Utility Excavation Backfilling" for additional recommendations on utility bedding and for utility backfilling. If ground water enters trenches during construction, we recommend positive dewatering be performed such that bedding placement and pipe installation can be performed in a non -standing water condition. Page 10 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 6.6 Additional Consideration We observed that the middle area of the east -west section of roadway is lower in elevation and may have ponding water. We recommend a catch basin or drainage lines be considered for this area to improve drainage. 7.0 CONSTRUCTION CONSIDERATIONS 7.1 Potential Difficulties 7.1.1 Wet or Dry Soils The materials excavated may be wet or dry of the "optimum" condition, making proper compaction of those materials as trench backfill not possible unless they are mechanically moisture conditioned to near the standard optimum water content. The instability of soils beneath the fill layer being compacted may also limit the ability to compact the upper soils. 7.1.2 Cobbles/Boulders The soils at this site may potentially include debris, cobbles, and/or boulders. These larger particles may make excavating procedures somewhat more difficult than normal if they are encountered 7.2 Excavation Backsloping If excavation faces are not retained, the excavations should maintain maximum allowable slopes in accordance with OSHA Regulations (Standards 29 CFR), Part 1926, Subpart P, "Excavations " (can be found on www.osha.goy). Even with the required OSHA sloping, water seepage or surface runoff can potentially induce sideslope erosion or running which could require slope maintenance. Maintaining excavation face slopes in accordance with OSHA requirements should be the responsibility of the contractor and the construction documents be prepared to this effect. 7.3 Observation and Testing The recommendations in this report are based on the subsurface conditions found at our test boring Page 11 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 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, either 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 12of12 4 N r ! ! ! 36TH AVE N ................... . L - 3510 ` 7716 WINPARK DRIVE B-1 ! 7719 3440 B-3 3410 Q a 0, 324] , 3300 u Z �- 3233 0 ! o �u 3209 ��l [ELI I�R�aAafiaa� s i LOCATION MAP NEW HOPE, MINNESOTA WINPARK DRIVE RECONSTRUCTION B-2 rkl�l 2019 PROJECT AREA WINPARK DRIVE 3440 J 3335 u 0 3300 u 3240 a is a a 32ND AVE N z w Qko N w � z z 0 250 500 DATE: 5/ 18/2017 RECONSTRUCT AREA - RECONSTRUCT AREA - MUNICIPAL BOUNDARY FIGURE: 1 PROJ. NO.: 193803900 Sta me c 2335 Highway 36 W SI, Paul, MN 55113 wwwslanlec.c— r LEGEND: < 3 fn 3 bin 6-9in PROJECT WINPARK DR IMPROVEMENTS AET NO. NEW HOPE, MINNESOTA 28-01392 AMERICAN SUBJECT DATE ENGINEERING THICKNESS BY GPR May 17, 2018 TESTING, INC. SCALE DRAWN BY CHECKED BY I See above MF CH FIGURE 2 BEDDING/FOUNDATION SUPPORT OF BURIED PIPE GENERAL This page addresses soil bedding and foundation support of rigid pipe, such as reinforced concrete, and flexible pipe, such as steel and plastic. This does not address selection of pipe based on loads and allowable deflections, but rather addresses the geotechnical/soil aspects of uniform pipe support. Bedding/foundation support needs relate to local conditions directly beneath and to the sides of the pipe zone, which may be influenced by soft in -situ ground conditions or by soil disturbance due to soil sensitivity or ground water. Bedding relates to granular materials placed directly beneath the bottom of the pipe (usually 4" to 6" thick), which is intended to provide increased support uniformity. We refer to foundation soils as thicker layers of sands and/or gravels (beneath the bedding zone) intended to provide increased foundation strength support, usually needed due to soft, unstable and/or waterbearing conditions. GRANULAR BEDDING With circular pipes, high local loads (approaching point loads) develop if pipes are placed on hard surfaces. Load distribution is improved by placing granular bedding materials beneath the pipe, which are either shaped to match the pipe bottom or are placed without compaction to allow "settling in." The bedding should be placed in such a manner that the pipe will be at the proper elevation and slope when the pipe is laid on the bedding. Common bedding material is defined in Mn/DOT Specification 3149.2F, Granular Bedding. Published documents recommend rigid pipes having a diameter of 12" to 54" be placed on a bedding thickness of 4", which increases to 6" of bedding for pipe diameters ranging from 54" to 72". Beyond a 72" diameter, the bedding thickness can be equal to the pipe outside diameter divided by 12. Typically, the need for bedding under small diameter pipes (less than 12") depends on the pipe designer's specific needs, although in obvious point loads situations (bedrock, cobbles, significant coarse gravel content), bedding is recommended. Note that bedding should also account for larger diameter bells at joints. FOUNDATION FILL Positive uniform strength is usually compromised in soft or unstable trench bottom conditions. In this case, deeper subcuts and foundation fill placement is needed beneath the pipe. In moderate instability conditions, improvement can likely be accomplished with a thicker bedding layer. However, in more significant instability situations, particularly where ground water is present, coarser materials may be needed to provide a stronger foundation. Thicker gravel layers can also be a favorable media from which to dewater. The following materials would be appropriate for stability improvement, with the coarser materials being appropriate for higher instability/ground water cases. • Fine Filter Aggregate — Mn/DOT Specification 3149.2J • Coarse Filter Aggregate—Mn/DOT Specification 3149.214 When using a coarser material which includes significant void space, we highly recommend enveloping the entire gravel layer within a geotextile fabric. The gravel material includes open void space, and the fabric acts as a separator which minimizes the intrusion of fines into the open void space. If additional granular bedding sand is used above foundation gravel, the fabric would also prevent downward infiltration of bedding sand into the rock void space. Although it is preferred to not highly compact thin granular bedding zones directly beneath the pipe center, it is + desirable to compact the foundation materials to prevent more significant pipe settlement. We recommend foundation fill be compacted to a minimum of 95% of the Standard Proctor density (ASTM: D698). It is not possible to test coarse rock fill, although this material should still be well compacted/ tamped. I' L Often, pipes entering structures such as catch basins, lift stations, etc., enter the structure at a higher elevation than the structure bottom, and are therefore placed on the structure backfill. Fill beneath these pipes should be considered foundation fill. Depending on the flexibility of the connection design, it may be necessary to increase the minimum compaction level to reduce differential settlements, particularly with thicker fills. SIDE FILLSUPPORT If the pipe designer requires support from the side fill, granular bedding should also be placed along the sides of the pipe. In poor soil conditions, the sand fill may need to be placed laterally up to two pipe diameters on both sides of the pipe. With rigid pipe, compacted sand placement up to the spring line (within the haunch area) is usually sufficient. With flexible pipe, side fill should be placed and compacted at least to the top of the pipe. For positive support, it is very important to properly compact the sands within the haunch area. OIREP017 (12/08) AMERICAN ENGINEERING TESTING, INC. UTILITY EXCAVATION BACKFILLING GENERAL Clayey and silty soils are often difficult to compact, as they may be naturally wet or dry, or may become wet due to ground water or runoff water during construction. Soils will need to be placed within a certain range of water (moisture) content to attain desired compaction levels. Moisture conditioning to within this range can be time consuming and labor intensive, and will require favorable weather. The degree of compaction and the soil type used for backfill within open cut utility excavations depends on the eventual function of the overlying land surface. Details are as follows: ROADWAYS Where trenches are located below roadways, we recommend using inorganic fill and compacting these soils per Mn/DOT Specification 2105.3171 (Specified Density Method). This specification requires achieving 100% of the Standard Proctor density in the upper 3-foot subgrade zone, and 95% below this. Note that this specification also includes moisture content range requirements which are important for proper subgrade stability. Where available soils are wet or of poor quality, it may be possible to use the "Quality Compaction Method" (Mn/DOT Specification 2105.3F2) for soils below the upper 3-foot subgrade zone if you can tolerate some subsidence. However, a high level of stability is still important within the upper subgrade zone and recommend that the "Specified Density Method" be used in this upper subgrade area. We caution that if backfill soils in the lower trench area are significantly unstable, it may be difficult or even impossible to properly compact soils within the upper 3-foot subgrade zone. In this case, road subgrade stability can be improved by placing a geotextile reinforcement fabric directly over the unstable soils followed by properly drained granular fill placement. STRUCTURAL AREAS If fill is placed beneath or within the significant zone of influence of a structure (typically a 1:1 lateral oversize zone), the soil type and minimum compaction level will need to be evaluated on an individual basis. Because trenches result in variable fill depths over a short lateral distance, higher than normal compaction levels and/or more favorable (sandy) soil fill types may be needed. If this situation exists, it is important that special geotechnical engineering review be performed. NON-STRUCTURAL AREAS In grass/ditch areas, backfill soils should be placed in reasonable lift thicknesses and compacted to a minimum of 90% of the Standard Proctor density (ASTM: D698) and/or per the Mn/DOT "Quality Compaction Method." If lower compaction levels are accepted, more noticeable subsidence at the surface can occur. Steep or high slopes require special consideration, and if this situation exists, it is important that special geotechnical engineering review be performed. SPECIAL CASES Structural retention systems are often used to reduce impacts on adjacent streets/improvements. If localized excavations/pits or annular spaces are created which need to be backfilled, it may not be possible to place and compact soils by the conventional means of backfilling. Retraction of structural systems can also leave soils loosened. Significant settlement can occur in areas where backfill cannot be compacted. If these situations are located in non-structural or non -paved areas, it may be reasonable to accept the settlements and associated follow-up maintenance in order avoid the high cost of trying to compact the soil or placing flowable lean concrete fill. However, there may be areas where fill settlement needs to be avoided, especially as the settlement will be differential from the surrounding surface, or differential from a buried structure in the case of higher piping entering the structure. Where settlement needs to be avoided, the specification should require that the contractor submit a backfill compaction plan along with the retention plan. Improper sequencing of retention system removal and backfilling of the pits could result in excessive settlement and/or lateral movement of nearby improvements. 01REP018 (04/12) AMERICAN ENGINEERING TESTING, INC. Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 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. 28-01392 A.1 FIELD EXPLORATION The pavement structural conditions at the site were evaluated nondestructively using Ground Penetrating Radar (GPR). The description of the equipment precedes the GPR Data and Analysis Results in this appendix. A.2 EQUIPMENT DESCRIPTION A.2.1 GSSI GPR Test System The GPR test system owned by AET is a GSSI Roadscan System that consists of a bumper -mounted, 2 GHz air - coupled antenna and a SIR-20 control and data acquisition processor, featuring dual channels. The GPR processor, including a SIR-20 data acquisition system, wheel -mounted DMI (Distance Measuring Instrument), and a tough book with the SIR-20 Field Program constitutes the newest, most sophisticated GSSI Test System, which fulfills or exceeds all requirements to meet ASTM-4748, ASTM D-6087 Standards. Figure Cl provides a view of this equipment. 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 2 vertical scans per foot. Each vertical scan consisted of 512 samples and the record length in time of each scan was 12 nanoseconds. Filters used during acquisition were 300 MHz high pass and 5,000 MHz low pass. In a GPR test, the antenna is moved continuously across the test surface and the control unit collects data at a specified distance increment. In this way, the data collection rate is independent of the scan rate. Alternatively, scanning can be performed at a constant rate of time, regardless of the scan distance. Single point scans can be performed as well. Data is reviewed on -screen and in the field to identify reflections and ensure proper data collection parameters. Field testing is performed in accordance with the standard ASTM procedures as described in ASTM D 4695-96, "Standard Guide for General Pavement Deflection Measurements". A.2.2 System Calibrations Horn antenna processing is used to get the velocity of the radar energy in the material by comparing the reflection strengths (amplitudes) from a pavement layer interface with a perfect reflector (a metal plate). The calibration scan is obtained with the horn antenna placed over a metal plate at the same elevation as a scan obtained over pavement. Appendix A - Page I of 3 AMERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01392 The same setting for data collection is used for metal plate calibration. Fifteen seconds are need for jumping up and down on the vehicle's bumper to collect the full range of motion for the vehicle's shocks. The filename of raw calibration file is recorded. Survey wheel is calibrated by laying out a long distance (> 50 feet) with tape measure A.2.3 Linear Distance and Spatial Reference System Distance measuring instrument (DMI) is a trailer mounted two phase encoder system. When DMI is connected to the SIR-20 it provides for automatic display and recording distance information in both English and metric units with a 1 foot (0.3 meters) resolution and four percent accuracy when calibrated using provided procedure in the Field Program. Spatial reference system is a Trimble ProXH Global Positioning System (GPS) that consists of fully integrated receiver, antenna and battery unit with Trimble's new H-StarTM technology to provide subfoot (30 cm) post processed accuracy. The External Patch antenna is added to the ProXH receiver for the position of the loading plate. The External Patch antenna can be conveniently elevated with the optional baseball cap to prevent any signal blockage. A.2.4 Camera Monitoring System A battery operated independent DC-1908E multi -functional digital camera with a SD card is used for easy positioning of the loading plate or of the pavement surface condition at the testing locations. A.3 SAMPLING METHODS At the project level, the testing interval is set at 12 scans per foot in the Outside Wheel Path (OWP) = 2.5 ft f 0.25 ft (0.76 in f 0.08 m) for nominal 12 ft (3.7 m) wide lanes at a survey speed of approximately 10 mph. Where a divided roadbed exists, surveys will be taken in both directions if the project will include improvements in both directions. If there is more than one lane in one direction the surveys will be taken in the outer driving lane (truck lane) versus the passing lane of the highway. GPR tests are performed at a constant lateral offset down the test section. When GPR tests are performed on bridge decks, multiple survey lines are followed transversely at 2-foot spacing between survey lines. At the network level, GPR tests on one scan per foot are set to be able to collect data on pavements at driving speeds, without statistically compromising the quality of the data collected. If GPR tests are for the in situ characterization of material GPR data will be collected at two scan per foot at slower driving speeds. A.4 QUALITY CONTROL (QC) AND QUALITY ASSURANCE (QA) Beside the daily metal plate calibration the DMI is also calibrated monthly by driving the vehicle over a known distance to calculate the distance scale factor. The GPR will be monitored in real time in the data collection vehicle to minimize data errors. The GPR units will be identified with a unique number and that number will accompany all data reported from that unit as required in the QC/QA plan. Scheduled preventive maintenance ensures proper equipment operation and helps identify potential problems that can be corrected to avoid poor quality or missing data that results if the equipment malfunctions while on site. The routine and major maintenance procedures established by the LTPP are adopted and any maintenance has been done at the end of the day after the testing is complete and become part of the routine performed at the end of each test/travel day and on days when no other work is scheduled. To insure quality data, the GPR assessments took place on generally dry pavement surfaces, and data was collected in each wheel path. 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. Appendix A - Page 2 of 3 AMERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01392 A.5.2 Basic Processing Basic data processing addresses some of the fundamental manipulations applied to data to make a more acceptable product for initial interpretation and data evaluation. In most instances this type of processing is already applied in real-time to generate the real-time display. The advantage of post survey processing is that the basic processing can be done more systematically and non -causal operators to remove or enhance certain features can be applied. The Reflection Picking procedure is used to eliminate unwanted noise, detects significant reflections, and records the corresponding time and depth. It uses antenna calibration file data to calculate the radar signal velocity within the pavement. A.5.3 Advance Processing Advanced data processing addresses the types of processing which require a certain amount of operator bias to be applied and which will result in data which are significantly different from the raw information which were input to the processing. A.5.4 Data Interpretation The EZ Tracker Layer Interpretation procedure uses the output from the first step to map structural layers and calculate the corresponding velocities and depths. A.6 TEST LIMITATIONS A.6.1 Test Methods The data derived through the testing program have been used to develop our opinions about the pavement conditions at your site. However, because no testing program can reveal totally what is in the subsurface, conditions between test locations and at other times, may differ from conditions described in this report. The testing we conducted identified pavement conditions only at those points where we measured pavement thicknesses and observed pavement surface conditions. Depending on the sampling methods and sampling frequency, every location may not be tested, and some anomalies which are present in the pavement may not be noted on the testing results. If conditions encountered during construction differ from those indicated by our testing, it may be necessary to alter our conclusions and recommendations, or to modify construction procedures, and the cost of construction may be affected. A.6.2 Test Standards Pavement testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. A.7 SUPPORTING TEST METHODS Soil Boring/Coring Field Exploration If both pavement thicknesses and subgrade soil types and conditions are desired the shallow coring/boring and sampling is used. The limited number of coring/boring is necessary to verify the GPR layer thickness data. Appendix A - Page 3 of 3 AMERICAN ENGINEERING TESTING, INC. -2.0 -4.0 -6.0 A -8.0 -10.0 -12.0 Ground Penetrating Radar Pavement Thickness Survey GPR Distance, feet 200 400 600 800 1000 1200 1400 1600 1800 American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 GENERAL INFORMATION: GROUND PENETRATING RADAR Project: Winpark Drive Improvements, New Hope, MN Date: 5/21/18 AET Job No.: 28-01392 Test Date: 4/26/18 Road: Winpark Drive Section: 1 From: Winnetka Ave N To: 1700 feet East and South SUMMARY STATISTICS Unite- inrhpc Layer EB WB Average CV 15th Min. Average 15th Min. BP 4.2 9% 3.9 3.4 4.3 EE 3.8 3.1 Apparent base aggregate encountered in borings but below the depth of our GPR detection 0 0.0 I I . �r EB BP ------• WB BP American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 GENERAL INFORMATION: GROUND PENETRATING RADAR Project: Winpark Drive Improvements, New Hope, MN Date: 5/21/18 AET Job No.: 28-01392 Test Date: 4/26/18 Road: Winpark Drive Section: 2 From: 1700 feet E and S of Winnetka Ave N To: 32nd Ave N SUMMARY STATISTICS Units: inches EB WB Layer Average CV 15th Min. Average I CV 15th in. BP 7.9 10% 7.4 4.8 8.0 1 7% 7.2 7.0 Apparent base aggregate encountered in borings but below the depth of our GPR detection Ground Penetrating Radar Pavement Thickness Survey GPR Distance, feet 0 100 200 300 400 500 600 0.0 -2.0 -4.0 -6.0 A -8.0 -10.0 -12.0 ----- .------_ - EB BP ------• WB BP 700 800 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. Appendix B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Subsurface Boring Logs Sieve Analysis Reports Appendix B Geotechnical Field Exploration and Testing AET Report No. 28-01392 B.1 FIELD EXPLORATION The subsurface conditions at the site were explored by drilling and sampling five standard penetration test borings. The locations of the borings and cores appear on Figure 1. 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 NO 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 Nso 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. 28-01392 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 fi•ee 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 B - Page 2 of 2 AMERICAN ENGINEERING TESTING, INC. BORING LOG NOTES DRILLING AND SAMPLING SYMBOLS Symbol Definition B, H, N: Size of flush -joint casing CA: Crew Assistant (initials) CAS: Pipe casing, number indicates nominal diameter in inches CC: Crew Chief (initials) 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 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 RD: Rotary drilling with fluid and roller or drag bit REC: In split -spoon (see notes) and thin -walled tube sampling, the recovered length (in inches) of sample. In rock coring, the length of core recovered (expressed as percent of the total core run). Zero indicates no sample recovered. REV: Revert drilling fluid SS: Standard split -spoon sampler (steel; 1" 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 140-pound 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 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 (avvroximate) qc: Static cone bearing pressure, tsf q,,: Unconfined compressive strength, psf R: Electrical Resistivity, ohm -ems 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 The standard penetration test consists of driving the sampler with a 140 pound hammer and counting the number ofblows applied in each of three 6" increments of penetration. If the sampler is driven less than 18" (usually in highly resistant material), permitted in ASTM: D 1586, the blows for each complete 6" increment and for each partial increment is on the boring log. For partial increments, the number of blows is shown to the nearest 0. P below the slash. The length of sample recovered, as shown on the "REC" column, may be greater than the distance indicated in the N column. The disparity is because the N-value is recorded below the initial 6" set (unless partial penetration defined in ASTM: D1586 is encountered) whereas the length of sample recovered is for the entire sampler drive (which may even extend more than 18"). 01REP052 (12/08) AMERICAN ENGINEERING TESTING, INC. 0 la AASHTO SOIL CLASSIFICATION SYSTEM AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS Classification of Soils and Soil-Aaareaate 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. 125 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, Gravel and Sand Fine Sand Silty or Clayey Gravel and Sand Silty Soils Clayey Soils General Ratings as Subgrade .................... . Excellent to Good Fair to Poor I ne placing of A-3 Defore 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%. 100 0 90 80 70 E 60 J 950 40 30 20 PLASTICITY INDEX (PI) 10 20 30 40 50 60 70 / / / / Q� / i P / / / j" / / A AS L I GROUP INDEX CHART Group Index (GI) = (F-35) [0.2+0.005 (LL-40) ] + 0,01 (F-15) 15—T (PI-10) where F = % Passing No- 200 sieve, LL = Liquid Limit, and PI = Plasticity Index. 20 r- N When working with A-2-6 and A-2-7 subgroups v the Partial Group Index (PGI) is determined from the a 135-1 PI only. 30 N When the combined Partial Group Indices are negative, the Group Index should be reported as zero. un 30-- O Z EL50 O $ 60 ¢ 20 a Z Z Z �]Q y U) 70 a LU Lu 10 Liquid Limit and Plasticity Index Ranges for the A-4, A-5, A-6 and A-7 Subgroups Definitions of Gravel, §and and Sift -Clay 90 The terms "gravel", "coarse sand", 'fine sand" and "silt -clay", asdeterminable from the minimum test data required in thisclassification arrangement and as used in subsequent word r--82% descriptions are defined as follows: °— 100 GRAVEL - Material passing sieve with 3-in. square openings and retained on the No. 10 sieve, Then:COARSE SAND - Material passing the No. 10 sieve and retained on the No, 40 sing No, 200 sieve PGI = 8.9 for LL sieve. PGI = 7.4 for PI FINE SAND - Material passing the No.40sieve and retained on the No,200 `�' GI = 16 sfeve.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 term "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. 01CLS022 (07/] 1) AMERICAN ENGINEERING TESTING, INC. UNIFIED SOIL CLASSIFICATION SYSTEM AMERICAN ASTM Designations: D 2487, D2488 ENGINEERING 1i TESTING, INC. Soil Classification Notes Criteria for Assigning Group Symbols and Group Names Using Laboratory TestSA Group Group Nance "Based on the material passing the 3-in Symbol (75-min) sieve. BIf field sample contained cobbles or Coarse-Quinetl Gravels More Clean Gravels Cu>4 mid GW Well graded gravel Soils More than 50% coarse Less than 5% boulders, or both, add "with cobbles or than 50% fraction retained finesc Cu<4 mid/or I >Cc>31 GP Poorly graded gravel' boulders, or both" to group name. retained on on No. 4 sieve cGravels with 5 to 12% fines require dual No. 200 sieve Gravels will) Fines classify as MLor MH GM silty 8ravC]rM.11symbols: Fines more GW-GM well-gtadcsi gravel with silt than12% fines c Fines classi ry asCL or CH GC Clayey 91rvel ' GW-GC well -graded gravel with clay GP -GM poorly graded gravel with silt Sands 50% or Clean Sands Cu?6 and I <L-<3 SW Well-grtdW surd GP -GC poorly graded gravel with clay more of coarse Less than 5% _ 'Sands with 5 to 12% fines require dual fraction passes fines° Cu<6 and/or I--Cc>3 SP Poorly -graded sand symbols: No. 4 sieve SW-SM well -graded sand with silt Sands with Fines classify as PMLor MH SM Silly sand SW -SC well-gr-aded sand with clay Fines more SP-SM poorly graded sand with silt than 12% fines D Fines classi Fy as CLor CH SC Clayey sand, SP-SC poorly graded sand with clay (Dao)z Fine-Grainod Silts and Clays inorgallic P1>7 and plots on or above CL Lean cla ' Soils 50% or more passes Liquid limit less than 50 "A" liner P1<4 or lots WOW ML Sill -. ECU =Duo /DIa, Cc = the No. 200 "A" line Dlax D6o sieve organic Liquid limit qw- -.is riexl10.75 GL Cirganie cla F o If soil contains >15 /° sand, add "with (see Plasticity Liquid limit — not dried Organic sdtK L.M p sand" to group name. Chart below) If fines classify as CL-ML, use dual Silts and Clays inorgarnic PI plots on or above "A" line CH Fat clay ' s�rnhol GC -GM, or SC-SM. r "with Liquid limit 50 if fines we organic, add organic if or more PI plots below `:�t"line MH FIasiie sir[ to group name. `If soil contains >15% gravel, add "with organic Liquid iimil�yen driod <0-7s OH Organic cla ravel" In group t)alne. 'If Atterberg limits plot is hatched area, Liquid limit — not dried Organic SiltK L M,Q soils is a CI N4L silty clay. KIf soil contains 15 to 29%plus No. 200 add "with sand" or "with gravel", Highly organic Primarily organic matter, dark PT Peal soil in color, and organic in odor whichever is pru4nninavat. LIf soil contains _>30% plus No. 200, predominantly sand, add "sandy" to SIEVEANALYSIS �f -sow, aanro On )-sip wmc�- 50 Fof ry.y �,nae e�l�, ar m�a�'z.e .n,. group name. MIf soil contains >30% plus No. 200, � — - - -- a Ev'A' n• H.I.—Onnu' •rA1 LL • 7F 5 �+' predominantly gravel, add "gravelly" 20 Ih— PI = 0 73 (LL-20) to group name. '° Equelion of'U'-line NPl>4 and plots on or above "A" line. 2 T 2 Verlicel el ILL =lB Io PI Ih-PI=0B(LLd) G O P1<4 or plots below "A" line. PPl r' plots on or above "A" line. QPI "A" line. a plots below a t m RFiber Content description shown below. a - - -- o.•ze.. _ 1- MH � OH G " _ Di-0o75_ — 100 -TIT 1v M�.oIOL 10 10 20 30 49 so Bo f° vv °° 100 TI0 LIQUID LIMIT(LL) —4—4 1 5.�+ PARTICLE SIZE IN MILLIMETERS °v D. o=°015=200==Sdi=55 Plasticity Chart ADDITIONAL TERMINOLOGY NOTES USED BY AEI' FOR +OI L IDENTIFICATION AND DESCRIPT€ON Grain Size Gravel Pemeii ftes Consistency of Plastic Soils Relative Density or Non- Plntie . it Tenn N-Vslut:, BP F Teim N-Value, BPF Tenn Particle Size Term Percent Boulders Over 12" A Little Gravel 3% - 14% Very Soft less than 2 Very Loose 0-4 Cobbles 3" to 1211 With Gravel 15% - 29% Soft 2-4 Loose 5-10 Gravel #4 sieve to 3" Gravelly 30% - 50% Firm 5 - 8 Medium Dense 11 - 30 Sand #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 MoistuiWFrxrst Condition 1,,1y ijngNotex Peat Dtscrinlian fl5j uric OLscripdai ' lab tests] (MC Column) Soils are described as orraitic. if soil is not peat D (Dry): Absence of moisture, dusty, dry to Laminations: Layers less than Fiber Content and is judged to have sufficient organic fines content to influence the Liquid Limit properties. M (Moist): touch. Damp, although fiee water not thick of Tenn (Visual Eslin>ztc] S!r¢1r►Itreai r ordc used for borderline cases. visible. Soil may still have a high water content (over "optimum"). differing material di or color. Fibric Peat: Greater thus 67% Root Inclusions With roots: Judged to have sufficient quantity g q ty W (Wet/ Free water visible intended to Lenses: Pockets or layers Hemic Peat: Sa ric Peat: p 33 — 67% Less than 33% of roots to influence the soil Waterbearing): describe non -plastic soils. Waterbearing usually relates to greater than %2" properties. Trace roots: Small roots present, but not judged sands and sand with silt. thick of differing to be in sufficient quantity to F (Ftnreii): Soil frozen material or color. significantly affect soil properties. OICLS021 (07/08) AMERICAN ENGINEERING TESTING, INC. AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01392 Log of Boring No. 1 (p. 1 of 1) Project: Win ark Drive 2019 Improvement; DEPTH Surface Elevation GEOLOGY SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL '4201 FEET MATERIAL DESCRIPTION N MC TYPE IN. 5" Bituminous pavement FILL I— FILL, mostly silty sand with gravel, brown (A-1-b) 28 M SS 16 16 2 FILL, mostly sandy lean clay, a little gravel, pieces of wood, trace roots, gray 3 and brown (A-6) 13 M SS 20 13 4 CLAYEY SAND, a little gravel, brown and gray TILL mottled, very stiff to stiff, laminations of sandy 5 — silt (SC) (A-6) 17 M SS 20 12 6- 7- 8— 13 M SS 22 15 9 LEAN CLAY, brown and gray mottled, stiff, FINE laminations of sandy silt (CL) (A-6) ALLUVIUM 10 — 11 M 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 5/8/18 11:41 11.5 9.5 11.4 None SHEETS FOR AN 5/8/18 11:52 11.5 9.5 11.4 None EXPLANATION OF BORING COMPLETED: 5/8/18 1 1 1 1 1 TERMINOLOGY ON DR: DS LG: SG Rig: 1C I I i I I THIS LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01392 Log of Boring No. 2 (p. 1 of 1) Project: Winpark Drive 2019 Improvement; DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN i,i, 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) 50 M SS 17 27 2 FILL, mostly sandy lean clay, a little lean clay with sand, slightly organic, a little gravel, gray 3 and dark brown (A-6) 16 M SS 21 16 4 FILL, mostly clayey sand, a little gravel, gray (A-6) 5 13 M SS 20 15 6 LEAN CLAY, slightly organic, black, firm (CL) TOPSOIL (A-6) g 7 M SS 18 42 9 LEAN CLAY, gray, a little light gray, firm, FINE laminations of silt with sand (CL) (A-6) ALLUVIUM to 5 M SS 19 24 11 END OF BORING s DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-9'/z' 3.25" HSA DATE SAMPLED TIME SAMPLED CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL T ATTACHED 5/8/18 10:55 11.5 9.5 9.5 None SHEETS FOR AN V 5/8/18 11:09 11.5 9.5 9.5 None EXPLANATION OF TERMINOLOGY ON CohIPLETED: 5/8/18 THIS LOG DR: DS LG: SG lu • 1C 03/2011 u I-I)HK-ubu AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01392 Log of Boring No. 3 (p. 1 of 1) Project: Winpark Drive 2019 Improvement; DEPTH FEET Surface Elevation MATERIAL, DESCRIPTION GEOLOGY N MC SAMPLE TYPE REC IN. FIELD &LABORATORY TESTS WC DEN LL PL _#20i 4.25" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown (A-1-b) I- 29 M SS 17 2 FILL, mostly clayey sand, a little gravel, brown 3 - (A-6) 9 M SS 18 16 4- 5- 4 M SS 15 15 6- _ SANDY LEAN CLAY, a little gravel, gray, a little brown, soft, laminations of silty sand TILL OR FILL 8 (CL/SC) (A-6) (possible fill) 4 M SS 17 19 9 CLAYEY SAND, a little gravel, brown, a little TILL 10- gray, stiff, laminations of silty sand (SC) (A-6) 12 M SS 20 18 11 - END OF BORING DEPTH: DRILLING METHOD 0-9'/z' 3.25" HSA COMPLETED: 5/8/18 i DR: DS LG: SG Rig: 1C WATER LEVEL MEASUREMENTS NOTE: REFER TO T ATTACHED SHEETS FOR AN EXPLANATION OF TERMINOLOGY ON THIS LOG DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL 5/8/18 10:06 11.5 9.5 9.8 None 5/8/18 10:19 11.5 9.5 9.6 9.0 )3/2011 01-DHR-060 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01392 Log of Boring No. 4 (p. 1 of 1) Project: Win ark Drive 2019 Improvement; D INTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD &LABORATORY TESTS WC DEN LL PL 442011 FEET MATERIAL DESCRIPTION TYPE ' $" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown I — (A-1—b) 20 M SS 16 13 2 FILL, mostly clayey sand, a little gravel, dark brown and gray (A-6) 3 — 10 M SS 17 15 4 LEAN CLAY, pieces of wood, gray, a little FINE brown, stiff, laminations of sandy silt (CL) (A-6) ALLUVIUM 5— 10 M SS 19 24 6- SILT, gray, moist, loose (ML) (A-4) 7— 8 — 9 M SS 20 27 9 CLAYEY SAND, a little gravel, gray, firm (SC) TILL (A-6) 10 — 6 SS 18 15 11 — END OF BORING s s DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO r rr 0-9/Z 3.25 HSA DATE TIME S DEPTH CASING DEPTH CDEPTH FLUIID LEVEL LEVEL THE ATTACHED 5/8/18 9:21 11.5 9.5 11.2 10.8 SHEETS FOR AN 5 J 5/8/18 9:33 11.5 9.5 9.5 Wet EXPLANATION OF ON BORING jTERMINOLOGY COMPLETED: 5/8/18 THIS LOG j DR: DS LG: SG Rig: 1C 03/2011 01—DHR-060 AMERICAN ENGINEERING SUBSURFACE BORING LOG TESTING, INC. AET No: 28-01392 Log of Boring No. 5 (p. 1 of 1) Project: Winpark Drive 2019 Improvement; DEPTH IN Surface Elevation GEOLOGY SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL ,#201 FEET MATERIAL DESCRIPTION N MC TYPE IN. 7.5" Bituminous pavement FILL I— FILL, mostly silty sand with gravel, brown (A-I-b) 25 M SS 16 2 FILL, mostly clayey sand, a little gravel, gray and brown (A-6) 3- 10 M SS 18 15 4 FILL, mostly clayey sand, a little sandy lean clay and gravel, brown (Ar6) 5- 10 M SS 17 16 6- SANDY LEAN CLAY, a little gravel, brown, TILL 7 _ firm, laminations of sandy silt (CL) (A-6) 8 - 6 M SS 16 20 9- 10- 7 M SS 17 19 tl - END OF BORING DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-9'/z' 3.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH I CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 5/8/18 8:36 11.5 9.5 10.1 None SHEETS FOR AN 5/8/18 8:48 11.5 9.5 10.1 None EXPLANATION OF BORING COMPLETED: 5/8/18 TERMINOLOGY ON DR: DS LG: SG Rig: 1C THIS LOG 03/2011 01-DHR-060 A,MERICAN ENGINEERING TESTING, INC. SIEVE ANALYSIS Project: 28-01392 Project name: Winpark Dr., New Hope Sample ID: B-1/5" to 2' Sieve Wt. Retained % Retained Cum. % % Finer Retained 1 1/2 0.0 0.0 1 1/4 0.0 0.0 100 1 0.0 0.0 100 3/4 25.43 2.9 2.9 97 3/8 10.14 1.1 4.0 96 1/2 42.52 4.8 8.8 91 3/8 45.18 5.1 14.0 86 4 84.95 9.6 23.6 76 10 86.4 9.8 33.4 67 20 92.41 10.5 43.8 56 40 123.68 14.0 57.8 42 100 185.72 21.0 78.9 21 200 43.59 4.9 83.8 16.2 Pan+Wash 143.01 16.2 100.0 GC= 23.6% total weight 883.03 GC= Gravel Content AET T-SOP #01-LAB-040. Sample discarded after testing. Tested by: Vince Lubbers Reviewed by: Melanie Fiegen Date: 5/16/2018 A M ERICAN / ENGINEERING 'BESTING, INC. SIEVE ANALYSIS Project: 28-01392 Project name: Winpark Dr., New Hope Sieve Wt. Retained % Retained 1 1/2 1 1/4 1 3/4 3/8 1/2 3/8 4 10 20 40 100 200 Pan+Wash 26.43 51.59 70.77 94.56 87.58 99.95 122.03 154.99 38.92 145.37 0.0 0.0 0.0 0.0 3.0 5.8 7.9 10.6 9.8 11.2 13.7 17.4 4.4 16.3 Sample ID: B-2/4.5" to 2' Cum. % Retained 0.0 0.0 0.0 0.0 3.0 8.7 16.7 27.3 37.1 48.3 62.0 79.3 83.7 100.0 % Finer 100 100 100 97 91 83 73 63 52 38 21 16.3 GC= 27.3% total weight 892.19 GC= Gravel Content AET T-SOP #01-LAB-040. Sample discarded after testing. Tested by: Vince Lubbers Reviewed by: Melanie Fiegen Date: 5/16/2018 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. Appendix C Geotechnical Report Limitations and Guidelines for Use Appendix C Geotechnical Report Limitations and Guidelines for Use AET Report No. 28-01392 C.1 REFERENCE This appendix provides information to help you manage your risks relating to subsurface problems which are caused by construction delays, cost overruns, claims, and disputes. This information was developed and provided by ASFE', of which, we are a member firm. C.2 RISK MANAGEMENT INFORMATION C.2.1 Geotechnical Services are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of their clients. A geotechnical engineering study conducted for a civil engineer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solely for the client. No one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it. And no one, not even you, should apply the report for any purpose or project except the one originally contemplated. C.2.2 Read the Full Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary. Do not read selected elements only. C.2.3 A Geotechnical Engineering Report is Based on A Unique Set of Project -Specific Factors Geotechnical engineers consider a number of unique, project -specific factors when establishing the scope of a study. Typically factors include: the client's goals, objectives, and risk management preferences; the general nature of the structure involved, its size, and configuration; the location of the structure on the site; and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the geotechnical engineer who conducted the study specifically indicates otherwise, do not rely on a geotechnical engineering report that was: 4 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. I ASFE, 8811 Colesville Road/Suite G106, Silver Spring, MD 20910 Telephone: 301/565-2733: Appendix C — Page 1 of 2 AMERICAN ENGINEERING TESTING, INC Appendix C Geotechnical Report Limitations and Guidelines for Use AET Report No. 28-01392 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 Stantec THIS BID IS SUBMITTED TO: City of New Hope City Hall 4401 Xylon Avenue North New Hope, MN 55428 BIDDER: S.R. Weidema, Incorporated_ _ DOCUMENT 0041 10 BID FORM 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT NO. 193804268 NEW HOPE, MINNESOTA 2019 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: ci i ndum No. 2 3 F614'. r. 1/17 19 1 2S 19 1/28/19 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 Jests 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 pertorrned by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents, © 2019 Sianlec 1 193804268 1J 0041 10- 1 BID FORM. 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. 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 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 Owners 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 restrirt Bidders rlahts 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 1 1.03.B of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. o. Item Units Qty Unit Price Total Price BASE BID: PART 1 - STREET 1 MOBILIZATION LS I $ _ 60166 $ OI a 0 2 TRAFFIC CONTROL LS 1 $ G oaC) $ G, 3 INLET PROTECTION 4 SILT FENCE, TYPE MACHINE SLICED 5 BIOLOG 6 TEMPORARY ROCK CONSTRUCTION ENTRANCE EA 38 $ Sd ' LF 650 $ S 7 � LF 1,000 $ ' TN 100 $ $ 1C1�l�Qu, "Z, S c� $ $ -350,00 $ 3, Soo © 2019 stanlec 1 193804268 0041 10 - 2 BID FORM No. Item Units Qty Unit Prlce Total Price 7 WATER FOR DUST CONTROL TGAL 55 $ as $ o L-+ 6 7 S �� 8 SALVAGE SIGN i"fd ea ISO a � EA 2 $ $ S 9 SALVAGE AND REINSTALL STREET NAME BLADE SIGN EA 2 $ � L� to $ v 6� 10 REMOVE TREE EA 10 $ r0 �' ' , $ 11 REMOVE BITUMINOUS PAVEMENT SY 11,000 $ r Z` I'� $ 3r s u n 12 SAWING BITUMINOUS PAVEMENT -STREET LF 180 $ 3, Zcy $ �c-7 �� c 13 REMOVE CONCRETE CURB & GUTTER LF 5,800 $ O 7 _ $ 14 REMOVE CONCRETE WALK SF 200 $ _� 0 $ 0 15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 9,000 $ _ 0' 7_5 $ /� U %✓ O Q 16 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 6,000 $ 17 EXPLORATORY DIGGING HR 10 / 4� $ b 0 $ 4, 600i n 18 COMMON EXCAVATION (P) CY 11,300 $ f �' UU $ 19 SUBGRADE EXCAVATION (CV) CY 1,050 $ 17-0 $ 20 GEOTEXTILE FABRIC TYPE 5 SY 11,000 $ _1' Z 5 $ 13, 7S Q 11 21 SELECT GRANULAR BORROW (MODIFIED) TN 15,700 $ iz'd� $ MJ406'^� 22 AGGREGATE BASE, CLASS 5 TN 9,000 $ . 5 d _ $ ' 23 6" PVC PERFORATED DRAIN TILE, WITH SOCK LF 5,000 $ `-Z V $ 3 S c" i 24 6" PVC DRAIN TILE CLEANOUT EA 25 $ (-70 • o $ 25 CONNECT DRAIN TILE TO STRUCTURE EA 22 $ I%'o., ( $ 1 26 BITUMINOUS MATERIAL FOR TACK COAT GAL 475 s� 27 TYPE SP 12.5 NON -WEARING COURSE MIXTURE (4,E) TN 1,700 $ 71' Z $ i l D ` 28 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 850 $ , 7a _ $ 29 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 350 $ 1 L+Z' G 0 $ Li 1, 7o a inn 30 7" CONCRETE DRIVEWAY APRON SF 5,000 $ �' J S $ J Z, 7 56 ' Z. 31 7" CONCRETE DRIVEWAY - HIGH EARLY MIX SF 3,500 $ $ I� ' -70, 56 32 B618 CONCRETE CURB AND GUTTER LF 5,000 $ $ © 2019 Slantec 1 193804268 0041 10-3 BID FORM M No. 33 13618 CONCRETE CURB AND GUTTER -HIGH EARLY 34 MASTIC PRIOR TO WEAR PAVING 35 4" CONCRETE WALK 36 6" CONCRETE PEDESTRIAN RAMP 37 TRUNCATED DOME SURFACE 38 EC COMPOST BLANKET - BLOWN W/SEED 39 TOPSOIL BORROW 40 SIGN PANELS 41 24" SOLID WHITE STOP BAR (PAINT) 42 STREET SWEEPER (WITH PICKUP BROOM) BASE BID: PART 2 - SANITARY SEWER REMOVE AND REPLACE CASTING FRAME AND RINGS - 43 SANITARY SEWER BASE BID: PART 3 - WATER MAIN 44 PORTABLE TOLIETS 45 REMOVE WATER MAIN 46 ABANDON WATER MAIN 47 REMOVE WATER SERVICE 48 REMOVE HYDRANT 49 REMOVE VALVE AND BOX 50 TEMPORARY WATER SERVICE 51 CONNECT TO EXISTING WATER MAIN 52 4" PVC WATER MAIN LF LF SF SF SF SY CY SF LF HR UnI1 Price T❑lol Price IS, 1$ , I SG,�fG 1,000 $ $ 5,200 $ COo 0' $L} 16o, c 19, 1 5 f 43e -Z5 75 $ $ 150 $ 1 3 ° $ -�- I , 5 , GO 32 $ $ I N"d fro 11,000 $ c.r, (5 $ Go L4 S, 6 SQ , 1,800 $ 3Z ��' __ _ _ _ . $ ,5`7,600,"� _ _ 55 $ "I' �� $ 27Zz 50 40 $ c-P , �� $ 16, c . 7 40 $ 13 00 $ 14dC5, 00 BASE BID: PART 1 - STREET TOTAL $ _1_7 EA 12 $ DJ0, $ C1,n0 BASE BID: PART 2 - SANITARY SEWER TOTAL $ ' 0' Z 4 ", EA LF LF EA EA EA LS EA IF 6 $ r,Gp'C)G 33 600 $ 2600 $ e 0o 8 $ 7-2 % 60 � 7 $ 22 $ Igc �c0 J o,ol 1 $ 13 $ g0o � ' 30 $ -3 S , "0 © 2019 Stantec 1 193804268 0041 10 - 4 BID FORM No. Item Units Qty Unit Price Total Price 53 6" PVC WATER MAIN LF 450 $ G ` oo }.50 54 8" PVC WATER MAIN LF 2800 $ �� $ ob 55 4" GATE VALVE AND BOX EA t $ 1 I W $ 56 6" GATE VALVE AND BOX EA 12 $C2 �Q $[ 57 8" GATE VALVE AND BOX EA 12 $ 14-16 $ qlq 58 CUT IN TEMPORARY VALVE EA 2 $ [ _q $ 59 HYDRANT EA 6 $ ��- L I� $ 60 EXTEND HYDRANT BARREL LF 4 $ 61 DUCTILE IRON FITTINGS LB 2500 $ d� r $ 1� t Cj4z) 62 INSULATION - 4" THICK SY 50 63 IMPROVED PIPE FOUNDATION LF 3000 $� 64 1" CORPORATION STOP EA 5 $ 65 1" CURB STOP AND BOX EA 5 $ _ $ �( l- LAG, 66 1''TYPE "K" COPPER PIPE LF 250 $ 67 2" CORPORATION STOP EA 1 $ U �• UD $ E- o'Z. ua 68 2" CURB STOP AND BOX EA 1 $ 69 2" TYPE "K" COPPER PIPE LF 50 $ _I $� 70 CONNECT TO EXISTING WATER SERVICE $ "` �. $ BASE BID: PART 3 - WATER MAIN TOTAL $ Z 7 7j `79 J' o 1 BASE BID: PART 4 - STORM SEWER REMOVE AND REPLACE CASTING FRAME AND RINGS - STORM 71 SEWER EA 12 $ rUb $ Q 72 REMOVE MH OR CATCH BASIN EA 20 $ •C-2C l W_ " � k. r 1 u o 73 REMOVE EXISTING STORM PIPE LF 800 $ ()o $ 74 12" PVC STORM SEWER LF 10 $� • Gu $ 75 12" RCP STORM SEWER LF 300 $ "l L - $ © 2019 Sionlec 1 193804268 004110-5 BID FORM No. Item Units Qfy Unit Price Total Price 76 15" RCP STORM SEWER 77 18" RCP STORM SEWER 78 24" RCP STORM SEWER 79 30" RCP STORM SEWER 80 36" RCP STORM SEWER 81 2'x3' CATCH BASIN 82 4' DIA STORM SEWER CBMH OR MH 83 5' DIA STORM SEWER CBMH OR MH 84 5' DIA STORM SEWER CBMH WITH 5' SUMP 85 6' DIA STORM SEWER CBMH 86 4' DIA FILTRATION STRUCTURE WITH 3' SUMP AND SKIMMER 87 FILTRATION TRENCH 88 RECONSTRUCT INVERT 89 RECONSTRUCT DOGHOUSE 90 CONNECT TO EXISTING STORM SEWER PIPE 91 CONNECT TO EXISTING STORM SEWER STRUCTURE 92 TELEVISE STORM SEWER LF 90 $q, Uo $4 lV (J LF 265 $ 01 • 0u $ III I LF 15 $ '6O_ $.[!`�� LF 70 $ _6-0 $ LF 1l,�' O L) 32 $ `1_ f� $ 0— EA {{' 11 $ ' 1 $ r s� EA 3 EA 1 $ _q_ b $ EA I $i-z EA 1 $1) EA I $ Q $ A -A LS I $ $• EA 2 $!�L-1�'� $ EA 5 $ _' �� $ �1-- - EA 10 LF 800 $ BASE BID: PART 4 - STORM SEWER TOTAL $ Zo da BASE BID: PART 1 - STREET $ 1� 7 5 01 BASE BID: PART 2 - SANITARY SEWER $ (a' -2 On BASE BID: PART 3 - WATER MAIN $ 7 y 6 S O1 BASE BID: PART 4 - STORM SEWER ZoI��Iq 00 $ o� TOTAL BASE BID: PARTS 1-4 TOTAL $.11 66t+ rJ3 © 2019 Stantec 1 193804268 0041 10 - 6 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.13 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B, Bid Form Attachment A - Responsible Contractor Verification and Certification of Compliance. ( 8,01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the 1 General Conditions, and the Supplementary Conditions. If Bidder Is: A Corporation L SUBMITTED on January 31 , 2019,. Corporation Name: S.R. Weidema Incorporated (SEAL) State of Incorporation: Minnesota /Type�(G,enersiness. Professional, Service, Limited Liability): en fg1 (Signature) Name (typed or printed): Scott Weidema Title: Aties� (CORPORATE SEAL) lvnature of Coronrate Seoretorvf Scvlt ►rlreir601V Street Address (No P.O. Box Ws): 17600 113 th Ave N I. Maple Groves MN 55369 Phone No.: 763-428-9110 M Finail.: es#rriating rweidema.cam _ 02019Siantec 1 193804268 1 0041 10-7 BID FORM A Parin6rshisa Name (typed or printed(: By: _ (SEAL) (Individual's signature) Doing business as: Business Street Address (No P.O. Box Ws): Phone No.: _ Email.: Partnership Name: (SEAL) By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box Ws): Phone No.: — - Email.: __- © 2019 Stantec 1 193804268 0041 10 - 8 BID FORM &inl V�nlUre Joint Venture Name: (SEAL) By: (Signature of joint venture partner) Name (typed or printed): Title: Business address: Phone No.: Joint Venturer Name: By: (Signature) Name (typed or printed): Title: Business Street Address (No P.O. Box Ws): (SEAL) Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign, The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT © 2019 Sfanlec 1 193804268 0041 10 - 9 BID FORM This Page Left Blank Intentionally SECTION 00 41 13 BID FORM ATTACHMENT A RESPONSIBLE CONTRACTOR VERIFICATION AND CERTIFICATION OF COMPLIANCE PROJECT TITLE: 2019 Winpark Drive 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, MINNIMiJ11I 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 fails 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 2019 Stantec 1 193804268 0041 13 - 1 (3) The contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 191.723 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 Trot appealed to the office;* (5) The contractor or related entity has not received a final determination assessing a monetary sanction from the 6)cl)al,tmcnt 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 eti'ort, 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. Stal. § 16C.285, Subd. 5. SUBCON-TRACTOR 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 sighed 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 thal, it contains a false statement. BID FORM ATTACHMENT A n 2019 Stantec 1 193804268 0041 13 - 2 Minn. Stat. § 16C.285, Subd. 4. VERIFICATION OF COMPLIANCE. A contractor responding to a solicitation document of a contracting authority shall submit to the contracting authority a signed statement under oath by an owner or officer verifying compliance with each of the minimum criteria in subdivision 3 at the time that it responds to the solicitation document. A contracting authority may accept a sworn statement as sufficient to demonstrate that a contractor is a responsible contractor and shall not be held liable for awarding a contract in reasonable reliance on that statement. Failure to verify compliance with any one of the minimum criteria or a false statement under oath in a verification of compliance shall render the prime contractor or subcontractor that makes the false statement ineligible to be awarded a construction contract on the project for which the verification was submitted. A false statement under oath verifying compliance with any of the minimum criteria may result in termination of a construction contract that has already been awarded to a prime contractor or subcontractor that submits a false statement. A contracting authority shall not be liable for declining to award a contract or terminating a contract based on a reasonable determination that the contractor failed to verify compliance with the minimum criteria or falsely stated that it meets the minimum criteria. CERTIFICATION By signing this document I certify that I am an owner or officer of the company, and I swear under oath that: 1) My company meets each of the Minimum Criteria to be a responsible contractor as defined herein and is in compliance with Minn. Stat. § 16C.285, 2)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. Authorize i•S' nature of Owner or Officer: Printed Name: r —� Scott Weidema Date: 4Lnt 1/31/19 Company Name: S.R. Weidema, Incorporated Sworn to and subscribed before me this 31 ay i January .20 19. iil: ►' illb li:�� My Commission Expires: t S ��� 1 • \`•1 1 ' 1 4t� burr- �.r.�.rrrt�rr�.�rr•1✓rri�.rsrr�11 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 © 2019 Stantec 1 193804268 0041 13 - 3 ATTACHMENT A-1 FIRST -TIER SUBCONTRACTORS LIST SUBMIT WITH PRIME CONTRACTOR RESPONSE PROJECT TITLE: 2019 N in lark Drive Inframructnre tit rro►•ements Minn. Stat. § 36C.285, Subd. 5. A prime contractor or subcontractor shall include in its verification ofarmplianee 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. r— FIRST TIER SUBCONTRACTOR NAMES (Legal name of company as registered with the Secretary of State) etok A-�,=r��- Name of city where company home office is located �_ CCV^\- 0� WSWX-_ C I \r\ V� � �� C1 BID FORM ATTACHMENT A © 2019 Stan lec 1 193804268 0041 13 - 4 A'; i Minnesota Department of HUMAN RIGHTS S R WEIDEMA, INC. is hereby certified as a contractor by the Minnesota Department of Human Flights. This certificate is valid from 2/6/2015 to 2/512019. This certification is subject to revocation or suspension prior to its expiration if the department issues a finding of noncompliance or if your organization fails to make a good faith effort to implement its affirmative action plan. Minnesota Department of Human Rights FOR THE DEPARTMENT BY' Kevin M. Lindsey, Commissioner AN EQUAL OPPORTUNITY EMPLOYER Freeman Building • 625 Robert Street North • Saint Paul, Minnesota 55155 Tel 651,539.1100 • MN Relay 711 or 1.800.627.3529 • Toll Free 1.800.657.3704 • Fax 651.296.9042 • mn.govlmdhr Minnesota Department of HUMAN RIGHTS C.E_R'--1-'J [`_�CArUE OF S.R. WEIDEMA, INC. is hereby awarded a Certificate of Equal Pay by the Minnesota Department of Human Rights. This certificate is valid from April G, 2015 to April 5, 2019. This certification is subject to revocation or suspension prior to its expiration if the Department issues a finding of noncompliance. Minnesota Department of Human Rights FOR THE DEPARTMENT BY: Kevin M. Lindsey, Commissioner AN EQUAL OPPORTUNITY ENAPLOYER Freeman Building • 625 Robert Streel North • Saint Paul, Minnesota 55155 Tel 651 .5317) 1100 • ,11N Rela) 711 or 1 8011,627 3529 • Tull Free 1800.057.37011 • Fi?. Ii51,296 90.12 • nui ;rn/nxlhr BID BOND Travelers Casualty and Surety Company of America Hartford, CT 06183 CONTRACTOR: (Name, legal status and address) S.R. Weidema, Inc. 17600 113th Ave N Maple Grove, MN, MN 55369 OWNER: (Name, legal status and address) City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 BOND AMOUNT: Five Percent of the Bid Submitted SURETY: (Name, legal status and principal place of business) Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 PROJECT: (Name, location or address, and Project number, if any) 2019 Winpark Drive Infrastructure Improvements Project - City Project No. 1019 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 edition 1 Signed and sealed this 31st day of January , 2019 S.R. W,:Pllma, Inc. 41' indpal) (seal) Travelers Casually and Surety Company of America W1111MA �2W7- (Surety) (Seal) Attgrney-in-Fact (Witness) (Title) The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 edition STATE OF MINNESOTA On this 319t day of January , 2019 , before me appeared Mogan N Scott to me personally known, who, being duly sworn, did say that he or she is the Attorney -In -Fact Of Travelers CaDjAMIly and Surety Qmpany of AWaKICA---t that the seal of xed to the foregoing instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors and said a7.1 wledged said instrument to be the free act and deed of said corporation. is ' TRA Y �r C ALICIA CHEHOSKI NOTARY PUBLIC 1 MiNNESr_TA �� �� MY CQMMISSION Ear--•PES JAN 31. �0 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St, Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint Megan N Scott of MINNEAPOLIS Minnesota , their true and lawful Attorney -in -Fact to sign, execute, seal ana acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory In the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed bylaw. IN WITN ESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. �yM "rr S�,It Ah, C a}>MK H19r1{I A S 11 rttlip, n LCMi1MR GP1K 2 0 State of Connecticut By. - �... City of Hartford ss. Robert L. Raney, Se ibr Vice President on this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. C*01 My Commission expires the 30th day of June, 2021 MaA C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Pout Fire and Marine Insurance Company, which resolutions are now In full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such aulhonty as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it Is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vlce President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation Is in writing and a copy thereof Is filed In the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, It required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vlee President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Resident Vlce Presidents, Resident Assistant Secretaries or Attorneys-in-Facl for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which it Is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing Is a true and correct copy of the Power of Attomey executed by said Companies, which remains In full force and effect. Dated this 31st day of January 2019 R OF-7�w)lo 't+. Kevin E. Hughes, Ass tent Secretary To verify tyre aub%n1* ty of dris Po war ofAttaney, pleme cab w at 1-800-4=-3880. Pismo refer to the abov e,manred Attlorney-k-Fact and the detsAr of6W bond to which the power it attainlired. SECTION 00 52 10 AGREEMENT FORM THIS AGREEMENT is by and between the City of New Hope. Minnesota (hereinafter called Owner) and S. R. Weidema Incorporated (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: 2019 Winpark Drive 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: 2019 Winpark Drive 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 27, 2019, and completed and ready for Final Payment in accordance with Paragraph 14.07 of the General Conditions on or before June 26, 2020. 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. 1. Completed Reconstruction in Order - Phase 1 then Phase 2: Contractor will only be allowed to remove Phase 2 existing pavement when Phase 1 has all utilities and aggregate base installed. Minimum 8 inch depth of class 5 aggregate base placement is required prior to starting Phase 2. 2. Substantial Completion - September 27, 2019 3. Final Completion - June 26, 2020 AGREEMENT FORM © 2019 Stantec 1 193804268 0052 10 - 1 4.04 Incentives A. In the event that all specified Milestones and work identified under specified substantial completion date as identified in Paragraphs 4.02 and 4.03 of this section are met, payment otherwise due in the Contract will be adjusted with a lump sum incentive payment of $20,000.00 via Change Order. Payment of the incentive will be made within 60 calendar days of the above mentioned substantial 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 $1,000 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 $1,000 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for Final Payment until the Work is completed and ready for Final Payment. ARTICLE 5 - CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds as follows: A. For all Work at the prices stated in Contractor's Bid, attached hereto as an exhibit. The Bid prices for Unit Price Work set forth as of the Effective Date of the Agreement are based on estimated quantities. As provided in Paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in Paragraph 9.07 of the General Conditions. B. Original Contract Amount is based on the Total Base Bid of One Million Six Hundred Sixty - Four Thousand Nine Hundred Three Dollars and One Cent_[$1.664.903.01 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. AGREEMENT FORM © 2019 Stantec 1193804268 00 52 10 - 2 6.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment, monthly during performance of the Work as provided in Paragraphs 6.02.A1 and 6.02.A2 below. All such payments will be measured by the Schedule of Values established in Paragraph 2.07.A of the General Conditions (and in the case of Bid Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided in the General Requirements: 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 14.02.135 of the General Conditions and less 200 percent of Engineer's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 6.03 Final Payment A. Upon Final Completion and acceptance of the Work, in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 7 - INTEREST 7.01 All moneys not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site, and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground AGREEMENT FORM © 2019 Stantec 1 193804268 0052 10 - 3 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." 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. 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: 2019 Winpark Drive Infrastructure Improvements. 7. Addenda (Numbers 1 to 3 , 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). AGREEMENT FORM © 2019 Stantec 1 193804268 00 52 10 - 4 B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent 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. © 2019 Stantec 1 193804268 AGREEMENT FORM 005210-5 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 © 2019 Stantec 1 193804268 00 52 10 - 6 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 February 1 l , 2019 (which is the Effective Date of the Agreement). Owner: City of H e, Minnesota By: .Attest:Y� AddreCs#� gi� i�g ni�otices: :.; - 4:1101 XYLON AVE NO. NE-VJ HOPE, U'l 55423 Designated Representative: Name: MRK MC:nOALDL Title: CITY NAG R-- Address: 4401 XYLOWAVENa Phone: 763_531 _510® Facsimile: 763-53 1 -5' 1 36 Contractor: Address for giving notices: License No.: (Where Applicable) Designated Representative: Name: Title: t u—�-- Address: ( j _- l A1J 3 to Phone:-�n�e�1 Facsimile:-��p�- q �p —Clcl�' END OF SECTION © 2019 Stantec 1193804268 AGREEMENT FORM 005210-7 This Page Left Blank Intentionally PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): S.R. Weidema, Inc. 17600 113th Ave N Maple Grove, MN 55369 OWNER (Name and Address): City of New Hope SURETY (Name, and Address of Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 4401 Xylon Avenue North New Hope, MN 55428 CONTRACT Effective Date of Agreement: 2/11/2019 Amount: $1,664,903.01 Description (Name and Location): 2019 Winpark Drive Infrastructure Improvements Project - New Hope, MN BOND Bond Number: 106951922 Date (Not earlier than Effective Date of Agreement): 3/5/2019 Amount: $1,664,903.01 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. CONT12i1C.I'OR AS PRINCIPAL SURET).' S.R. Weidema, Inc. (Seal) Travelers Casualty and Surety Company of America (Seal) Contractor's Name , d Corporate Seal Surety's a and Corporate Seal / By: _ By: [ re Signature (ch Power ofAttorney) AD � � � Tracy Chehoski Print Name Print Name 4 M 1 1tx-y Attorney -in -fact Title Title ' .Mies 1 r Attest: Signature Signature C&'I - UAL Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary. TrCDC C-610 Performance Bond (2007) Prepared by the .Kngineers .Point Contract Documents Committee. 00 6113.13 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. Ail ,r 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 Paste 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 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 ar d Telephone) Surety Agency or Broker: Marsh & McLennan Agency, 7225 Northland Drive N, Ste 300, Minneapolis, MN 55428 Owner's Representative (Engineer or other par ty�: EJCDC C-RO Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Page 3 of 3 PAYMENT B OND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Narne andAddress): SURETY (Name, andAddress ofPrincipal Place of S.R. Weidema, Inc. Business): 17600 113th Ave N Travelers Casualty and Surety Company of America Maple Grove, MN 55369 One Tower Square OWNER (Name andAddress): Hartford, CT 06183 City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 CONTRACT Effective Date of Agreement: 2/11/2019 Amount: $1,664,903.01 Description (Name and Location): 2019 Winpark Drive Infrastructure Improvements Project - New Hope, MN BOND Bond Number: 106951922 Date (Not earlier than Effective Date of Agreement): 3/5/2019 Amount: $1,664,903.01 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 S.R. Weidema. Inc. Print Name intJ��JV�IY_\ Title (Seal) S URE, 11,17 Travelers Casualty and Surety Company of America (Seal) Surety', ame and Corporate Seal By: �I a Slgnatur teach Power of Attorney) Attest: Attest Signature LPL - : Title Tracy Chehoski Print Name Attorney -in -fact Title �ZC4VLt-' Signature Title Note; Provide execution by additional parties, such as joint venturers, f necessary. EJCDC C-615 Payment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.16 Paee 1 of 3 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of 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 or 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 — (Natne, Address, and Telephone) Surety Agency or Broker: Marsh & McLennan Agency, LLC, 7225 Northland Dr North, Ste 300 Minneapolis, MN 55428 Owner's Representative (Engineer or other): _ EJCDC C-615 Payment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.16 Pace 3 of 3 STATE OF MINNESOTA On this 5th day of March . 2019 , before me appeared Tracy Chehoski to me personally known, who, being duly sworn, did say that he or she is the Attornev-In-Fact of Travelers Casualty and Surety Company of America , that the seal affixed to the foregoing instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors and said acknowledged said instrument to be the free act and deed of said corporation. n „ A _ /-�' _ —4-4—._- no(ary public `' MEGAN NICOLE SCOTT f. ROTARY PUIUC MINNESOTA •� MY C0MMISSIOR EXPIRES JAM, 3). H21 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS d St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Tracy Chehoski ofMINNEAPOLIS Minnesota , their true and lawful Attorney -in -Fact to sign, execute, seal ano acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed bylaw. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. Ca F11CONN.I'1, -�` COY'Gl1Ri State of Connecticut BY: City of Hartford ss. Rohert L. Raney, Sefitbr Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. p.T My Commission expires the 30th day of June, 2021 m4J1� ;4UJ - # * 10 r Marie C. Tetreault, Notary Public This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Poorer of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 5th day of March , 2019 y`""rr d..sr sae �Ir� S a WTFM.n C7P�AfFr COW a � ft7�L �j • � yL`+ •NJ1C i� � Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttotrtey, please cell us at 1-800-421-3880. Please refer to the abo ve-named Attorney-n-Fact and the details of the bond to which the power is attached. PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): OWNER (Name and Address): 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 (Name, and Address of Principal Place of Business): 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 (Seal) Contractor's Name and Corporate Seal M. Signature Print Name Title Attest: Signature Title SURETY (Seal) Surety's Name and Corporate Seal Un Attest: Signature (Attach Power of Attorney) Print Name Title Signature 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 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 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 Pate 3 of 3 This Page Left Blank Intentionally PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): 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 (Name, and Address of Principal Place of Business): 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 (Seal) Contractor's Name and Corporate Seal SURETY By: By: Signature Print Name Title i . Attest: Signature Title (Seal) Surety's Name and Corporate Seal Attest: Signature (Attach Power of Attorney) Print Name Title Signature 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 61 13.16 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, and Telephone) Surety Agency or Broker: Owner's Representative (En urger or other): EJCDC C-615 Payment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.16 Page 3 of 3 1_ . This Page Left Blank Intentionally This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by S ACECC YE AMERICAN Ca L. OF GNcrvpx¢inc Coa e:�siec SCEAmerican Society National Society of of Civil Engineers Professional Engineers Professional Engineers in Private Practice AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by 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 www.175 e.i71' American Council of Engineering Companies 1015 15th Street N.W., Washington, DC 20005 (202) 347-7474 www.acec.ol' American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 (800) 548-2723 www.asce.orp- Associated General Contractors of America 2300 Wilson Boulevard, Suite 400, Arlington, VA 22201-3308 (703) 548-3118 www.agc.org The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 00 72 05 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology .................................... 1 1.01 Defined Terms.................................................................................................................... 1 t1.02 Terminology........................................................................................................................5 Article 2 — Preliminary Matters............................................................................................................... 6 2.01 Delivery of Bonds and Evidence of Insurance...................................................................... 6 2.02 Copies of Documents.......................................................................................................... 6 2.03 Commencement of Contract Times; Notice to Proceed........................................................ 6 2.04 Starting the Work................................................................................................................ 7 2.05 Before Starting Construction............................................................................................... 7 2.06 Preconstruction Conference; Designation of Authorized Representatives ............................. 7 2.07 Initial Acceptance of Schedules........................................................................................... 7 Article 3 — Contract Documents: Intent, Amending, Reuse.................................................................... 8 3.01 Intent.................................................................................................................................. 8 3.02 Reference Standards............................................................................................................ 8 3.03 Reporting and Resolving Discrepancies............................................................................... 9 3.04 Amending and Supplementing Contract Documents............................................................ 9 3.05 Reuse of Documents......................................................................................................... 10 3.06 Electronic Data.............................................................................................................. 10 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points................................................................................................. 11 4.01 Availability of Lands......................................................................................................... 11 4.02 Subsurface and Physical Conditions................................................................................... 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. Pagel 00 72 05 5.09 Acceptance of Bonds and Insurance; Option to Replace .................................................... 21 5.10 Partial Utilization, Acknowledgment of Property Insurer ................................................... 22 Article 6 - Contractor's Responsibilities............................................................................................... 22 6.01 Supervision and Superintendence...................................................................................... 22 6.02 Labor; Working Hours...................................................................................................... 22 6.03 Services, Materials, and Equipment................................................................................... 23 6.04 Progress Schedule............................................................................................................. 23 6.05 Substitutes and "Or-Equals................................................................................................ 23 6.06 Concerning Subcontractors, Suppliers, and Others............................................................ 26 6.07 Patent Fees and Royalties.................................................................................................. 27 6.08 Permits..............................................................................................................................28 6.09 Laws and Regulations....................................................................................................... 28 6.10 Taxes................................................................................................................................ 28 6.11 Use of Site and Other Areas.............................................................................................. 28 6.12 Record Documents............................................................................................................ 29 6.13 Safety and Protection........................................................................................................ 29 6.14 Safety Representative........................................................................................................ 30 6.15 Hazard Communication Programs..................................................................................... 31 6.16 Emergencies....................................................:.................................................................31 6.17 Shop Drawings and Samples............................................................................................. 31 6.18 Continuing the Work......................................................................................................... 33 6.19 Contractor's General Warranty and Guarantee........... ....................................................... 33 6.20 Indemnification................................................................................................................. 34 6.21 Delegation of Professional Design Services....................................................................... 34 Article7 - Other Work at the Site........................................................................................................ 35 7.01 Related Work at Site......................................................................................................... 35 7.02 Coordination.....................................................................................................................36 7.03 Legal Relationships........................................................................................................... 36 Article 8 - Owner's Responsibilities..................................................................................................... 36 8.01 Communications to Contractor.......................................................................................... 36 8.02 Replacement of Engineer................................................................................................... 37 8.03 Furnish Data..................................................................................................................... 37 8.04 Pay When Due.................................................................................................................. 37 8.05 Lands and Easements; Reports and Tests........................................................................... 37 8.06 Insurance.......................................................................................................................... 37 8.07 Change Orders.................................................................................................................. 37 8.08 Inspections, Tests, and Approvals..................................................................................... 37 8.09 Limitations on Owner's Responsibilities............................................................................ 37 8.10 Undisclosed Hazardous Environmental Condition.............................................................. 38 8.11 Evidence of Financial Arrangements.................................................................................. 38 8.12 Compliance with Safety Program....................................................................................... 38 Article 9 - Engineer's Status During Construction................................................................................ 38 9.01 Owner's Representative................................................................................................... 38 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page it 00 72 05 9.02 Visits to Site..................................................................................................................... 38 9.03 Project Representative....................................................................................................... 39 9.04 Authorized Variations in Work.......................................................................................... 39 9.05 Rejecting Defective Work................................................................................................. 39 9.06 Shop Drawings, Change Orders and Payments.................................................................. 39 9.07 Determinations for Unit Price Work.................................................................................. 40 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work ................. 40 9.09 Limitations on Engineer's Authority and Responsibilities.................................................... 40 9.10 Compliance with Safety Program....................................................................................... 41 Article 10 - Changes in the Work; Claims............................................................................................. 41 10.01 Authorized Changes in the Work....................................................................................... 41 10.02 Unauthorized Changes in the Work... ......................... ...................................................... 41 10.03 Execution of Change Orders.............................................................................................. 41 10.04 Notification to Surety........................................................................................................ 42 10.05 Claims............................................................................................................................... 42 Article 11 - Cost of the Work; Allowances; Unit Price Work................................................................ 43 11.01 Cost of the Work.............................................................................................................. 43 11.02 Allowances....................................................................................................................... 46 11.03 Unit Price Work................................................................................................................ 46 Article 12 - Change of Contract Price; Change of Contract Times ........................................................ 47 12.01 Change of Contract Price.................................................................................................. 47 12.02 Change of Contract Times................................................................................................. 48 12.03 Delays...............................................................................................................................48 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work .................. 49 13.01 Notice of Defects.............................................................................................................. 49 13.02 Access to Work................................................................................................................. 49 13.03 Tests and Inspections........................................................................................................ 49 13.04 Uncovering Work.............................................................................................................. 50 13.05 Owner May Stop the Work............................................................................................... 51 13.06 Correction or Removal of Defective Work......................................................................... 51 13.07 Correction Period.............................................................................................................. 51 13.08 Acceptance of Defective Work.......................................................................................... 52 13.09 Owner May Correct Defective Work................................................................................. 52 Article 14 - Payments to Contractor and Completion........................................................................... 53 14.01 Schedule of Values............................................................................................................ 53 14.02 Progress Payments............................................................................................................ 53 14.03 Contractor's Warranty of Title.......................................................................................... 56 14.04 Substantial Completion...................................................................................................... 56 14.05 Partial Utilization.............................................................................................................. 57 14.06 Final Inspection................................................................................................................. 58 14.07 Final Payment.................................................................................................................... 58 14.08 Final Completion Delayed................................................................................................. 59 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iii 00 72 05 14.09 Waiver of Claims............................................................................................................... 59 Article 15 — Suspension of Work and 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 Article16 — Dispute Resolution............................................................................................................ 62 16.01 Methods and Procedures................................................................................................... 62 Article17 — Miscellaneous.................................................................................................................... 62 17.01 Giving Notice.................................................................................................................... 62 17.02 Computation of Times....................................................................................................... 63 17.03 Cumulative Remedies........................................................................................................ 63 17.04 Survival of Obligations...................................................................................................... 63 17.05 Controlling Law................................................................................................................ 63 17.06 Headings........................................................................................................................... 63 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pane iv 00 72 05 ARTICLE 1 — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment —The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder —The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements —The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order —A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the ' Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim —A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract —The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 1 of 62 00 72 05 12. Contract Documents —Those items so designated in the Agreement. Only pruited or hafd copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price —The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendation of final payment. 15. Contractor —The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work —See Paragraph 11.01 for definition. 17. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer —The individual or entity named as such in the Agreement. 20. Field Order —A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements —Sections of Division 1 of the Specifications. 22. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 23. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24. Laws and Regulations; Laws or Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 2 of 62 00 72 05 25. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 26. Milestone —A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 27. Notice of Award —The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed —A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner —The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs —Polychlorinated biphenyls. 31. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 32. Progress Schedule —A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Project —The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual —The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Resident Project Representative —The authorized representative of Engineer who may be assigned to the Site or any part thereof. 37. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Palle 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 whole Owner makes an award. 46. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 49. Unit Price Work —Work to be paid for on the basis of unit prices. 50. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 4 of 62 00 72 05 construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 51. Work Change Directive —A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 5 of 62 00 72 05 c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). E. Furnish, Install, Perform, Provide: 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 6 of 62 00 72 05 Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference; Designation of Authorized Representatives A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. 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. Palle 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 S 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: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 9 of 62 00 72 05 B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample (subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60-day acceptance period will be corrected by the transferring party- C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 62 00 72 05 ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must ,i 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 f are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 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. Page 12 of 62 007205 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 o� 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 way liot rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 14 of 62 00 72 05 C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (11) 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 (0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pope 16 of 62 w) 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 a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 4. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 5. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 6. include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 18 of 62 00 72 05 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee; 2. be written on a Builder's Risk "all-risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than that caused by flood), and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; l 5. allow for partial utilization of the Work by Owner; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other loss payee to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such equipment breakdown insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 19 of 62 00 72 05 members, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other loss payee to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under this Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 20 of 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 5.07.13 shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.01.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. Paee 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 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 C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 24 of 62 00 72 05 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time, b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: 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.B. 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 7205 M Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a Est 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 Subcuntiactof, Supplier or other individual or entity; nor 2. shall create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 62 00 72 05 F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as a loss payee on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. P:s;c 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 pail, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 62 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 00 72 05 C. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation. D. Engineer's Review: 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 32 of 62 00 72 05 each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmittal Procedures: 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 62 00 72 05 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable . B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 62 007205 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 perfonnance 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 S — OWNER'S RESPONSIBILITIES 9.01 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. Pape 36 of 62 00 72 05 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site. 8.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. 8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 37 of 62 00 72 05 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program A. While at the Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9 — ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 38 of 62 00 72 05 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 39 of 62 00 72 05 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.13. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 62 00 72 05 C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative, if any, and assistants, if any. 9.10 Compliance with Safety Program A. While at the Site, Engineer's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Engineer has been informed pursuant to Paragraph 6.13.D. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. 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. Page 41 of 62 00 72 05 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.0l.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety A. If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 42 of 62 00 72 05 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 11.0I.B, and shall include only the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 62 00 72 05 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the, Work (except losses and damages within the deductible amounts of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 44 of 62 007205 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 11.01.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 11.01.A and 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: 1. Contractor agrees that: a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 46 of 62 00 72 05 z D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Clain 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 11.01.A.1 and 11.01.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.0l.A.3, the Contractor's fee shall be five percent; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 47 of 62 00 72 05 c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.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, 11.0l.A.5, and 11.0l.B; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.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; i EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. iPalp 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. Page 50 of 62 00 72 05 parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.1 LA is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 51 of 62 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. Pugs 52 of 62 007205 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 14.02.13) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment: 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or furnishing of the Work; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 55 of 62 00 72 05 b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set-off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor remedies the reasons for such action. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.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 certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, subject to the following conditions: 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Paragraph 14.04.A through D for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paue 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. Page 58 of 62 00 72 05 Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due: 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages, will become due and will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: I. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 59 of 62 00 72 05 ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion); 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.13, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 00 72 05 remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.13 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.B and 15.02.C. 15.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pa a 61 of 62 0072 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 10.05.1) 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. Patxe 62 of 62 00 72 05 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 63 of 62 00 72 05 This Page Left Blank Intentionally SECTION 00 73 05 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below, which are applicable to both the singular and plural thereof. The address system used in these Supplementary Conditions is the 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: Phase 2 can begin with existing bituminous removal/milling when the following have been completed within Phase 1: All Watermain, water services and storm sewer utilities have been installed, tested and are operational. Street section has been completed up to aggregate base course, with a minimum of 8 inches of Class 5 Aggregate base installed on the roadway. SC-1.01.A44 Add the following language at the end of the definition of Substantial Completion: The Work is considered Substantially Complete when the following have been completed: All work excluding wear course bituminous and final striping. 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 © 2019 Stantec 1 193804268 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 4.02.13: 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 May 31, 2018, entitled: "Report of Geotechnical and Pavement Engineering Services: Winpark Drive Improvements, 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 4.06.13 in their entirety and insert the following: A. No reports or drawings related to Hazardous Environmental Conditions at the Site are known to Owner. B. Not Used. ARTICLE 5 - BONDS AND INSURANCE SC-5.01 Add the following new paragraph immediately after Paragraph 5.01.C: D. Separate Performance and Payment Bonds should be submitted utilizing EJCDC Form C-610 and C-615 (2007 Edition) or a similar bond form if approved by Owner. SC-5.04 Add the following new paragraph immediately after Paragraph 5.04.B: C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: Worker's Compensation and related coverages under Paragraphs 5.04.A.1 and A.2 of the General Conditions a. State Statutory b. Applicable Federal (e.g., Longshoreman's) Statutory c. Employer's Liability $1,000,000 2. Contractor's General Liability under Paragraphs 5.04.A.3 through A.6 of the General Conditions, which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor a. General Aggregate $2,000,000 b. Products - Completed Operations Aggregate $1,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $2,000,000 SUPPLEMENTARY CONDITIONS © 2019 Stantec 1 193804268 00 73 05 - 2 e. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages where applicable. f. Excess or Umbrella Liability 1) General Aggregate $1,000,000 2) Each Occurrence $1,000,000 Umbrella excess liability shall be a combined single limit which shall provide excess liability insurance over Commercial General Liability, Comprehensive Automobile Liability, and Employers Liability. 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Combined Single Limit - Bodily injury and property damage. All owned, non -owned, and hired vehicles. $2,000,000 4. The Contractual Liability coverage required by Paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following amounts: a. Bodily Injury: Each Person $1,000,000 Each Accident $1,000,000 b. Property Damage: Each Accident $1,000,000 Annual Aggregate $1,000,000 6. 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 c. City of Crystal 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 © 2019 Stantec 1 193804268 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: Contractor shall furnish required submittals with sufficient information and accuracy in order to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing subsequent submittals of Shop Drawings, samples, or other items requiring approval and Contractor shall reimburse Owner for Engineer's charges for such time. G. In the event that Contractor requests a change of a previously approved item, Contractor shall reimburse Owner for Engineer's charges for its review time unless the need for such change is beyond the control of Contractor. SC-6.19.A Delete the words "representation of in the second sentence. ARTICLE 7 - OTHER WORK AT THE SITE ARTICLE 8 - OWNER'S RESPONSIBILITIES ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION SC-9.03 Add the following new paragraphs immediately after Paragraph 9.03.A: Engineer shall furnish a Resident Project Representative ("RPR") to assist Engineer in observing progress and quality of the Work. The RPR may provide full time representation or may provide representation to a lesser degree. SUPPLEMENTARY CONDITIONS © 2019 Stantec 1 193804268 00 73 05 - 4 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: l . General: RPR is Engineer's agent at the Site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the Contractor's work in progress shall in general be with Engineer and Contractor, keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. 2. Schedules: Review the progress schedule, schedule of Submittals, and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 3. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project -related meetings, and prepare and circulate copies of minutes thereof. 4. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. b. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on Site operations. c. Assist in obtaining from Owner additional details or information, when required for proper execution of the Work. 5. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by Engineer. 6. Shop Drawings and Samples: a. Record date of receipt of Samples and approved Shop Drawings. b. Receive Samples, which are furnished at the Site by Contractor, and notify Engineer of availability of Samples for examination. c. Advise Engineer and Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which RPR believes that the submittal has not been approved by Engineer. 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor in writing decisions as issued by Engineer. 8. Review of Work and Rejection of Defective Work: a. Conduct on Site observations of Contractor's work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. b. Report to Engineer whenever RPR believes that any part of Contractor's work in progress will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of that part of work in progress that SUPPLEMENTARY CONDITIONS 0 2019 Stantec 1 193804268 00 73 05 - 5 RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. �. Inspections, Tests, and System Startups: a. Consult with Engineer in advance of scheduled major inspections, tests, and systems startups of important phases of the Work. b. Verify that tests, equipment, and systems start-ups and operating and maintenance training are conducted in the presence of appropriate Owner's personnel, and that Contractor maintains adequate records thereof. c. Observe, record, and report to Engineer appropriate details relative to the test procedures and systems startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections, and report to Engineer. 10. Records: a. Maintain at the Site orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. c. Record names, addresses and telephone numbers of Contractor, subcontractors, and major suppliers of materials and equipment. d. Maintain records for use in preparing Project documentation. e. Upon completion of the Work, furnish original set of all RPR Project documentation to Engineer. 11. Reports: a. Furnish to Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Submittals. b. Draft and recommend to Engineer proposed Change Orders, Work Change Directives, and Field Orders. Obtain backup material from Contractor. c. Furnish to Engineer and Owner copies of all inspection, test, and system startup reports. d. Report immediately to Engineer the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. 12. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values, Work completed, and materials and equipment delivered at the Site but not incorporated in the Work. SUPPLEMENTARY CONDITIONS © 2019 Stantec 1 193804268 00 73 05 - 6 13. Certificates, Operation and Maintenance Manuals: During the course of the Work, verify that materials and equipment certificates, operation and maintenance manuals and other data required by the Specifications to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have these documents delivered to Engineer for review and forwarding to Owner prior to payment for that part of the Work. 14. Completion: a. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. b. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. c. Participate in a final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be completed or corrected. d. Observe whether all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance and issuance of the Notice of Acceptability of the Work. D. Resident Project Representative shall not: 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-10.053 Amend the first sentence of Paragraph 10.05.E by replacing the words "30 days" with the words "10 days." Amend the third sentence of Paragraph 10.053 by replacing the words "60 days" with the words "30 days." ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK SC-1 1.01.A.5.c Delete Paragraph 1 1.01.A.5.c in its entirety and insert the following in its place: c. Construction Equipment and Machinery: 1. Rentals of all construction equipment and machinery, and the parts thereof in accordance with rental agreements approved by Owner SUPPLEMENTARY CONDITIONS © 2019 Stantec 1 193804268 00 73 05 - 7 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 all operating costs. Costs will include the time the equipment or machinery is in use on the changed Work and the costs of transportation, loading, unloading, assembly, dismantling, and removal when directly attributable to the changed Work. The cost of any such equipment or machinery, or parts thereof, shall cease to accrue when the use thereof is no longer necessary for the changed Work. Equipment or machinery with a value of less than $1,000 will be considered small tools. SC-1 1.03 Delete paragraph 1 1.03.D in its entirety and insert the following in its place: D. Payment for the Bid Items on a Unit Price basis under this Contract shall be on the basis of quantities actually used in the construction, regardless of the estimated quantities shown in the Bid Form. No revision to the Contract Unit Prices for the Bid Items shall be considered or allowed due to variations of the actual quantities from the estimated amounts. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES SC-12.01.0 Contractor's Fee. Delete the semicolon at the end of GC 12.0l .C.2.c, and add the following language: , provided, however, that on any subcontracted work the total maximum fee to be paid by Owner under this subparagraph shall be no greater than 27 percent of the cost incurred by the Subcontractor who actually performs the work. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK SC- 13.07.A Amend the first sentence of Paragraph 13.07.A by striking out the words "one year" and inserting the words "two years." ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION SC-14.02.135 Add the following new item immediately after Item 14.02.135d: e. Contractor's failure to make acceptable submittals in accordance with the accepted schedules. ARTICLE 16 - DISPUTE RESOLUTION SC-16.01 Delete Paragraph 16.01.0 in its entirety and insert the following in its place: C. If the claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C3 or 10.05.D shall become final SUPPLEMENTARY CONDITIONS © 2019 Stantec 1 193804268 00 73 05 - 8 and binding 30 days after termination of the mediation, unless within that time period Owner or Contractor: 1. elects in writing to demand arbitration of the claim, pursuant to Paragraph SC-16.02, or 2. agrees with the other party to submit the claim to another dispute resolution process. SC-16.02 Add the following new paragraph immediately after Paragraph 16.01: 16.02 Arbitration A. All claims or counterclaims, disputes, or other matters in question between Owner and Contractor arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of Final Payment as provided by Paragraph 14.09), including but not limited to those not resolved under the provisions of Paragraphs SC- 16.01.A and 16.01.13, will be decided by arbitration in accordance with the Construction Industry Dispute Resolutions Procedures of the American Arbitration Association then in effect subject to the conditions and limitations of this Paragraph SC-16.02. This agreement to arbitrate and any other agreement or consent to arbitrate entered into will be specifically enforceable under the prevailing law of any court having jurisdiction. The demand for arbitration will be filed in writing with the other party to the Contract and with the selected arbitrator or arbitration provider and a copy will be sent to Engineer for information. The demand for arbitration will be made within the 30-day period specified in Paragraph SC-16.01.0 and in all other cases within a reasonable time after the claim or counterclaim, dispute, or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim or other dispute or matter in question would be barred by the applicable statue of limitations. C. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder, or in any other manner any other individual or entity (including Engineer, Engineer's consultants and the officers, directors, partners, agents, employees, or consultants of any of them) who is not a party to this Contract, unless: 1, the inclusion of such other individual or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration; and 2. such other individual or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings. D. The award rendered by the arbitrator(s) shall be consistent with the agreement of the parties in writing and include: (i) a concise breakdown of the award; (ii) a written explanation of the award specifically citing the Contract Document provisions deemed applicable and relied on in making the award. The award will be final. Judgment may be entered upon it in any court having jurisdiction thereof and it will not be subject to modification or appeal, subject to provisions of the Controlling Law relating to vacating or modifying an arbitral award. SUPPLEMENTARY CONDITIONS © 2019 Stantec 1 193804268 00 73 05 - 9 The fees and expenses of the arbitrators and any arbitration service shall be shared equally by Owner and Contractor. END OF SECTION SUPPLEMENTARY CONDITIONS © 2019 Stantec 1 193804268 00 73 05 - 10 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: 2019 Winpark Drive Infrastructure Improvements for the City of New Hope, Minnesota, City Project No. 1019. B. Description of Work: Project consists of water main, storm sewer, and street improvements. 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. Contractor responsible for snow removal and disposal from the Owner's property if necessary to maintain access and working space during construction. 2. Keep existing driveways and entrances clear and available to the public and to the Owner. 3. If additional space is needed, obtain and pay for such space off Site. B. Access to Site l . Construction access and egress to Winpark Drive shall be from Winnetka Avenue or 32nd Avenue, not via the residential streets. 2. Residents and businesses shall have access to all driveways between 7 P.M. to 7 A.M. 3. 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. 4. No parking is allowed on Winnetka or 32nd Avenue. All parking shall be on Site. SUMMARY © 2019 Stantec 1 193804268 01 10 00 - 1 1.07 OTHER WORK AT SITE A, The installation and revision of electric power, telephone lines, gas lines, and cable TV by private utilities is possible, however, not anticipated to occur during the 2019 construction season. B. 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 © 2019 Stantec 1 193804268 01 10 00 - 2 SECTION 01 20 00 PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Administrative and procedural requirements for allowances, Alternates, pricing of Work, and request for payment procedures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 BID UNIT PRICES A. Provide access and assist Engineer in determining actual quantities of Bid Unit Price work- B. Provide documentation to substantiate Bid Unit Price work. C. If the Contractor delivers and places more of any material that is paid for on a Bid Unit Price basis than is required to perform the Work and thereby causes the materials to be wasted, the quantity wasted will be deducted from the final measurement for that Bid Item. 1.04 PAYMENT PROCEDURES A. Engineer will provide initial Application for Payment Form at the Preconstruction Conference. B. Submit 1 preliminary copy of progress payment application for review, consistent with Article 14 of the General Conditions. Submit 4 signed copies of Application for Payment to Engineer prior to the dates identified at the Preconstruction Conference. C. Attach the following supporting documentation, in addition to the requirements of General Conditions Article 14: 1. Documentation to substantiate Bid Unit Price work. 2. Updated construction schedule consistent with Section 01 33 00. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. © 2019 Stantec 1 193804268 END OF SECTION PRICE AND PAYMENT PROCEDURES 01 20 00 - 1 This Page Left Blank Intentionally SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. General requirements for overall Project coordination. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 UTILITIES A. Notify Gopher State One Call before starting construction in a given area requesting utility locates in the Site. B. Project Utility Sources: Coordinate Work with the following utility owners. The following utilities are known to be on the Site and are shown on the Drawings in a general way: 1. Water: Owner. 2. Sanitary Sewer: Owner. 3. Storm Sewer: Owner. 4. Electric: Xcel Energy. 5. Traffic Signal interconnect: Hennepin County. 6. Gas: CenterPoint Energy. 7. Telephone/Cable/Fiber: Comcast, Centuryl-ink, 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. a. Contractor shall prepare detour plans for review and approval by County if requested. 2. Minnesota Department of Health - Water Main. B. Apply for, obtain, and comply with the provisions of the following permits, which the Owner will waive the permit application fee: 1. City Building Permit. C. Apply for, obtain, and comply with the provisions of the following permits: 1. MPCA Stormwater Discharges Associated with Construction Activities NPDES General Permit. PROJECT MANAGEMENT AND COORDINATION © 2019 Stantec 1 193804268 01 31 00 - 1 a. Owner will provide Contractor with necessary information required for application upon request. b. Contractor will pay permit application fee. 2. City of Crystal - Public Works Right -of -Way Permit, and others as required by City of Crystal. 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/Owner 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 2019. B. All construction phasing 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 PROJECT MANAGEMENT AND COORDINATION © 2019 Stantec 1 193804268 01 31 00 - 2 the responsibility of the Contractor to ensure that all those affected are aware of issues such as access restrictions or disrupted supply. E. Given the underlying soil type, conditions resulting from precipitation can be devastating to the project. Construction should be coordinated such that disturbed areas are minimized at any given time. An acceptable staging plan is shown in the Drawings. The existing aggregate material and/or reclaimed bituminous material that is generated shall be used to ramp driveways and maintain access for the business traffic and residents within the project area. Existing aggregate or reclaimed bituminous may not be re -used as Aggregate Base in the new street section, unless testing (paid by contractor) is completed showing material passes material requirements for aggregate base, class V per MnDOT specifications and accepted by the Engineer and Owner. 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 © 2019 Stantec 1 193804268 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 1 1 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 © 2019 Stantec 1 193804268 01 33 00 - 1 3.02 EMERGENCY CONTACT LIST A. Before any Work at the Site is started, submit a typed list on 8.5 by 1 1-inch paper outlining 24-hour on -call contacts for the Project. This list shall include the Contractor's safety representative, key representatives from the Contractor, subcontractors, and suppliers. Include the following information for each contact: 1. Company name. 2. Contact person(s). 3. Local and mobile phone numbers. 4. Email address. 5. 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 1 electronic copy of shop drawings, plus the quantity of hardcopies copies the Contractor wants returned. Each copy shall contain the following information: l . Date of submission and date of any previous submittals. 2. Project Title. 3. Names Of: Contractor, subcontractor, supplier, and manufacturer. 4. Identification of product and Specification Section number. 5. Identification of revisions from previous submittals. 6. A 4-inch by 4-inch blank space for the Engineer's stamp. D. Engineer's review will be in conformance with the requirements of the General Conditions, except as modified herein. 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 © 2019 Stantec 1 193804268 01 33 00 - 2 G. All electronic reviews will be returned via E-mail to the Contractor contact Project Manager. 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 SUBMITTAL PROCEDURES © 2019 Stantec 1 193804268 01 33 00 - 3 This Page Left Blank Intentionally 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," 2018 Edition (MnDOT Spec.) and all subsequent revisions and supplements. The word "Engineer" is understood to refer to the Engineer for the Owner. 1.04 SUBMITTALS A. Prior to start of Work, submit testing laboratory name for various specified tests for approval by Engineer. B. Laboratory test results or analysis. C. Manufacturer's certificates of quality control or performance. 1.05 WORKMANSHIP A. Comply with industry standards of the region, except where more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. 1.06 TESTS AND INSPECTIONS A. Conform to the requirements of the General Conditions, except as modified herein. B. Notify Engineer 48 hours prior to expected time for operations requiring tests and inspections. C. Provide incidental labor and facilities to obtain and handle samples at Site or source, transport samples to laboratory, and facilitate tests and inspections for storing and curing of test samples. QUALITY REQUIREMENTS © 2019 Stantec 1 193804268 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 © 2019 Stantec 1 193804268 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 Traffic Control. Measurement is Lump Sum a. This shall be considered payment in full for all labor, equipment, and materials associated with the required Traffic Control devices for the entire Project. b. This Bid Item shall include but not be limited to furnishing, installing, and relocating the Traffic Control due to various road closures, daily maintenance, and ultimate removal of all such devices used over the duration of the Contract or as directed by the Engineer. c. This Bid Item shall include the installation of temporary stop signs that must be installed should the permanent need to be removed during construction. d. Partial payment of the Lump Sum Item "Traffic Control" will be made using a percentage based on the following: Cumulative Percent of Traffic Control Item Paid First Partial Payment 50 Percent of original contract amount earned - 25 70 Percent of original contract amount earned - 50 90 Percent of original contract amount earned - 100 100 TEMPORARY FACILITIES AND CONTROLS © 2019 Stantec 1 193804268 01 50 00 - 1 3. A Bid Item has been provided for Portable Toilets: Measurement will be per each portable toilet supplied for residents, businesses and patrons during water main disruption periods. Payment will be made for each of the six toilets only once during the duration of the project and includes moving, storage and cleaning of the toilets for the duration of the project. The contractor shall anticipate multiple relocations and cleanings of the toilets. This item does not include portable toilets which are used during the entire construction period for contractors. 4. 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. 5. No Bid Item has been provided for Temporary Mail. Contractor shall accommodate mail delivery throughout the duration of the project. 6. No Bid Item has been provided for Bypass Pumping. Any pumping required is considered incidental to the Project with all costs included in the Base Bid. 7. 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. 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," 2018 Edition (MnDOT Spec.). B. The Minnesota Manual on Uniform Traffic Control Devices (MnMUTCD), including the Field Manual on Temporary Traffic Control Zone Layouts - Latest edition. C. Minnesota Department of Transportation Traffic Engineering Manual. 1.04 SUBMITTALS A. Construction Staging Plan consistent with Section 01 33 00, including the following information: 1. Sequence of construction and traffic control. 2. Streets closed or restricted during any stage of construction. 3. Provisions for routing any detoured traffic as permitted. 4. Specific signs, striping, and other traffic control devices to be utilized. B. Traffic Management Plan consistent with Section 01 33 00, including the following information: 1. Haul and access routes. 2. Permits or applications required by local authorities. 3. Temporary facilities required. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 MOBILIZATION TEMPORARY FACILITIES AND CONTROLS © 2019 Stantec 1 193804268 01 50 00 - 2 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 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/Owner Representative. B. Provide temporary 'STOP' signs if existing sign must be removed in order to complete project. Temporary STOP signs are considered incidental to the Traffic Control Bid Item. C. Street Name Blade signs are to be kept in place unless removal is required in order to complete Project. If removal is necessary, salvage and reinstall name blade sign. If existing post or foundation are damaged or found to be in poor condition, Contractor shall provide new post and foundation. Salvage and Reinstall Street Name Blade Sign bid item shall include furnishing and installation of new post and/or foundation as necessary. 3.03 TEMPORARY UTILITIES A. Provide and maintain all temporary facilities, utilities, and controls as long as needed for the safe and proper completion of the Work. Remove all temporary facilities, utilities, and controls as rapidly as progress will permit or as directed by Engineer. B. Temporary Water for Construction 1. Obtain water for construction from Owner at a hydrant. Obtain a meter and backflow preventer or assembly from Owner. Return to Owner at completion. There is no charge for meter use during construction. 2. Owner will pay for the costs of the water. 3.04 CONSTRUCTION FACILITIES A. Sanitary Facilities 1. Comply with all governing regulations, including safety and health codes, for sanitary fixtures and facilities. 2. Provide self-contained toilet units, or water and sewer connected temporary toilet facilities, consistent with governing regulations. Contractor may not use Owner's toilet facilities. 3. Provide and maintain adequate supply of toilet tissue, paper towels, paper cups, and similar disposable materials appropriate for each facility. Provide appropriate covered waste containers for used material. 3.05 TEMPORARY CONSTRUCTION A. Bypass 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. TEMPORARY FACILITIES AND CONTROLS © 2019 Stantec 1 193804268 01 50 00 - 3 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. 3.06 TRAFFIC CONTROL A. General 1. The Contractor shall provide and maintain all traffic control devices in accordance with the approved Construction Staging Plan. All traffic control devices and other protective measures shall conform to MnMUTCD. 2. The Contractor will not be permitted to park vehicles as to obstruct a traffic control device. The parking of workers' vehicles will not be allowed within the Project limits, unless so approved by the Engineer. 3. The Contractor will not be permitted to store materials or equipment within 30 feet of through traffic, unless approved by the Engineer. If materials or equipment must be stored within 30 feet of through traffic, the Contractor shall provide barricades or barriers, as directed by the Engineer, to warn and protect traffic. 4. The Contractor shall conduct Work in a manner which will allow access to all properties within and adjacent to the Project by fire, police, and emergency vehicles. 5. The Contractor is responsible to maintain all unpaved surfaces. The surface shall be watered and bladed as directed by the Engineer. B. 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 alterations to the plans. These plans shall reflect the following conditions: a. The Contractor shall provide a method of protecting traffic from open excavation areas. b. Minimum thru-lane lane widths of 1 V 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. i. Contractor shall remove traffic control devices at the conclusion of the Work. TEMPORARY FACILITIES AND CONTROLS © 2019 Stantec 1 193804268 01 50 00 - 4 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 J1318. D. Temporary Lane Closures 1. Temporary Lane Closures shall conform to the following: a. A "short-term" lane closure or traffic restriction shall be one that is in -place only during the Contractor's work hours. b. Temporary "short-term" lane closures by the Contractor, consistent with time restrictions, will be permitted during those hours and at those locations approved by the Engineer. Requests for "short-term" lane closures shall be made at least 24-hours prior to such closures. The Contractor shall furnish, erect, and maintain all traffic control devices required for these closures. No direct compensation will be made for temporary lane closures. c. Application of traffic control devices shall be in accordance with the Field Manual. d. Lane closures will not be permitted during inclement weather, nor any other time when, in the opinion of the Engineer, the lane closures will be a hazard to traffic. 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 MnMUTCD. 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 TEMPORARY FACILITIES AND CONTROLS © 2019 Stantec 1 193804268 01 50 00 - 5 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 l . 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. 3.07 TEMPORARY BARRIERS AND ENCLOSURES A. Temporary Barriers l . Provide temporary covers, enclosures, markers, and barriers as necessary to protect Work. 2. Damage to the Site caused by removal of temporary fencing, including portholes, 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 directed by the Owner or Engineer. 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. 3.08 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 © 2019 Stantec 1 193804268 01 50 00 - 6 TRAFFIC CONTROL CHECKLIST ITEM HOW MANY? I . Are any devices missing? ❑ Yes ❑ NO Do any devices need repair? Ll Yes ❑ No Were all replaced or repaired? ❑ Yes ❑ No 2. Are any lights (flashers, etc.) not functioning? U Yes ❑ NO Were they all replaced or repaired ❑ Yes ❑ NO 3. Are any devices improperly placed? ❑ Yes ❑ No Were all positions corrected? � .:] Yes ❑ No 4. Do any devices need cleaning? Ll Yes ❑ No Where all devices cleaned? ❑ Yes ❑ No ADDITIONAL COMMENTS: The above check was completed by on: at: (date) (time) (name / title) ® AM ❑ PM This Page Left Blank Intentionally SECTION 01 57 13 TEMPORARY EROSION AND SEDIMENT CONTROL PART] GENERAL 1.01 SUMMARY A. Section Includes 1. Managing storm water runoff and other Project related water discharges to minimize sediment pollution during construction. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 32 92 00 - Turf and Grasses. .02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . Bid Items have been provided for temporary measures to control soil erosion and sedimentation. Payment at the Bid Unit Price will be considered compensation in full for all Work necessary to complete the Bid Item in full, including installation, maintenance, sediment removal, repairs, and removals. 2. Measurement will be based upon the units as listed below for Bid Items removed, abandoned, or salvaged complete as specified. No measurement will be made of any removals that are not required. The actual quantity installed multiplied by the appropriate Bid Unit Price will be compensation in full for all Work and costs of the following Bid Items. 80-percent partial payment will be made upon installation and 20- percent payment will be made upon removal and restoration. a. Silt Fence: Payment will be by type. Measurement will be along the base of the fence, 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, regardless of protection prior to or after paving. c. Temporary Rock Construction Entrance: Measurement will be by the Ton of accepted material. Haul Tickets will be used as verification for payment tonnage. This Bid Item shall only be used where large rock is required by the Engineer. Use of existing on -site aggregate or reclaimed material shall be incidental to the Project. d. Biolog: Measurement will be by the linear foot, regardless of type. Relocation of existing on -site biologs shall be incidental to this Bid Item. e. Sediment Trap: Shall be considered incidental to the Project. 3. A Bid Item has been provided for Water for Dust Control. Measurement will be per 1,000 gallons (Gal) 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 either the Engineer or Owner. a. Water used for the construction of the streets will be considered incidental to the Project. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. TEMPORARY EROSION AND SEDIMENT CONTROL © 2019 Stantec 1 193804268 01 57 13 - 1 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2130 - Application of Water for Dust Control. 2. 2573 - Storm Water Management. 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. Contractor Prepared Schedules and Plans 1. Erosion Control Schedule: Conforming to MnDOT Spec. 1717.2C and submitted each week that construction is active. 2. Site plans in conformance with MnDOT Spec. 1717.2D a. Submitted when requested by the Engineer. b. Site plans prepared by Contractor will indicate Contractor operations, erosion and sediment control measures, and a schedule of starting and completion times. C. Certification and Sampling 1. Furnish a manufacturer's certification stating that the material supplied conforms to the requirements of this Section. The certification shall include or have attached typical results of tests for the specified properties, representative of the materials supplied. 1.05 QUALITY ASSURANCE A. Erosion Control Supervisor: Provide an Erosion Control Supervisor to direct the erosion control operations and insure compliance with Federal, State, and Local ordinances and regulations. B. Certified Installers: Provide a certified installer to install or direct installation of erosion or sediment control practices. Certification shall be obtained through the University of Minnesota Erosion Control Inspector/Installer Certification program or approved equal. 1.06 PERMITS A. Project disturbs 1 or more acres of total land area. Co -submittal with the Owner of a completed NPDES application form for the MPCA's General Stormwater Permit for Construction Activity and the appropriate fees to the MPCA is required. Submit a copy of the completed, signed, and dated application form to Owner. B. Permit coverage will become effective 7 days after the postmarked date of the completed application form. Or Permit coverage is anticipated to become effective 30 days after the postmarked date of a completed application form and SWPPP submittal to the MPCA. TEMPORARY EROSION AND SEDIMENT CONTROL © 2019 Stantec 1 193804268 01 57 13 - 2 1.07 SEQUENCING AND SCHEDULING A. Install sediment control measures prior to grading activities. Schedule and coordinate the Work so that permanent erosion and sediment control BMPs, such as basin construction, rip rap placement, and permanent seeding, are directly incorporated into the supplement permanent erosion and sediment control BMPs with temporary BMPs. Place temporary BMPs when permanent erosion control cannot be achieved. Coordinate construction operations so that erosion and sediment control measures (permanent or temporary) are installed and maintained concurrently with the rest of the Work of the Project. C. Coordinate and schedule the Work of subcontractors such that erosion and sediment control measures are fully executed for each operation and in a timely manner over the duration of the Project. Develop a chain of responsibility for all subcontractors and operators on the Project to ensure that permit provisions are adhered to. D. Infiltration areas and constructed infiltration systems should not be constructed until the contributing drainage area and/or adjacent construction has been completely stabilized. When this timing of construction is not possible, the Contractor shall insure sediment from exposed soil areas of the Project does not enter into the infiltration area or system. E. Stabilization timeframes shall conform to the NPDES General Stormwater Permit for Construction Activity. F. Prior to Project shutdown for the winter or other periods of a week or more, the Site shall be adequately protected from erosion and off Site damage by covering exposed soils with mulch and establishing perimeter controls. G. If the Contractor fails to install erosion or sediment measures, the Engineer may withhold payment from related work until the control measures are undertaken by the Contractor 1. When the Contractor fails to conduct the quality control program, does not conduct the inspection required in the NPDES permit, or fails to take action ordered by the Engineer to remedy erosion or sediment control problems, the Engineer shall issue a Written Order to the Contractor. 2. The Contractor shall respond within 24 hours with sufficient personnel, equipment, materials, and conduct the required Work or be subject to a $2,000 per calendar day deduction for noncompliance. H. Establish permanent turf in accordance with Section 32 92 00 to prevent excessive soil erosion. PART 2 PRODUCTS 2.01 SILT FENCE: Conform to MnDOT Spec. 3886. A. Machine sliced (MS). 2.02 TEMPORARY CONSTRUCTION ENTRANCE A. Rock Construction Entrance: Conform to the Drawings and the following:Refer to Standard Detail ERO-7 on sheet C8.04 for reference 2. 2-3 inches washed rock. 3. Underlying Geotextile: Conform to MnDOT Spec. 3733, Type 4. TEMPORARY EROSION AND SEDIMENT CONTROL © 2019 Stantec 1 193804268 01 57 13 - 3 4. Minimum Thickness of Rock Placed: 6 inches. 2.03 HYDRAULIC EROSION CONTROL PRODUCTS A. Conform to MnDOT Spec. 3884. B. Type Hydraulic Mulch 2.04 EROSION CONTROL BLANKET A. Conform to MnDOT Spec. 3885. 2.05 STORM DRAIN INLET PROTECTION A. Inlet protection for paved streets with concrete curb and gutter: The following methods are acceptable: 1. Conform to the details on the Drawings. 2. Catch Basin Inserts: a. Road Drain by Wimco, LLC (www.roaddrain.com). b. Lange Industries (www.langeindustries.com) or approved equal. c. Filter bag insert conforming to MnDOT Spec. 2573 subject to Site and approved by the Engineer. 3. Rock Log: a. Conform to MnDOT Spec. 3897.2.G. b. Rock 3/4 to 1-1/2 inches crushed or natural rounded aggregate. Inlet protection for non -paved surfaces without curb or areas where vegetation will be established. The following methods are acceptable: 1. Conform to the details on the Drawings. 2. Silt fence ring, or approved equal: a. Place wire mesh cage in a circular or square confirmation to form a minimum 5 foot diameter zone of protection. b. Geotextile shall be monofilament/monofilament meeting the requirements of MnDOT Spec. Heavy Duty. c. Loose aggregate or a rock log(s) around perimeter of ring to anchor geotextile. 3. Sediment control inlet hat conforming to MnDOT Spec. 2573: a. InfraSafe Sediment Control Barrier by Royal Enterprises (http://www.royalenterprises.net/) . 4. Rock filter as shown on the Drawings 2.06 SEDIMENT CONTROL LOGS: Conform to MnDOT Spec. 3897. A. Straw or wood fiber biorolls, 6 to 7 inches in diameter. B. Compost or rock logs, 6 to 8 inches in diameter. 2.07 DUST CONTROL A. Water clear and free from suspended fine sediment. B. The Owner may elect to have the Contractor apply a chloride solution for dust control 1. Calcium Chloride: Conform to MnDOT Spec. 3911. 2. Magnesium Chloride Solution: Conform to MnDOT Spec. 3912. TEMPORARY EROSION AND SEDIMENT CONTROL 0 2019 Stantec 1 193804268 01 57 13 - 4 2.08 TEMPORARY SLOPE DRAIN: Conform to MnDOT Spec. 3892. 2.09 TEMPORARY SEED A. Conform to Section 32 92 00. 2.10 GENERAL A. 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. 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. 2573.3.13 1. Install in the locations shown on the Drawings using the machine sliced installation method, unless directed otherwise by the Engineer. 2. Use additional measures, such as rock aggregate, placed along the base of the silt fence where the silt fence geotextile cannot be trenched in, i.e. tree roots, frost, bedrock. 3. Use short sections of silt fence placed in J-hook patterns to a. Supplement the perimeter silt fence at corner locations and areas where sediment deposition will occur. No more than 100 feet of silt fence shall be installed per 1 /4 acre of drainage. TEMPORARY EROSION AND SEDIMENT CONTROL © 2019 Stantec 1 193804268 01 57 13 - 5 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. 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. F. 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). G. 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. H. 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. TEMPORARY EROSION AND SEDIMENT CONTROL © 2019 Stantec 1 193804268 01 57 13 - 6 Temporary Diversion Berm 1. Temporary diversion berm shall be installed at locations shown on the Drawings. The berm shall be located to minimize damage by construction operations and traffic. 2. Temporary diversion berm shall be installed as a first step in the land -disturbing activity and must be functional prior or in conjunction with upslope land disturbance. 3. The berm shall be adequately compacted to prevent failure. 4. Temporary or permanent seeding and mulch shall be applied to the berm immediately following its construction. Temporary Slope Drains 1. When temporary down drains are placed on fill slopes, a temporary earth berm or sandbag barrier shall be constructed as necessary to guide water into the drain. 2. The inlet of a drain and berm system must be properly constructed to channel water into the temporary drain. 3. All temporary drains shall be adequately anchored to the slope to prevent disruption by the force of the water flowing into the drain a. If the drain consists of plastic pipe, it must be securely anchored to the ground. L. Filter Berms: Reference detail on Drawings. 3.03 MAINTENANCE A. Conform to MnDOT Spec. 2573.3M, NPDES permit, and as follows: 1. Inspect, maintain, and repair any washouts or accumulations of sediment that occur as a result of the grading or construction. Restoration consists of grade repair, turf re- establishment, and street sweeping of mud and debris tracked from the Site. 2. Inspection of all erosion and sediment control items will take place immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. 3. The Contractor shall maintain the temporary sediment control devices until they are no longer necessary and are removed: a. Maintenance consists of keeping the devices functioning properly. b. The Contractor shall repair or replace plugged, torn, displaced, damaged, or non- functioning devices. 4. Upon final acceptance of the Project and establishment of permanent erosion control measures, the Contractor shall remove all temporary erosion control measures. 5. Temporary mulching and temporary seeding/mulching are very effective at controlling erosion. However, these are considered temporary measures. These measures may need to be re-established several times throughout the duration of the Work. 6. Flotation 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 flotation 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 © 2019 Stantec 1 193804268 01 57 13 - 7 This Page Left Blank Intentionally SECTION 01 70 00 EXECUTION REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Requirements for overall execution of the Work and closeout of the Contract for Final Payment. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 Not Used. PART 3 EXECUTION 3.01 EXAMINATION A. Acceptance of Conditions: By commencing Work, Contractor construes acceptance of the adjacent work as satisfactory to receive subsequent work. B. Existing Conditions: Before commencing Work, inspect work completed by others that is adjacent to Work. If adjacent conditions prevent completion of Work, Contractor will not commence Work until the conditions are corrected. EXECUTION REQUIREMENTS © 2019 Stantec 1 193804268 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, with anchorage devices designed and sized to withstand stresses, vibration, and rocking. Allow for expansion and movement of building. 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. EXECUTION REQUIREMENTS 0 2019 Stantec 1 193804268 01 70 00 - 2 D. Repair any damage to existing conditions and patch to match. E. Existing construction designated by the Contract Documents to remain that is loosened, cracked, or otherwise damaged or defaced beyond repair as a result of Work by the Contractor will be considered unsuitable for the use intended and shall be removed and replaced by the Contractor. 3.06 CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUTES 290.92 AND 290.97 A. Upon completion of the Project and prior to Final Payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Revised Form IC-134. This form, Affidavit for Obtaining Final Settlement of Contract with the State of Minnesota and any of its Political or Governmental Subdivisions, is to be signed by a Department of Revenue representative and forwarded to the Owner. Copies of this form can be obtained by writing to the Minnesota Department of Revenue, 600 North Robert Street, St. Paul, MN 55101 or by calling 651-282-9999 or 1-800-657-3594. They are also available on their website: www.revenue.state.mn.us, or via email at witliholding.tox`-gstclte.n-1r1.us. END OF SECTION EXECUTION REQUIREMENTS © 2019 Stantec 1 193804268 01 70 00 - 3 This Page Left Blank Intentionally SECTION 02 41 13 SELECTIVE SITE DEMOLITION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Complete or partial removal and disposal or salvage of at grade, above grade, and below grade structures and miscellaneous items. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 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, curbs and sidewalks shall be incidental to the Project. b. Remove Bituminous Pavement: Per square yard without regard to thickness, including integral bituminous curb. Material produced from removals, millings, reclaimed aggregate base, etc., 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 Concrete Walk: Per square foot without regard to thickness. Payment shall include sawing concrete sidewalk, removal of existing concrete walk, truncated domes and pedestrian ramps, and excavation for the aggregate base and new sidewalk. d. Remove Concrete Curb & Gutter: Per lineal foot, regardless of type. e. Remove Concrete Driveway Pavement: Per square foot without regard to thickness. Measurement includes sawing concrete driveway pavement at removal limits and excavation for the aggregate base and new driveway pavement. Sawcut is considered incidental. f. Remove Bituminous Driveway Pavement: Per square foot without regard to thickness. Payment includes sawing bituminous driveway pavement at removal limits and excavation for the aggregate base and new driveway pavement. Sawcut is considered incidental. SELECTIVE SITE DEMOLITION © 2019 Stantec 1 193804268 0241 13 - 1 g. Remove Hydrant: Per each. Includes the removal of the hydrant and adjacent hydrant valve and box. h. Remove Valve and Box: Per each. This item does not include existing hydrant valves. i. Remove Water Service: Per each. Includes the removal of pipe, corporation stop, curb stop and box, and all associated fittings, regardless of length or depth. Bid Item to be used for services less than 4 inch in diameter. j. Remove Water Main: Per lineal foot. Payment is for water main and services sized 4 inch thru 8 inch physically removed from the ground and measured by field observer and by Contractor. Any existing water main re-buried/not removed from trench will not be paid for under this item. Pipe section may be paid for under Abandon Watermain Bid Item if pipe segment meets below description. k. Abandon Water Main: Per lineal foot. Measurement shall include the length of water main abandoned, measured from center of junction fittings. Payment shall include cutting, bulk -heading, stand pipes, pipe interior filled with sand and/or flowable grout, and other incidentals to fill the water main with sand and/or flowable grout into the old water main. No separate payment will be made for abandoning valves or adjusting, removing, or filling the valve boxes with sand. No payment will be made for water main abandoned without filling with sand and/or flowable grout or removal of pipe. This pay item is for existing 8 inch water main. All 4 inch and 6 inch services and hydrant leads are to be removed, and are not to be abandoned in place unless otherwise approved by Engineer. I. Remove MH or Catch Basin: Per each, regardless of size or depth. Payment includes removal and disposal of the structure, including the base slab, casting and all adjustment rings. m. Remove Existing Storm Pipe: Per lineal foot regardless of size or type, measured from center of junction fittings, catch basins, or manholes, and will include the length of any aprons. n. 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. o. Salvage and Reinstall Street Name Blade Sign: Per each post. Payment is for street name blade signs only and shall be made on each set of name blades 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. p. Unless otherwise noted, salvaging of removed items will be incidental. q. Bulkhead of existing pipe will be incidental unless otherwise specified. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2104 - Removing Pavement and Miscellaneous Structures. 1.04 DEFINITIONS A. Remove: To take away or eliminate from the Site by any method selected by the Contractor, including disposal of material. SELECTIVE SITE DEMOLITION © 2019 Stantec 1 193804268 0241 13 - 2 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. B. Perform removal work without damage to adjacent retained work. Where such Work is damaged, the Contractor shall patch, repair, or otherwise restore some 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 SELECTIVE SITE DEMOLITION © 2019 Stantec 1 193804268 0241 13 - 3 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. B. Bituminous Pavement: Saw along the removal line to a minimum depth of 3 inches prior to breaking off the pavement. 3.05 REMOVE BITUMINOUS PAVEMENT, PATH, DRIVEWAY A. Remove in accordance with MnDOT Spec. 2104.3.C.2, except as modified below: 1. Saw cut bituminous pavement at the removal limits prior to that removal, unless otherwise approved by the Engineer. 2. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.06 REMOVE CURB AND GUTTER A. Saw cut at removal limits. SELECTIVE SITE DEMOLITION 0 2019 Stantec 1 193804268 0241 13 - 4 B. Concrete Curb and Concrete Curb and Gutter: Do not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). 3.07 REMOVE CONCRETE SURFACING A. Work includes sidewalks, pedestrian ramps, medians, and driveways. B. Saw cut concrete surfacing prior to removal. C. Remove concrete in such a manner that the remaining surfacing is not damaged. D. When removing existing sidewalks, the Contractor shall not disturb any material beyond the limits required for new construction (assumed as 6 inches maximum beyond and 8 inches maximum below existing grade). E. When removing existing driveways, the Contractor shall not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new Work and 6 inches beyond the edge of new driveways). F. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.08 REMOVE 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). 3.09 REMOVE MANHOLES AND CATCHBASINS A. Remove structure in its entirety including, castings rings, cone section, barrel sections, and base slab. 3.10 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. SELECTIVE SITE DEMOLITION © 2019 Stantec 1 193804268 0241 13 - 5 C. Pipe to be abandoned shall be removed if the top of pipe is within 3 feet of final surface elevation. 3.11 SALVAGE AND REINSTALL A. Salvage operations conform to MnDOT section 2104.3.B. Signs 1. In no case shall a traffic sign or street sign be removed or disturbed by Contractor without prior notification being given to Engineer and then only after satisfactory arrangements have been made for a temporary installation or its disposition a. Street identification signage shall be maintained at all times due to its importance to the 911 Emergency Response System. b. Remove and salvage all posts, A -frame angle brackets, stringers, as well as the nuts, bolts, and washers. c. Exercise reasonable care against damage to in -place signs during storage and installation. d. Remove signs damaged during construction and replace with new signs. 3.12 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. 3.13 DISPOSING OF MATERIAL A. Conform to MnDOT section 2104.3.D. B. Dispose of all materials outside of the Site at disposal location selected by Contractor in compliance with state and local regulations. Burying of material and debris is not allowed within the Site. END OF SECTION SELECTIVE SITE DEMOLITION © 2019 Stantec 1 193804268 0241 13 - 6 SECTION 31 10 00 SITE CLEARING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Removal and trimming of vegetation and trees, and stripping and stockpiling of sod and topsoil. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measure and Payment 1. A Bid Item has been provided for Remove Tree. Measurement will be by physical count of each tree and stump removed having a diameter of more than 4 inches at a point 24 inches above the ground surface. Payment will constitute compensation in full for all removal, disposal work, and costs. a. Any trees removed that are 4 inches and greater as measured 24 inches above the ground surface that share the same base shall be considered as 1 tree. b. Stump removal is included in the payment for each applicable tree removed c. Trees to be removed shall be reviewed in the field prior to completion of this item. 2. Tree Trimming: This Work shall be considered incidental to the project. 3. Sod Removal: This Work is considered incidental to the other Work of the Contract. 4. Windfall/Deadfall Removal: This Work shall be incidental to the Project with no direct compensation. 5. Brush Removal: This Work shall be incidental to the Project. 6. Stripping and Stockpiling of Soil: This Work shall be considered incidental to other Work in the Contract. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2101 -Clearing and Grubbing. 2. 2571 - Plant Installation and Establishment. 1.04 DEFINITIONS A. Brush: All bushes, shrubs, and other vegetation that can be cut with a brush scythe or mowing machine, including small isolated trees having a diameter of 4 inches or less at a point 2 feet above the ground surface. B. Clearing: Cutting, removing, and disposing of trees, shrubs, bushes, windfalls, and other vegetation in the designated areas. SITE CLEARING 0 2019 Stantec 1 193804268 31 10 00 - 1 C. Grubbing: Removing and disposing of stumps, roots, and other remains in the designated areas. D. Tree Trimming/Pruning: Cutting broken, damaged, or obstructing branches and installing wound dressing. 1.05 QUALITY ASSURANCE A. Burning 1. Onsite Burning not allowed. 2. Acquire Minnesota Pollution Control Agency (MPCA) and all required State Permits. 3. Conform to all local regulations. 1.06 SITE CONDITIONS A. Work consists of removing trees generally along the easement lot lines designated for utilities. B. The Drawings do not specifically show all trees to be removed or transplanted. C. Protect specimen trees close to Work that are designated to remain but may be damaged by Work. 1.07 SEQUENCING AND SCHEDULING A. Install temporary erosion control measures prior to Work of this Section. B. Complete before or sufficiently ahead of on -going rough grading, excavation, backfill, and compacting for utilities. PART 2 PRODUCTS 2.01 WOUND DRESSING A. Only applied to Oak and Elm trees at the direction of the Engineer or City Forester. B. Asphalt base tree paint. C. Other acceptable materials per Engineer's approval. PART 3 EXECUTION 3.01 GENERAL A. Review removals in the field with the Engineer prior to doing Work. Clearing limits will be clearly marked by the Engineer. B. Assume multiple mobilizations for the Work of this Section. C. Stockpile soil to eliminate contamination with other on Site materials. SITE CLEARING © 2019 Stantec 1 193804268 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 this Section. 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 and borrow, and 2 inches of erosion control compost blanket. 3.06 PROTECTION A. Conduct operations so as not to damage surrounding private property. B. Protect trees intended to be saved from injury or defacement during operations 1. Restrict widths of utility trenches. SITE CLEARING © 2019 Stantec 1 193804268 31 10 00 - 3 2. Provide protective bracing, sheeting, or box to insure safe Work conditions as incidental to Contract. C. Exercise care to keep salvaged material as clean as possible during operations. D. Install temporary fencing at the construction limits and drip lines of trees to be protected prior to any construction activities in order to protect vegetation. END OF SECTION SITE CLEARING © 2019 Stantec 1 193804268 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, 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. 6. Section 33 05 05 - Trenching and Backfilling. 7. 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 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) - Phase 1 Haul to Surcharge Site. 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 by the average end area method, using the original cross sections. Payment will include placing and compacting suitable material on Site, and hauling and spreading of excess material off Site to the future pool parking lot surcharge area identified in the Drawings at 4401 Xylon Avenue North, New Hope, Minnesota, and disposal of any deleterious material not acceptable for the surcharge area. a. Excavation for driveways and sidewalk are incidental to removal of those items. 3. 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 by the average end area method, using the original cross sections. Payment will include placing and compacting suitable material on Site and disposal of excess material off Site. a. Excavation for driveways and sidewalk are incidental to removal of those items. 4. A Bid Item has been provided for Subgrade Excavation (CV). Measurement will be by volume of material actually excavated below the grading grade. Payment will include placing and compacting suitable material on Site and disposal of excess material off Site. EXCAVATION AND FILL © 2019 Stantec 1 193804268 31 23 00 - 1 5. 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. 6. A Bid Item has been provided for Topsoil Borrow (LV). Measurement will be by loose volume of material placed in cubic yards. All hauling, placement, blading, grading, shaping, and compacting of Topsoil Borrow shall be incidental to this Bid Item. 7. 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, and shall only be used at the direction of the Engineer. 8. See Section 33 40 00 for Payment of fill material for the Stormwater Filtration Trenches. 9. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 3149 - Granular Material. 3. 3877 - Topsoil Material. 1.04 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: 1. Gradation tests for borrow materials. 2. Topsoil Borrow test indicating material content, organic content, and ph levels. 1.05 DEFINITIONS A. The definitions of the different classifications of excavation and borrow material shall conform to MnDOT Spec. 2105.2, or as modified herein. 1. Grading Grade: Bottom of the fully excavated design section as shown on the Drawings. 2. Common Excavation: 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 locate 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. EXCAVATION AND FILL © 2019 Stantec 1 193804268 31 23 00 - 2 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 MnDOT Spec. 3149.213 except as modified below: 1. Material shall meet the following gradation requirements: Sieve Size Percent Passing #40 0 to 40 #200 0 to 5 B. Topsoil Material: Conform to MnDOT Spec 3877.2B: Loam Topsoil Borrow. 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 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. EXCAVATION AND FILL © 2019 Stantec 1 193804268 31 23 00 - 3 D. The Contractor may suggest locations for exploratory digging (including potholing) to the Engineer. The Engineer shall review the suggestion and determine if 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. 6. After the roadway excavation is complete and prior to backfilling operations, notify the Engineer 24 hours in advance so all excavation areas can be cross -sectioned to determine quantities. B. Stability of Excavations: 1. Slope sides of excavations to comply with applicable Laws and Regulations and to provide access for compaction equipment. 2. Provide shoring and bracing where required to comply with Laws and Regulations, or to protect adjacent surface or subsurface features, or to limit activity within construction limits. Contractor shall design shoring and bracing and provide all materials, including piling, uprights, stringers, and cross -bracing in good condition at no additional cost to Owner. 3. Remove all temporary shoring and bracing not specifically indicated in the Drawings or these Specifications to remain. C. 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. D. Phase 1 Common Excavation: 1. Suitable excavated material shall be hauled to 4401 Xylon Avenue South and placed in the identified surcharge area. 2. The maximum volume of material allowed to be hauled to surcharge site is approximately 4000 CY. EXCAVATION AND FILL © 2019 Stantec 1 193804268 31 23 00 - 4 3. Material containing concrete, bituminous, pipe segments, or other deleterious material is not acceptable for the surcharge site, and shall be disposed of off Site. This shall be incidental to the Common Excavation Bid Item. 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. 3.06 DISPOSITION OF EXCAVATED MATERIAL A. Conform to MnDOT Spec. 2105.31, or as modified herein. 1. No disposition of bituminous will be permitted within the Project limits. 3.07 PLACING EMBANKMENT MATERIALS A. Conform to MnDOT Spec. 2105.3E. 3.08 COMPACTING EMBANKMENTS A. Conform to MnDOT Spec. 2105.3F, or as modified herein. 1. Compaction required for embankment materials shall conform to the Specified Density Method with the testing location and rates being determined by the Engineer. 2. Clayey or silty soil used as fill will need to be placed at a water content sufficient to attain compaction (near the "optimum water content" defined in ASTM D698). It is the Contractor's responsibility to moisture condition the soil (wet or dry) to a uniform condition. Some on Site soils will be wet (or could be dry) and the Contractor shall not claim that this is a changed condition. 3. Backfilling of embankments shall be performed using on Site materials: If the Contractor is unable to meet the specified density requirements using that material due to excess moisture content, they shall immediately notify the Engineer of this condition. 4. The Contractor shall recognize that inclement weather (sometimes heavy) occurs during the construction season and the Contractor shall be responsible for protecting EXCAVATION AND FILL © 2019 Stantec 1 193804268 31 23 00 - 5 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. 3.09 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 © 2019 Stantec 1 193804268 31 23 00 - 6 SECTION 31 23 13 SUBGRADE PREPARATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Grading, shaping, and compacting subgrade prior to placing abase or surface course. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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," 2018 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 21 1 1 -Test Rolling. 3. 2112 - Subgrade Preparation. 1.04 SEQUENCING AND SCHEDULING A. Subgrade preparation shall be performed prior to placement of the geotextile fabric, drain tile, sand subbase, aggregate backfill material if excavation and rough grading of subgrade is not performed under this Contract. B. Subgrade preparation shall be performed prior to placement of the concrete curb and gutter. C. 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 © 2019 Stantec 1 193804268 31 23 13 - 1 PART 3 EXECUTION 3.01 GENERAL A. Subgrade preparations shall be performed to produce the required density, grade, and cross-section. 3.02 PREPARATION A. Inspection of subgrade by test rolling conforming to MnDOT Spec. 2111, or as modified herein. 1. The equipment used for test rolling shall be a Tandom Truck with a gross weight of 45,000 pounds. 2. The road bed will be considered unstable if yielding and rutting is greater than 1-1 /2 inches. 3.03 COMPACTION A. Conform to MnDOT Spec. 2105.3F, or as modified herein 1. For the Specified Density Method, the Engineer will sample and test the soils to determine the Maximum Density and Optimum Moisture. 2. Density and moisture tests will be taken on the compacted subgrade at the location and testing rates designated by the Engineer. Nuclear density testing shall be considered an approved method. 3.04 FINISH OPERATIONS A. Subgrade tolerance shall conform to MnDOT Spec. 2105.3H, or as modified below 1. Not vary by more than 0.05 feet above or below the prescribed elevation at any 1 point where a measurement is made. END OF SECTION SUBGRADE PREPARATION © 2019 Stantec 1 193804268 31 23 13 - 2 SECTION 31 32 19 GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Geotextile fabric used for street construction. B. Related Sections 1. Section 31 23 00 - Excavation and Fill. 2. Section 31 23 13 - Subgrade Preparation. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Geotextile Fabric Type 5. 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. 2. See Section 33 40 00 for payment of Geotextile Fabric for the Stormwater Filtration Trench. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 3733 - Geotextiles. 1.04 SUBMITTALS A. Manufacturers Certificate of Compliance which includes the following information: 1. Full product name by trademark and style number. 2. Geotextile polymer type(s). 3. Geotextile physical properties. B. Samples of the Geotextile 1. The geotextile machine direction shall be marked on each sample submitted for testing. PART 2 PRODUCTS 2.01 GEOTEXTILE FABRIC A. Conform to the requirements of MnDOT Spec. 3733, Type 5 (non - woven), except as modified below: GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION © 2018 Stantec 1 193804268 31 32 19 - 1 I . 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 Soec. 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. 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 PART 3 EXECUTION 3.01 PREPARATION A. Excavation: Conform to Section 31 23 00. 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. GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION © 2018 Stantec 1 193804268 31 32 19 - 2 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 - INFILTRATION TRENCH 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. 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 © 2018 Stantec 1 193804268 31 32 19 - 3 This Page Left Blank Intentionally SECTION 32 11 23 AGGREGATE BASE COURSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Requirements for aggregate base course on a prepared subgrade. B. Related Sections 1. Section 31 23 13 - Subgrade Preparation. 2. Section 32 12 01 - Flexible Paving (Municipal Projects). 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Aggregate Base, Class 5. Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer a. If the aggregate base course material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of Drawing thickness. Said quantities shall be based on material weighing 110 pounds per square yard of area per inch of thickness. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2211 -Aggregate Base. 2. 3138 - Aggregate for Surface and Base Courses. 1.04 SUBMITTAL A. Submit gradation report on sample of aggregate base to be used. 1.05 SEQUENCING AND SCHEDULING A. Construct aggregate base only after all of the following have been completed: 1. Subgrade has been corrected for instability problems and successfully passed a test rolling test performed by the Contractor and witnessed by the Engineer. 2. Subgrade has been checked for conformance to line and grade tolerances (stringline). AGGREGATE BASE COURSES © 2019 Stantec 1 193804268 32 1 1 23- 1 PART 2 PRODUCTS 2.01 MATERIALS A. Aggregate Base: Conform to MnDOT Spec. 3138, Class 5 aggregate, except as modified below: 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 the details on the 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. B. Keep aggregate base free of ruts and irregularities until covered by surface paving. C. Place water on aggregate base for dust control as required to eliminate nuisance conditions for adjacent properties. END OF SECTION AGGREGATE BASE COURSES © 2019 Stantec 1 193804268 32 11 23 - 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. 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 l . Method of Measurement and Payment shall conform to MnDOT Section 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 Prior to Wear Paving, to be located along the lip of all adjacent curb lines. 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 prior to wear course paving in 2020. 4. Bid Items have been provided for Type SP 12.5 Non Wearing Course Mixture (4,E), Type SP 12.5 Wearing Course Mixture (4,E), 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 2018. 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. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2019 Stantec 1 193804268 32 1201 -1 d. The Contractor shall note that all bituminous non -wearing course is to be constructed in 2019 and all bituminous wear course is to be constructed in 2020, except driveways which will be completed to final grade in 2019. All costs associated with the required bituminous construction phasing will be considered incidental to the Project. 5. Preparation of Bituminous Non -Wearing: Measurement and Payment shall be considered incidental and shall include the following: a. Final clean up of the bituminous non -wearing course with a power pickup broom. b. Final adjustment of the structures to conform to Section 33 05 17. 6. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2018 MnDOT Specification 2360 Plant Mixed Asphalt Pavement dated. A copy can be found at htt : www. ot.state.mn.us re-lettin sec 2018 2018-s ec-book-final. d a. Within this document replace the words "Department Bituminous Engineer" or "District Materials Engineer" with the word "Engineer." 2. 2357 - Bituminous Tack Coat. 3. 2535 - Bituminous Curb. 4. 3139 - Graded Aggregate For Bituminous Mixtures. 1.04 SUBMITTALS A. Submit mixture design report to the Engineer. Conform to MnDOT Spec. 2360.2.F and 2360.2.G.8, and Division 01. B. Contractors shall submit mix design report for all projects, regardless of the size of the project. C. Contractor shall submit Q/C results in accordance with MnDOT Spec. 2360.2.G.8 and MnDOT's most recent Materials Control Schedule. 1.05 SEQUENCING AND SCHEDULING A. Aggregate base and concrete curb and gutter to be completed and approved by the Engineer prior to placement of bituminous surfaces. B. The Contractor shall provide a 48-hour notice for scheduling and noticing of the residents prior to paving operations. 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 shall be constructed in 2020. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2019 Stantec 1 193804268 32 12 01 - 2 PART 2 PRODUCTS 2.01 MATERIALS A. Mixture Designation: Conform to MnDOT 2360.1.A, except as modified in the typical section Detail Drawing and Bid Form. B. Conform to MnDOT Section 2360.2, except as modified herein. 1. Recycled Asphalt Shingles are not allowed in wear or non -wear course pavements. 2. Sewage Sludge Ash (SSA) is not allowed in wear or non -wear course pavements. 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: Conform to MnDOT Spec. 2360.2G.1 Quality Control and 2360.2.G.2 Quality Assurance, except as modified herein. 1. Quality Control (QC) Testing: The Contractor will be allowed to provide historical testing data from the previous 3 days of production for each mixture type to meet the Production Sampling and Testing Rates indicated in Table 2360.11 for Course Aggregate Angularity and Fine Aggregate Angularity. The Contractor will be allowed to provide historical testing data from the previous 10 days of Contractor production for each mixture type to meet the Production Sampling and Testing Rates indicated in Table 2360.11 for TSR, Aggregate Specific Gravity, and Asphalt Binder Content. 2. Quality Assurance testing will be completed at the discretion of the Engineer, testing rates will not exceed Table 2360.10 and 2360.11 a. A verification sample will betaken by the Engineer. The Contractor will be required to use the verification companion sample as part of the QC testing program. PART 3 EXECUTION 3.01 GENERAL A. Conform to the requirements of MnDOT Spec 2360.3, except as modified herein. B. The Contractor to review the proposed paving sequence with the Engineer prior to placement of each bituminous course (lift). C. The proposed sequence shall address the: longitudinal seams, compaction, traffic control, hauling routes, and placement of pavement markings. D. Preparation of Bituminous Non -Wear Course 1. Final clean up of the bituminous surface with the use of a power pickup broom and front end loader. 2. Adjust structures conforming to the requirements of Section 33 05 17. FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2019 Stantec 1 193804268 32 12 01 -3 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. 3. The Contractor shall have sole responsibility of claims of tack coat on personal property due to lack of notification or signage of the area being tack coated. C. Equipment: Conform to MnDOT Spec. 2360.3.B. D. Road Surface Preparation: Conform to MnDOT Spec. 2357.3.C. E. Application 1. At a uniform rate conforming to MnDOT Spec. 2357.3.D (Table 2357-2). 2. Along the front edge of the concrete curb and gutter, prior to placement of both bituminous base and wearing course. 3.05 PAVEMENT DENSITY A. Conform to MnDOT Section 2360.3.D, except as modified herein. 1. Pathways, Driveways, Small Parking Lots, Leveling Courses, and Patching shall conform to Spec. 2360.3.D.2 - Ordinary Compaction Method. FLEXIBLE PAVING (MUNICIPAL PROJECTS) 0 2019 Stantec 1 193804268 32 12 01 - 4 2. All other Pavement Density shall conform to Spec. 2360.3.D.1 - Maximum Density Method. 3. Modify Table 2360-21 Lot Determination as indicated below: Daily Production (Tons) Lots 200 to 1,000 1 1,001 to 2,000 2 2,001 to 3,600 3 3,601 to 5,000 4 5,001 + 6 Daily production 0 to 200 tons is at the discretion of the Engineer. B. Vibrating steel drum roller and a pneumatic tired roller employed in conjunction with each other during compaction of all wear courses. 3.06 THICKNESS AND SURFACE SMOOTHNESS REQUIREMENTS A. Conform to MnDOT Section 2360.3.E, except as modified herein. 1. Table 2360-26, Final wear adjacent to fixed structures for manholes and valves shall conform to Section 33 05 17. 2. The sentence "In addition to the list the above the pavement surface must meet requirements of 2399 (Pavement Surface Smoothness) requirements." is deleted from 2360.3.E Surface Requirements. Pavement Smoothness will not apply to this Project. 3. Structure Adjustment - Conform to Section 33 05 17 for tolerances. END OF SECTION FLEXIBLE PAVING (MUNICIPAL PROJECTS) © 2019 Stantec 1 193804268 32 1201 - 5 This Page Left Blank Intentionally SECTION 32 13 14 CONCRETE WALKS, MEDIANS, AND DRIVEWAYS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Cast -in -place concrete walkways, driveway aprons and driveways. 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. 1. Section 32 12 01 - Flexible Paving (Municipal Project). 2. 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 feet. 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 shall be 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-Inch Concrete Pedestrian Ramp. Measurement shall be on the basis of square feet of ramp actually constructed. a. Measurement of ramp shall not include adjacent concrete curb and gutter or truncated domes. Those shall be measured and compensated separately. b. Payment shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Saw cutting of existing concrete sidewalk or bituminous pathway pavement. 4) Placement of materials. 5) Finishing. 6) Curing and protection. 7) Backfilling. c. Excavation for concrete pedestrian curb ramp shall be considered incidental. d. Aggregate base beneath concrete pedestrian curb ramp shall be measured and compensated per Section 32 11 23. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2018 Stantec 1 193804268 3213 14 - 1 3. A Bid Item has been provided for the Truncated Dome Surface, which is part of the concrete pedestrian curb ramp. Measurement shall be on the basis of square feet of Truncated Dome Surface actually constructed. a. Payment shall include the following: 1) Truncated panel materials. 2) Placement of truncated panels. 3) Joint sealing material. 4) Protection of truncated panels during construction. 4. A Bid Item for 7-Inch Concrete Driveway Apron 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) Sub grade and base preparation. 3j Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement (keyway substitution). 7) Backfilling. b. Excavation for concrete driveway apron shall be considered incidental. c. Aggregate base beneath concrete driveway apron shall be measured and compensated per Section 32 11 23. 5. A Bid Item for 7-Inch Concrete Driveway- High Early Mix 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 (High Early type mix) 2) Subgrade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement (keyway substitution). 7) Backfilling. b. Excavation for concrete driveway shall be considered incidental. c. Aggregate base beneath concrete driveway 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. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2211 -Aggregate Base. 2. 2461 - Structural Concrete. 3. 2521 - Walks. 4. 2531 - Concrete Curbing. 5. 3702 - Preformed Joint Filers. 6. 3753-Type 1-D Membrane Curing Compound. 7. 3754 - Poly -Alpha Methylstyrene (AMS) Membrane Curing Compound. 8. 3755 - Linseed Oil Membrane Curing Compound. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2018 Stantec 1 193804268 32 13 14 - 2 1.04 SUBMITTALS A. Submit one 7-day and two 28-day concrete test results for all concrete pours in any given day. Submit MnDOT approved design mix for each concrete mix designation used. If a MnDOT approved mix design is unavailable, the Engineer will establish the job mix proportions. 1.05 SEQUENCING AND SCHEDULING A. Construction of pedestrian curb ramps shall be completed following the placement of the bituminous walk or pathway. B. Construction of the concrete driveway apron shall begin no sooner than 24 hours after placement of the adjacent concrete curb and gutter with completion within 5 days of curb placement. C. Installation of concrete driveway aprons and curb may be required to be done in two phases so that access can be maintained to each business. Phasing of curb and driveway installation shall be incidental to the Bid Item. D. Installation of concrete driveway aprons and adjacent curb shall be coordinated with each individual business owner. E. The use of high early concrete on driveways will be determined by the Engineer. 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. Commercial Driveways 1) Manual Placement Mix No. 3F52A 2) Slip Form Placement Mix No. 3F32A b. Sidewalk 1) Manual Placement Mix No. 31`52A 2) Slip Form Placement Mix No. 3F32A B. Preformed Joint Filler: Conform to MnDOT Spec. 3702. C. Curing Compound: Conform to MnDOT Spec. 3754 1. Curing compound shall contain a fugitive dye. 2. Only MnDOT approved membrane curing compounds will be allowed for use. MnDOT shall pre -approve all curing compounds. The most current approved lots and batches with product expiration dates are available from the MnDOT Products website. All curing compounds shall comply with the requirements of the MnDOT Curing CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2018 Stantec 1193804268 32 13 14 - 3 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, Color: Charcoal. 2. Neenah Foundry Company -Cast Iron, Color: Charcoal. 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, median, driveways, and valley gutters at the locations and elevations indicated on the Drawings. C. Construct walkways to conform to the typical section shown on the Drawings. D. Construct concrete driveway aprons to conform to the Drawings. E. Construct concrete curb ramps to conform to the Drawings. F. Verify locations with Engineer in the field prior to construction. G. The completed concrete work shall give the appearance of uniformity in surface contour and texture, and shall be accurately constructed to line and grade. The required joints, edges, and flow lines shall show neat workmanship. H. Retempering of concrete which has partially hardened with or without additional materials or water is prohibited. I. 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. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2018 Stantec 1 193804268 32 13 14 - 4 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. 2531.3F, except as modified herein 1. Install three No. 4 steel reinforcing rods in lower portion of the valley gutter section with minimum 2-inches coverage on all sides. 3.06 PLACING AND FINISHING A. Conform to MnDOT Spec. 2521.3D and 2531.3D for slip form or 2531.31 for manual placement, except as modified herein 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10-foot straight edge, will be considered unacceptable. 2. Any surface area allowing the entrapment of water at a depth 1 /8 inch or greater will be considered unacceptable. 3. Unacceptable work shall be removed and replaced with acceptable Work as directed by the Engineer. Acceptance of Work by price reduction will not be allowed. Pedestrian Curb Ramp - Truncated Dome 1. Truncated Dome Panels - Conform to the manufacturer's recommendations for placement. 2. Truncated dome panels shall be placed (wet set) on a minimum of 6-inches concrete and prior to finishing the adjacent concrete surface of the pedestrian ramp. The joint between the panel and concrete shall be finished with 1/2-inch radius edging tool. 3. Conform to MnDOT Standard Detail Plate No. 7038A or current revision for specified truncated dome surface 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. 2521.3G and 2521.3.G.1.a (Membrane Curing Method), except as modified herein 1. Coat all surfaces with membrane curing compound within 30 minutes after finishing at the specified rate. 2. The membrane -curing compound must contain a fugitive dye and be applied at 2 different directions perpendicular to each other. 3. A second application of membrane curing compound shall be applied 4 to 8 hours after the first application at the specified rate. 4. Cold weather curing, when temperatures fall below 40 degrees F during placement or within the following 24 hours, shall conform to MnDOT Spec. 2521.3.G.1.b curing blanket method, except as modified below: a. If temperatures are projected to fall below 32 degrees 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. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS 0 2018 Stantec 1 193804268 32 13 14 - 5 5. The freshly finished surface shall be protected, surfaces pitted by rain will be considered unacceptable. 6. Removal and replacement of any concrete section damaged by traffic, rain, cold weather, or other causes occurring prior to final acceptance shall be the responsibility of the Contractor. 3.08 HIGH EARLY CONCRETE A. Conform to MnDOT Spec. 2461.2F.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.2521.3.H, except as modified herein 1. Perform backfilling to protect the concrete no sooner than 72 hours after placement of the concrete. END OF SECTION CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2018 Stantec 1 193804268 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 and B618 Concrete Curb and Gutter - High Early. Measurement of curb and gutter shall be by the lineal foot measured along the face of the curb at the gutter line for each type. Payment shall include materials, preparation, placement, finishing, curing, protection, reinforcement, and backfilling. Measurement shall not include 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 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. No separate measurement or payment for modifications at curb ramps, transition sections, or B618 curb installed at catch basins and radii. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing Materials (ASTM) 1. C260 - Air -Entraining Admixtures for Concrete. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 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. CURBS AND GUTTERS 0 2019 Stantec 1 193804268 32 16 13- 1 1.04 SUBMITTALS A. Submit one 7-day and two 28-day concrete cylinder test results for all concrete pours in any given day. B. Submit MnDOT approved design mix for each concrete mix designation used. If a MnDOT approved mix design is unavailable, the Engineer will establish the job mix proportions. 1.05 SEQUENCING AND SCHEDULING A. Install concrete curb and gutter within 1 week after aggregate base has been completed and approved. B. Concrete curb and gutter construction precedes installation of pavement. 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. 1. Curb adjacent to driveways may need to be poured in two phases to accommodate business access. No additional payment shall be made for these instances. 2. Use of high early concrete shall be at the Engineer's direction. 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_ CURBS AND GUTTERS © 2019 Stantec 1193804268 32 16 13 - 2 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. Retempering of the 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. Support on a compacted aggregate base. 1. Conform to typical sections as shown on the Drawings. 2. Conform to Section 32 11 23. 3.03 FORMS A. Conform to MnDOT Spec. 2531.3.13. 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. b. Placement at service line trenches conform to the detail 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. CURBS AND GUTTERS © 2019 Stantec 1 193804268 3216 13 - 3 3.07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2531.3.G and 2531.3.G.1.a (Membrane Curing Method), except as modified herein. 1. All surfaces shall be coated with membrane curing compound within 30 minutes after finishing at the specified rate. 2. The membrane -curing compound must be applied in 2 different directions perpendicular to each other. 3. A second application of membrane curing compound shall be applied 4 to 8 hours after the first application at the specified rate. 4. Cold weather curing when temperatures fall below 40 degrees F during placement or within the following 24 hours shall conform to MnDOT Spec. 2531.3.G.1.b curing blanket method, except as modified below: a. If temperatures are projected to fall below 32 degrees F within 24 hours of concrete placement, insulated blankets shall be using for curing. b. All costs associated with blanket curing shall be incurred by the Contractor. 5. The freshly finished surface shall be protected, surfaces pitted by rain will be considered unacceptable. 6. Removal and replacement of any curb section damaged by traffic, rain, cold weather, or other causes occurring prior to final acceptance shall be the responsibility of the Contractor. 3.08 BACKFILLING A. Conform to MnDOT Spec. 2531.3.H, except as modified herein 1. Initial Backfilling a. Follow the 72-hours curing period with completion within 6 days of original placement. b. Tolerance within 0.3-feet to the top of curb elevation. 2. Final Grading a. Following completion of private utility work by others. 3. Curb damaged during backfilling is the responsibility of the Contractor. 3.09 HIGH EARLY CONCRETE A. Conform to MnDOT Spec. 2461.2.F.1.b, except as modified herein 1. High early concrete shall be designed to provide a maximum water/cementitous ratio of 0.38. 2. High early concrete shall be designed to provide a minimum flexural strength of 500 psi and a minimum compressive strength of 3,000 psi in 48 hours. 3. High early concrete may be included as a separate Bid Item or as an Engineer ordered material. In absence of a separate Bid Item for high early strength concrete, compensation will be at an agreed upon price not to exceed 20-percent above the Contract cubic yard price for standard strength concrete for the quantity ordered by the Engineer. The price shall be agreed upon prior to placement. 3.10 WORKMANSHIP AND FINISH A. Conform to MnDOT Spec. 2531.3.1, except as modified herein. 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10-foot straight edge, will be considered unacceptable. 2. Acceptance of Work by price reduction will not be allowed. END OF SECTION CURBS AND GUTTERS © 2019 Stantec 1 193804268 32 16 13 - 4 SECTION 32 17 23 PAVEMENT MARKINGS PART] GENERAL 1.01 SUMMARY A. Section Includes 1. Pavement markings for control and guidance of traffic. B. Related Sections 1. Section 32 12 01 - Flexible Paving (Municipal Projects). 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items for pavement markings of each type are provided. Payment of each Bid Item shall be compensation in full for all costs incidental thereto, including but not limited to surface preparation, traffic control measures, maintaining the Work, removal of temporary pavement markers, together with any other expenses incurred in completing the Work that are not specifically included for payment under the Contract Bid Items. a. 24" Solid White Stop Bar (Paint). 1) Shall be measured by the lineal foot on the basis of length actually applied, at the 24-inch width. 2) The second application shall be considered incidental to the payment of the first application. 3) Temporary striping on bituminous non -wear shall be incidental. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) l . 2582 - Pavement Markings. 2. 3354 - Preformed Pavement Marking Tape for Permanent Traffic Lane Delineation and Legends. 3. 3590 - Multi -Component Liquid Pavement Markings. 4. 3591 - 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 lot or batch formulation. PAVEMENT MARKINGS © 2019 Stantec 1 193804268 32 17 23 - 1 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. e. Yellow Color - Color No. 33538 of Federal Standard 595. B. Glass Beads 1. Conform to MnDOT Spec. 3592. 2.02 EQUIPMENT A. General 1. Vehicles used shall be deployed and equipped with traffic control devices set forth in the "Minnesota Manual on Uniform Traffic Control Devices, Field Manual." 2. Shadow vehicle with truck -mounted attenuator shall be used on streets with posted speed equal to or greater than 40 m.p.h. or ADT greater than 1,500 vehicles per day. 3. Equipment used for spray applications shall be capable of applying glass beads by a pressurized system at a rate of at least 25 Ibs/gal. 4. Capable of accumulating footage applied per gun. 5. Stainless steel components in the delivery system required for water -based materials. PART 3 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. PAVEMENT MARKINGS © 2019 Stantec 1 193804268 32 17 23 - 2 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 non -wear and bituminous wear course: a. No sooner than 24 hours after placement of bituminous. b. Within 5 working days of completion of bituminous placement. 3.03 PREPARATION A. Locations 1. In general accordance with the Drawings a. Location of marking designating no passing zones to be coordinated with corresponding traffic signs. 2. The Engineer will place necessary "Spotting" at appropriate points a. Horizontal control. b. Starting and stopping points. c. Broken line intervals will not be marked. d. Longitudinal joints, pavement edges, and existing markings shall serve as horizontal control when so directed. e. Contractor shall notify Engineer at least 48-hours in advance when requesting spotting locations. 3. Edge lines and lane lines are to be broken only at intersections with public roads and at private entrances if they are controlled by a yield sign, stop sign, or traffic signal. 4. The break point is to be at the start of the radius for the intersection or at marked stop lines or crosswalks. B. Street Surface 1. Engineer may direct cleaning of surface as necessary immediately prior to marking application a. Brushing with non-metallic rotary broom. b. Other cleaning method approved by Engineer. c. Air blast following cleaning. 2. Surface must be dry. 3. Minimum surface temperature is 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. Material shall not be applied over longitudinal joints. 4-inch broken line consists of 10-feet of paint and 40- feet of space (1 cycle). PAVEMENT MARKINGS 0 2019 Stantec 1 193804268 32 17 23 - 3 4. If same equipment used for different color material with change in color, an amount of material equal to fifteen 10-foot long stripes shall be wasted prior to beginning application with the new color. 5. Conditions a. Markings shall not be applied when wind or other conditions cause a film of dust to be deposited on the pavement surface after cleaning and before the marking material can be applied. b. Except when used as a temporary marking, pavement markings shall only be applied in seasonable weather when air temperature is 50 degrees F or higher. B. Paint 1. Minimum thickness 15 mil. 2. In accordance with the appropriate MnDOT Spec. 3. Painted lines on the bituminous base course shall be applied once. 4. Painted lines on the bituminous wearing course shall be applied twice. C. Glass Beads 1. Shall be applied immediately after application of paint or epoxy markings. 2. Rate of application shall be 8 lbs. per gallon. 3.05 CORRECTION OF DEFECTS A. All pavement markings not conforming to the requirements of the Specifications shall be removed and replaced, or otherwise repaired to the satisfaction of the Engineer. B. Where yield computations show a deficiency in material usage of not more than 20-percent, Owner may require satisfactory repair or may accept the Work at a reduced Bid Unit Price that is in direct proportion to the percent of the deficiency. C. Where yield computations show a deficiency in material usage in excess of 20-percent, Owner will require removal and replacement to the satisfaction of the Engineer, unless other means are approved by 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 © 2019 Stantec 1 193804268 32 17 23 - 4 SECTION 32 92 00 TURF AND GRASSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Restoration of construction area by installation of topsoil, seed, sod, soil amendments, mulch, and erosion control compost blanket. B. Related Sections 1. Section 01 57 13 - Temporary Erosion and Sediment Control. 2. Section 31 23 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Erosion Control Compost Blanket - Blown with Seed. Measurement will be based upon units of square yards installed in place as specified, including preparing topsoil, preparation of seedbed, fertilizer, seed, and all correlated activity to pneumatically install Erosion Control Compost Blanket with Seed. Maintenance and watering shall be incidental to this Bid Item. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.). B. Minnesota Department of Transportation Seeding Manual 2014 (MnDOT Seeding Manual). 1.04 SUBMITTALS A. Provide the following submittals consistent with Section 01 3300. B. Identification verifying contractor is certified Filtrexx Installer as determined by Filtrexx International, LLC (440-926-8041) or approved equal. C. Compost sample complying with all local, state, and federal regulations, along with a certificate of compliance. Test results can be submitted using the US Composting Council Seal of Testing Assurance Program. D. Product Data: Provide nursery source and invoice for seed to be purchased for this Project. E. Qualifications 1. Nursery: Company specializing in growing and cultivating the specified native seed mixes with documented experience as represented by a list of completed past projects. TURF AND GRASSES © 2019 Stantec 1 193804268 32 92 00 - 1 2. Installer: Company specializing in seeding the specified plants with a minimum of 3- years documented experience as represented by a list of completed past projects. F. Producer's Certificate of Compliance - Written document verifying compliance of mixture of seed furnished. Submit to the Engineer 5 days prior to delivery. Include percentage of various seed species mix, year of production, net weight, date of packaging, location of packaging, seed bags/tags (germination rate, weed seed content), and copy of seed dealer's invoice. G. Species within native seed mixes species shall have their origin documented by the Minnesota Crop Improvement Association (MCIA) to certify that the product is a local ecotype plant. H. Fertilizer manufacturer's certificate of compliance. Written document verifying compliance with fertilizer specified. Label from soil moisture amendment product utilized. 1.05 PLANT ESTABLISHMENT PERIOD A. The Establishment Period for plants shall begin for immediately after installation, with the approval of the Engineer, and continue until the date that the Engineer performs a final inspection. 1. Seeding - At the conclusion of the establishment period, which will be 1-year following initial installation, a final inspection of planting will be made to determine the conditions 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 that are larger than 1-inch in diameter. C. All topsoil shall be approved by the Engineer prior to seeding and sodding. PART 2 PRODUCTS 2.01 TOPSOIL: Conform to Section 31 23 00. 2.02 FERTILZER A. Provide plant fertilizer that is commercial grade and uniform in composition and conforms to applicable state and federal regulations. B. Slow release fertilizer. A minimum of 70-percent of the nitrogen component shall be a slow release water insoluble nitrogen. TURF AND GRASSES © 2019 Stantec 1 193804268 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. Commercial Lawns: Conform to MnDOT Mixture 25-131. 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 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." 2.07 EROSION STABILIZATION MAT: Conform to MnDOT Spec. 3885.2.B. PART 3 EXECUTION 3.01 EXAMINATION A. Review restoration areas with the Engineer. Determine locations for seed or sod. Schedule for restoration of areas may be revised to fit field conditions. B. Notify the Engineer at least 3 days in advance of hauling topsoil borrow on 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. TURF AND GRASSES © 2019 Stantec 1 193804268 32 92 00 - 3 2. Deliver fertilizer and lime to the Site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis, name, trade name or trademark, and in conformance to state and federal law. In lieu of containers, fertilizer and lime may be furnished in bulk and a certificate indicating the above information shall accompany each delivery. 3. During Delivery: Protect sod from drying out and seed from contamination. B. Storage 1. Sprinkle sod with water and cover with moist burlap, straw, or other approved covering, and protect from exposure to wind and direct sunlight. Covering should permit air circulation to alleviate heat development. 2. Keep seed, lime, and fertilizer in dry storage away from contaminants. 3.03 PREPARATION A. General: Conform to MnDOT Spec. 2575.3.A. B. Soil Preparation: Conform to MnDOT Spec. 2574, C. Fertilizers and Conditioners: Conform to MnDOT Spec. 2574.3.D 1. Apply fertilizer at a rate of 400 lbs. per acre (9.2 lbs./1,000 sq. ft.). 2. The fertilizer used shall be a commercial grade slow releose comi2lete 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 must be approved by the Engineer. Seeding Rates: Conform to MnDOT Spec 2575.3 and Table 1 in the 2014 MnDOT Seeding Manual, except as modified herein: 1. For 25-131 seed mix, apply seed at a rate of 275 lbs. per acre. C. Compost Blanket shall be pneumatically applied with blower equipment in a non - compacted layer. l . 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 truckload tickets to verify application rate. 3.05 MULCH: CONFORM TO SECTION 01 57 13. 3.06 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. TURF AND GRASSES © 2019 Stantec 1 193804268 32 92 00 - 4 C. Place topsoil so as not to compact underlying soils. Do not compact topsoil. 3.07 TURF ESTABLISHMENT A. Water seeded and or sodded 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. 3.08 MAINTENANCE A. Maintain restored areas in accordance with MnDOT Spec. 2575.3.K and in accordance with the 2014 MnDOT Seeding Manual. Contractor is responsible for all maintenance activities as required to ensure proper seed growth, including but not limited weed control, watering, and mowing. B. Restored areas that have been satisfactorily completed and are disturbed by additional construction activity required by the timing and sequencing of the Work shall be restored over to the same requirements of the original work. C. Any seeded area 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 and sodded areas shall be done throughout the establishment period to ensure establishment of permanent vegetation. The Contractor will work together with the Owner to create a watering schedule to help ensure proper watering of the 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. 3.09 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 © 2019 Stantec 1 193804268 32 92 00 - 5 This Page Left Blank Intentionally SECTION 33 05 05 TRENCHING AND BACKFILLING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Trenching requirements for underground piping and appurtenances, including requirements for excavation, backfill, and compaction. B. Related Sections 1. Section 31 10 00 - Site Clearing. 2. Section 33 10 00 - Water Utilities. 3. Section 33 40 00 - Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . Trench Excavation: Excavation and backfilling of trench shall be included in the price of pipe provided. 2. Pipe Bedding: Considered incidental and shall be included in the price of pipe furnished and installed. 3. Improved Pipe Foundation: At the Bid Unit Price per lineal foot for each 6-inch layer placed below pipe bedding, not including the first 6-inches a. For example, say 2-feet of foundation material is required under a pipe installed with C-2 bedding. Because 6-inches of material is required for Class C-2 pipe bedding (and therefore incidental), payment will be made for 3-lineal feet of pipe foundation material, 6-inches deep per foot of pipe installed. b. No payment will be made without the knowledge or consent of the Engineer. c. No payment will be made for subgrade rock installed for de -watering purposes only, unless specified. d. No payment will be made for disposing of excavated material off Site, that has been created by placement of improved pipe foundation. 4. Temporary Bracing and Sheeting: Considered part of the excavation costs with no additional compensation to Contractor, unless provided for otherwise. 5. Density Tests a. Passing Tests: All costs paid by Owner. b. Failing Tests: All costs charged to and paid by the Contractor. 6. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 2451 - Structure Excavations and Backfills. 3. 3149 - Granular Material. TRENCHING AND BACKFILLING © 2019 Stantec 1 193804268 33 05 05 - 1 American Society of Testing Materials (ASTM) 1. C1479 - Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard Installations. 2. D698 - Test Method for Laboratory Compaction Characteristics for Soil Using Standard Effort (12,400 ft-Ibf/ft). 3. D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications. 1.04 SUBMITTALS A. Provide the following submittals consistent with Section 01 33 00: 1. Product Data for each Borrow Material: a. Name and location of source. b. Results of gradation tests. 1.05 DEFINITIONS A. Bedding: The soil material adjacent to the pipe which makes contact with the pipe foundation, walls of the trench, and upper level of backfill. The purpose of bedding is to secure the pipe to true line and grade, and to provide structural support to the pipe barrel. B. Foundation: Soil material beneath the pipe bedding. C. Improved Pipe Foundation: Foundation provided by importing material from sources outside the Site. Required when foundation is soft or unstable. D. Filter Aggregate: Free draining mineral product used around drain the pipe. E. Pipe Zone: That part of the trench below a distance of 1-foot above the top of the pipe. 1.06 SEQUENCING AND SCHEDULING A. Known existing underground utilities are shown on the Drawings in a general way. Owner does not guarantee the locations as shown on the Drawings. Contractor shall anticipate variations in both the vertical and horizontal locations of underground utility lines from those shown on the Drawings. B. Uncover utilities and verify both horizontal and vertical alignments sufficiently in advance of construction to permit adjustments in the Work. Determine location of existing utilities and identify conflicts before excavating trench for pipe installation. C. Notify Gopher State One Call before starting construction in a given area, requesting utility locations in the field. D. Provide continuance of flow of existing sewer and other facilities. E. Backfill and compact all trench excavations promptly after the pipe is laid. 1.07 WARRANTY A. Trench settlements that occur during the correction period and are greater than 1/2-inch as measured from the beginning to the end of the settlement, as determined by the TRENCHING AND BACKFILLING © 2019 Stantec 1 193804268 33 05 05 - 2 Engineer, will be repaired in a manner acceptable to the Owner at the Contractor's expense. PART 2 PRODUCTS 2.01 PIPE BEDDING MATERIAL A. Polyvinyl Chloride (PVC) Pipe and High Density Polyethylene (HDPE) Pipe 1. Comply with MnDOT Spec. 3149.2.13.1 for granular borrow. a. No on Site granular material encountered during construction may be used without the permission of the Engineer. Site is not expected to have salvageable soils for pipe bedding. 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. Class A Bedding a. 2000# concrete. 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 A. Comply with MnDOT Spec. 3149.2H. 2.04 SAND CUSHION MATERIAL A. Comply with MnDOT Spec. 3149.2.13 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. PART 3 EXECUTION 3.01 EXAMINATION A. Prior to construction, inspect existing utility structures and surface features, and document condition. TRENCHING AND BACKFILLING © 2019 Stantec 1 193804268 33 05 05 - 3 B. Re -inspect foundation soils if rain fall or snow has occurred after initial inspection but prior to placing pipe and bedding. 3.02 PREPARATION A. Notify Utility Owners to field mark their utility locations. B. Protect as necessary surface features, such as utility poles, trees, structures, pavement, etc., that are not designated on the Drawings to be removed. C. Notify utility companies of progress schedule so they can accomplish any necessary relocations and removals that they have agreed to relocate, remove, or support. D. Implement traffic control. E. Complete temporary removal or relocation of surface features, such as fences, shrubs, signs, and mailboxes. F. Strip off existing topsoil from within the trench excavation limits and stockpile. Separate vegetative strippings from salvageable topsoil and dispose of appropriately. G. Crossing Under Existing Utility Lines 1. Use extreme care when excavating in the vicinity of underground utility lines to avoid damage to protective coatings or surfaces. 2. Where possible and as authorized by the utility, temporarily remove the utility line, install the new pipe, and reinstall the utility line. 3. Where existing line cannot be removed, or is not feasible to remove, securely support, excavate under, backfill under and around the utility line to 100-Percent Standard Proctor Density. 4. Report and repair damaged lines prior to backfilling trench. 3.03 CONSTRUCTION A. Conform to ASTM C2321, or modified herein_ Trench Excavation 1. Excavate trench to alignment and grade shown on the Drawings. 2. The trench width at the surface may vary and depends on the depth of trench and nature of the excavated material encountered. However, it shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. 3. Correct any part of the trench that is inadvertently excavated below grade with approved material compacted to 100-Percent Standard Proctor Density. 4. Brace, shore, or sheet trench and provide drainage. Comply with applicable State Regulations relating to industrial safety to a safe angle of repose. Angle of repose may be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA), whichever is most restrictive. 5. Pile all excavated material in a manner that will not endanger the Work or obstruct sidewalks, driveways, gutters, etc. 6. Segregate soils in the excavated material that are not suitable for trench backfill and dispose of in a manner that is consistent with the requirements specified herein under "Backfill Above Pipe Zone." TRENCHING AND BACKFILLING © 2019 Stantec 1 193804268 33 05 05 - 4 7. Dispose of excess excavated materials off of right-of-ways and easements in a suitable site selected by the Contractor. 8. Haul materials, other than natural soil materials that are suitable as backfill material, to an approved landfill as directed by the Engineer. C. Water Control l . Dewater the ground as necessary to excavate the trench and install the pipe. All pipe and structures shall be laid in a dry condition prior to backfill. Maintain groundwater level a minimum of 1 foot below the pipe invert. Measure the rate of flow from dewatering pumps at the beginning of the dewatering operations) and once per week thereafter. Keep a daily log of hours pumped. D. Trench Bottom l . Excavate to a sufficient depth to insure adequate foundation when the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist. Bring excavation up to pipe grade with thoroughly compacted granular materials meeting the requirements of Improved Pipe Foundation Material. 2. Provide temporary support, remove, relocate, or reconstruct existing utilities located within the trench excavation. Utility shall designate method employed. Use particular care and provide compacted fill or other stable support for utility crossings to prevent detrimental displacement, rupture, or failure. 3. Excavate to expose existing utilities that cross in close proximity to the planned pipe line to determine the utilities' exact location sufficiently ahead of pipe installation to plan for the avoidance of grade conflict. Measure to determine the utilities' location relative to the planned pipe line location. A deviation from the alignment, grade, and location to avoid conflict may be ordered by the Engineer. 4. In locations where rock affects the pipe foundation, excavate the trench 6 to 12 inches below the pipe and place sand cushion material up to the proposed invert elevation. The remainder of the trench up to the top of rock elevation shall be backfilled with granular backfill material a. Sand Cushion: The removal and disposal of the unsuitable material within the trench and below the invert elevation, and the replacement up to invert elevation with the appropriate bedding material. b. Granular Backfill: The removal and disposal of unsuitable material within the trench, above the invert elevation, and replacement up to the surface with appropriate backfill material. No additional compensation will be allowed for wider or deeper trenches in rock excavations. c. For PVC and HDPE Pipe, the sand cushion shall be placed to 1 foot above the pipe and shall be paid as pipe bedding. The remainder of the trench up to the top of the rock shall be backfilled with granular backfill material. 5. Improved Pipe Foundation: When unsatisfactory foundation conditions exist, excavate to a depth consisting of solid materials. Fill to pipe grade with thoroughly compacted granular materials meeting the requirements of Improved Pipe Foundation Material. 3.04 PIPE BEDDING A. Polyvinyl Chloride Sewer Pipe: Bed pipe in accordance with ASTM D2321 . B. Reinforced Concrete Pipe: Bed pipe in accordance with Class C-1 Bedding. TRENCHING AND BACKFILLING © 2019 Stantec 1 193804268 33 05 05 - 5 C. Use only selected materials free from rock, boulders, debris, or other high void content substances to a level 1 foot above the top of pipe. Remove ledge rock, boulders, and large stones to provide at least 6-inch clearance from pipe. D. Dig bell holes of ample dimension at each joint such that the pipe barrel rests continuously on the bedding. 3.05 BACKFILL WITHIN PIPE ZONE A. Backfill immediately after pipe is laid. Restrain pipe as necessary to prevent their movement during backfill operations. B. Place material completely under pipe haunches in uniform layers not exceeding 4 inches in depth. C. Hand (shovel) tamp along pipe within haunch zone. 3.06 BACKFILL ABOVE PIPE ZONE A. Use suitable materials meeting the requirements of Backfill Material. B. Place in uniform depth layers not to exceed 12-inches before compaction. Complete the compaction of each layer before placing material for the succeeding layer. C. Compact each layer by mechanical means until it meets the requirements of MnDOT Spec. 2105.3F1 "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. Excavated material not suitable or required for backfill shall be disposed of outside of the Site. 3.07 RESTRICTED TRENCH WIDTH A. Restrict width of trench to conform to construction limits indicated on the Drawings and where directed by the Engineer to prevent damage to specimen trees or adjacent structures. B. 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. TRENCHING AND BACKFILLING © 2019 Stantec 1 193804268 33 05 05 - 6 C. Failed density test areas shall be excavated and re -compacted until the density requirements are met. END OF SECTION TRENCHING AND BACKFILLING © 2019 Stantec 1 193804268 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 40 00 - Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for various adjustments. Payment at the Bid Unit Price for all items is considered compensation in full for all materials and Work required to furnish and install the Bid Item in place. 2. Adjust New Catch Basin and Storm Sewer Structure Frame and Ring Casting: Adjustment of new catch basins and manhole frames, rings, and castings in this Contract are considered incidental to the installation of the catch basin and manholes. 3. Adjust Valve Box: Adjustment of the valve box on new valves installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the valve. 4. Adjust Curb Box: Adjustment of curb box on new curb stops installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the curb stop. 5. Remove and Replace Casting Frame and Rings - Sanitary Sewer: Per Each. Payment includes all work and materials associated with removing the existing sewer structure casting and all adjustment rings, installing new concrete rings, installing new casting, placing filter fabric, adjustments and all other incidentals for removing and installing the new casting and rings. Removed castings shall be salvaged and provided to Owner. 1) Casting and rings on new structures are included in the bid price for the new structure. 2) All covers with "New Hope" logo will be provided by the Owner. 6. Remove and Replace Casting Frame and Rings - Storm Sewer: Per Each. Payment includes all work and materials associated with removing the existing sewer structure casting and all adjustment rings, installing new concrete rings, installing new casting, placing filter fabric, adjustments and all other incidentals for removing and installing the new casting and rings. Removed castings shall be salvaged and provided to Owner. 1) Casting and rings on new structures are included in the bid price for the new structure. 2) All R-1642-B manhole covers with "New Hope" logo will be provided by the Owner. 7. Extend Hydrant Barrel: A Bid Item has been provided for Extend Hydrant Barrel. Measurement will be by the lineal foot of adjustment made. ADJUST MISCELLANEOUS STRUCTURES 0 2019 Stantec 1 193804268 3305 17 - 1 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. ASTM A48 - Specification for Gray Iron Casting. 2. ASTM A240 - Specification for Heat - Resisting Chromium - Nickel Stainless Steel Plate Sheet and Strip for Pressure Vessels. 3. ASTM C6 - Specification for Normal Finishing Hydrating Lime (Mortar). 4. ASTM C141 -Specification for Hydraulic Hydrated Lime for Structural Purposes (Mortar). 5. ASTM C150 -Specification for Portland Cement (Concrete Rings/Mortar). 6. ASTM C923 - Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Materials. 7. ASTM D 1248 - Polyethylene Plastics Molding and Extrusion Materials. 8. ASTM F593 - Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 9. ASTM F594 - Specification for Stainless Steel Nuts. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2506 - Manholes and Catch Basins. 2. 3733 - Geotextiles. 1.04 DEFINITIONS A. Adjust Frame and Ring Casting: A change in rim elevation accomplished for manholes or catch basins through the addition or removal of adjustment rings only. Adjustment does not include the addition or removal of sections from the structure. B. Adjust Valve Box: A change in elevation of the top of the valve box accomplished through the raising or lowering of the existing top section of the valve box only. Adjustment does not include the addition or removal of sections from the valve box. 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. ADJUST MISCELLANEOUS STRUCTURES © 2019 Stantec 1 193804268 3305 17 - 2 2.02 ADHESION MATERIALS A. Ram-Nek material, or approved equal. B. Mortar 1. Standard Portland Cement: Type I, ASTM C150. 2. Normal Finishing Hydrated Lime: ASTM C6. 3. Hydraulic Hydrated Lime for Structural Purposes: ASTM C141. 4. Mix Proportions: 1-part cement to 3-parts mortar sand; lime may be added to mixture: maximum amount 15-percent by volume. 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 Drawing. 6. Owner will provide all R-1642-B manhole covers with "New Hope" logo. 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. ADJUST MISCELLANEOUS STRUCTURES © 2019 Stantec 1 193804268 3305 17 - 3 3.02 PREPARATION A. Call utility owners to field mark their utility locations. B. Contractor to verify exact location of existing utilities. 3.03 ADJUST FRAME AND RING CASTING A. Remove all dirt, debris, dust, and other deleterious material from surface prior to placement of first adjusting ring. B. HDPE Adjusting Ring 1. Remove all dirt, debris, dust, and other deleterious material from surface prior to placement of first ring. 2. Install adhesive for adiustina rinds 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 EXISTING AND PLACE NEW MANHOLE AND CATCH BASIN FRAME A. Remove and dispose of frame and casting as indicated on the Drawings. B. Place new adjustment rings conforming to Section 3.03 - Adjust Frame and Ring Casting, C. Install new frame and casting. D. Patch road to match existing pavement section. E. Dispose of removed material off Site. ADJUST MISCELLANEOUS STRUCTURES © 2019 Stantec 1 193804268 3305 17 - 4 3.06 HYDRANT EXTENSIONS A. Remove upper section. B. Install extension kit as per manufacturer's requirements. C. Replace upper and lower rod assemblies with heavy-duty for extensions in excess of 18-inches. D. Replace the upper section. 3.07 FIELD QUALITY CONTROL A. For adjustments made within bituminous surfaced areas, any settlements of the bituminous surface greater than 3/8-inch below the rim of the adjustment structure will require removal and replacement of the bituminous surfacing at the Contractor's expense. B. Secure manholes and structures immediately after completion or before suspension of operations at the end of working day with castings or suitable alternative device. C. Adjust Manholes and Catch Basin Frames 1 /8 inch below grade prior to placing the final wear course. Thorough tamping of the material around manhole and catch basin frames is required. Where existing frame is within 0.10 feet of grade, no adjustment is to be made. In such cases the crown or gutter shall be either lowered or raised, as the case may be, to put the street and frame at the same grade. D. Adjust frame upward with standard concrete adjustment rings of the same size as the cone or slab opening. Place each adjustment ring and frame in a full mortar bed. Adjusting rings needed to raise the casting to grade shall be incidental to the adjustment pay item. E. Adjust frame downward by removing the necessary number of adjustment rings from the structure and resetting the frame in a full mortar bed to grade. Regardless of the direction of adjustment, no shims of any material will be allowed. The minimum thickness of all mortar joints shall be at least 1/4-inch with a maximum allowable thickness of 1/2-inch. All excess mortar from the joint shall be wiped clean from the inside of all rings and frame. All manhole castings must be replaced prior to the placing of the final wear course. G. Adjust valve boxes to 1 /8 inch below grade prior to placing the final wear course. Thorough tamping of the material around the valve box is required. All valve boxes are the sectional screw -threaded adjustable type. END OF SECTION ADJUST MISCELLANEOUS STRUCTURES © 2019 Stantec 1 193804268 3305 17 - 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: a. Water Main Pipe: Measurement will be based upon units of lineal feet for each size and type of pipe installed, as measured along the axis of pipe, without regard to intervening valves or fittings. Water main over depth shall not be measured. Payment at the Bid Unit Price shall include furnishing and installing pipe complete in place as specified. 1) 1 Tracer Wire shall be installed with water main pipe. Installation of the tracer wire and connection to the magnetized tracer boxes shall be considered incidental to this Bid Item. b. Gate Valve and Box: Measurement will be based on each Gate Valve and Box installed. Payment at the Bid Unit Price shall include furnishing and installing the Valve and Box complete in place as specified, for each size. c. Hydrant: Measurement will be based on units of each Hydrant installed. Payment at the Bid Unit Price shall include furnishing and installing the Hydrant complete in place as specified. 1) Magnetized Tracer Boxes installed at hydrant locations for tracer wire are considered incidental to this Bid Item. d. Ductile Iron Fittings: Measurement shall be based on the AWWA C153 fitting weight in pounds, installed in accordance with the Drawings. Payment at the Bid Unit Price shall include DIP Fitting, poly encasement, coatings, and hardware. e. Joint Restraint: No Bid Item has been provided. Joint restraint shall be considered incidental to water main installation with no direct payment made. f. Connect to Existing Water Main: Measurement shall be based on each connection made, payment at the Bid Unit Price shall include all items required to complete the Work. g. Water Main Offset: No Bid Item has been provided. A water main offset is not expected to be required in order to install the new water main or services. Bends and pipe lengths will be paid under the Ductile Iron Fittings and pipe bid items accordingly. h. 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, WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 1 ramping, removal, and any other work involved with providing Temporary Water Main/Service. To the extent possible, the existing water main and services shall be used to provide temporary water service. 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. j. Cut in Temporary Valve: Measurement will be based on the number of valves installed. Payment shall include all water main cutting, removal, pumping, water main pipe, sleeves, fittings, and valves needed to complete the installation. Payment shall include removal of the gate valve box top section and filling with sand prior to the street subgrade installation. 2. No Bid Items have been provided for steel rodding. Steel rodding shall be considered incidental to water main installation with no direct payment made. 3. No Bid Items have been provided for testing. Testing shall be considered incidental to water main installation with no direct payment made. 4. Tracer Wire: Shall be considered incidental to the Project. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Water Works Association (AWWA) 1. C104 - Cement -Mortar Lining for Ductile -Iron Pipe and Fittings. 2. C105 - Polyethylene Encasement for Ductile -Iron Pipe Systems. 3. C1 11 - Rubber -Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 4. C 116 - Protective Fusion -Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile -Iron and Gray -Iron Fittings. 5. C150 - Ductile -Iron Pipe, Centrifugally Cast. 6. C151 - Standard for Ductile -Iron Pipe, Centrifugally Cast. 7. C153 - Standard for Ductile -Iron Compact Fittings. 8. C502 - Dry -Barrel Fire Hydrant 9. C504 - Rubber -Seated Butterfly Valves. 10. C515 - Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service 11. C550 - Protective Interior Coatings for Valves and Hydrants. 12. C600 - Installation of Ductile -Iron Water Main and Their Appurtenances. 13. C651 - Disinfecting Water Mains. 14. C900 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inches Through 12 Inches, for Water Transmission and Distribution. 15. C905 - AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 Inches Through 48 Inches, for Water Transmission and Distribution. 16. C906 - AWWA Standard for Polyethylene (PE) Pressure Pipe and Fittings, 4 Inches Through 63 Inches, for Water Transmission and Distribution. B. American Society of Testing and Materials (ASTM) 1. A48 - Gray Iron Castings. 2. Al26 - Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 3. A307 - Carbon Steel Bolts and Studs, 60,000-PSI Tensile Strength. 4. A536 - Standard Specification for Ductile Iron Castings. 5. A674 - Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. 6. C578 - Specification for Rigid, Cellular Polystyrene Thermal Insulation. WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 2 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. 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 utility interruptions. Utility shutdowns must be coordinated with the Owner and property owners, and maximum service interruption shall be 8 hours. C. It may be required that these utility interruptions occur at night. D. Notify all customers connected to water system to be shut down 72 hours in advance of shut down. E. The Owner must open and close the existing valves for this part of the operation. F. Successfully complete required test and inspections before restoration of surface. PART 2 PRODUCTS 2.01 DUCTILE IRON PIPE AND FITTINGS (DIP) A. General Requirement: AWWA C151/A21.51. B. Cement -mortar lining conforming to AWWA C104/A21.4. C. Special Thickness Class 52 for diameters less than 20 inches. D. Fittings: AWWA C153/A21.53, Ductile Iron, 250-psi working pressure, AWWA C1 1 1 /A21.1 1 latest revision, mechanical joint or push -on: 1. All fitting shall be fusion bonded epoxy coated per ANSI/AWWA C1 16/A21. 2.02 POLYVINYL CHLORIDE (PVC) PLASTIC PIPE AND FITTINGS A. General: Pipe shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of AWWA C900 (4 to 12-inch diameter pipe) or AWWA C905 (14 to 48-inch diameter pipe). WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 3 B. Design: Cast-iron pipe equivalent outside diameter with a minimum pressure class (PC) or dimension ratio (DR) as shown on the Drawings. C. Joints: Integral bell with elastomeric gasket joints providing a water -tight seal conforming to ASTM F477. D. Fittings: Conform to Ductile Iron Pipe (DIP) and Fittings specified under this Section. E. Marking: Conform to AWWA C900 and C905. 2.03 BOLT ASSEMBLIES A. Tee -Head Bolts 1. General: Conform to ANSI/AWWA Cl 11 /A21.1 1. 2. Fluorocarbon Resin Coating: FluoroKote No. 10 (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. i 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. E. One 4-1/2 inch steamer. 1. All hydrants 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. WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 4 M. Exterior Bolt Assemblies: Conform to Part 2 - Bolt Assemblies. N. Fiberglass Flag: Hydrafinder Hydrant Marker, or approved equal: 1. White fiberglass rod, with 4 red reflective bands without a bulb end. 2. 54 inches long, 3/8 inch diameter. O. Hydrants placed where the ground water table is less than 8 feet below the ground surface shall have the drain holes plugged and shall be equipped with a tag stating the need for pumping after use. 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 C1 11 /A21.1 1. E. Exterior Bolt Assemblies: Conform to Part 2 - Bolt Assemblies. F. All internal and external surfaces of the valve body and bonnet shall have a fusion bonded epoxy coating complying with ANSI/AWWA C550 and 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. WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 5 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 C1 16/A2. B. Tie Rods: 3/4-inch diameter rods stainless steel or fusion bonded epoxy coated. 2.07 PIPE ENCASEMENT A. Material: Polyethylene film conforming to AWWA C105/A21.5 and ASTM A674, tube form. B. Color: Black. C. Film Marking Requirements: Conform to AWWA C105/A21.5 and ASTM A674, including AWWA/ASTM standard, corrosion protection warning and applicable range of nominal pipe diameter size(s) every 2-feet along its length. 2.08 INSULATION A. Polystyrene Insulation: Extruded type conforming to ASTM C578, Type VI, VII, or V. 2.09 TRACER WIRE A. Conform to the applicable requirements of NEMA WC3, WC5, and WC7. B. Shall be Underwriters Laboratories (UL) listed for use in direct burial applications (e.g. USE, UF, or tracer wire). C. Conductor: Minimum No. 10 AWG - Copper Clad Steel Tracer Wire rated to 30 volts. D. Outside Identification: Volts (or V), AWG size, UL and designation (ex. "tracer wire"). E. Magnetized Tracer Boxes: Snake Pit Magnetized Tracer Box, www.copperheadwire.com, or approved equal 1. Concrete/Driveway Box. 2.10 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. WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 6 3.02 INSTALLATION OF PIPE A. Install pipe and fittings in accordance with the manufacturer's instructions and with the details shown on the Drawings. B. Permanently support, remove, relocate, or reconstruct existing utility pipes, cables, structures, or other appurtenances when they obstruct the line, grade, or location of the pipe or appurtenance. C. Remove foreign matter or dirt from the inside of pipe. D. All jointing of mechanical joint pipe and push -on joint pipe in accordance to AWWA C600. 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. J. Wrap all ductile iron pipe and fittings. 1. Only use tape approved for use with pipe encasement. 2. Pipe encasement shall be cut and wrapped around all fittings and valves to fully cover all surfaces. 3. Pipe encasement shall be placed when pipe is clean, prior to lowering pipe into trench. 4. Tape shall be required as needed to secure the pipe encasement. 5. Additional taping or a double layer of pipe encasement shall be required to repair any holes in the pipe encasement. K. Backfilling: Conform to Section 33 05 05. WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 7 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. In general, all hydrants are to be located 5- feet behind the proposed back -of -curb. B. Set on 8-inch concrete block, or approved equal concrete base. C. Brace according to Drawings. D. After each hydrant has been set, place around the base of the hydrant not less than 1 cubic yard of Class A round washed rock with a minimum diameter of 3/4-inch. Carefully place 2 layers of polyethylene, minimum 4 mm thickness each, over the rock to prevent backfill material from entering voids in the drain rock. E. Wrap the hydrant assembly with pipe encasement to the bottom of the break off flange. F. Maintain hydrants in a plumb position during the backfilling operation. G. Attach a galvanized steel marker to the hydrant using an existing flange bolt located at the back of the hydrant. H. Furnish 1 additional marker for each hydrant to the Owner. 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. Brace hydrants securely against undisturbed soil using precast concrete block. Use mechanical joint restraints or rod all joints from main line tee to hydrant gate valve, then from gate valve to hydrant. B. Restrain all bends and fittings with mechanical joint restraints. C. 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. WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 8 3.06 INSULATION A. Review insulation installation with Engineer 1. Place insulation between water pipe and sanitary pipe when water main or service is within 1-foot above or below the sanitary pipe. 2. Place insulation between storm sewer pipe and water main or water service when pipes are separated by less than 2-feet. 3. Place insulation over water pipe where tie-ins or other conditions limit bury depth to less than specified. 3.07 TRACER WIRE A. Attach to magnetized tracer box per manufacturer's specifications 1. Seal tracer wire leads and brass wire harness per manufacturer's specifications. 2. Manufacturer: "Snakepit" by Cooperhead Industries, or approved equal. B. Splice shall be accomplished by joining the 2 bare ends of the wires with either a copper mechanical split bolt compression fitting or a crimp -type compression sleeve for copper connections. No other connection is allowed. C. All joined splices and connections shall be fully enclosed using a 3M Brand ScotchfilTM Electrical Insulation Putty, or approved equal. The putty shall be fully sealed and bonded on all sides. 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 A. The existing mains and services shall be used for temporary service to the extent possible throughout construction. If temporary water services are required, the following is required: 1. During water main construction, install and maintain temporary water service to all homes, apartments, and/or businesses as shown on the Drawings 2. The temporary service will allow efficient removal of the existing water main and services, and installation of the new. 3. The temporary service shall provide adequate pressure and volume to all properties. 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. a. Testing results should be emailed to City of New Hope Public Works staff and copied to Construction Manager. 5. The Contractor shall install any main line valves that may be required to shut off or isolate an area based on the Contractors schedule of work or temporary water system. All valves installed shall be installed 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 shall be responsible for all coordination with property owners regarding entering buildings for temporary water service connections/disconnections. Contractor should WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 9 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 directed throughout the construction. 11. Contractor must have personnel available at all times to respond within 2 hours to any issues with the temporary water, including leaks or breaks. 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. 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. Hydrostatic Pressure Test 1. Minimum Test Pressure: 150 psi. 2. Test Duration: 2 hours. 3. Criteria: No drop in pressure allowed. 4. Testing Gauge: Liquid filled, 4-1/2 inches diameter, labeled in 1-psi increments, such as Ashcroft Model 1082, or approved equal. 5. Test all lines, including hydrant leads, water services, and stubs. C. Disinfection 1. General Requirement: AWWA C651 - Disinfecting Water Mains (Tablet Method). 2. Place hypochlorite tablets in each section of pipe and all appurtenances a. Attach tablets to top of pipe with a food grade adhesive, such as denture grip. WATER UTILITIES © 2019 Stantec 1 193804268 33 10 00 - 10 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 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 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, 2 consecutive sets of 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 lest one set from each main lateral branch. Bacteria test to be performed by the Contractor and tested by the Contractor. D. Continuity Test (PVC or HDPE) 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 © 2019 Stantec 1 193804268 33 10 00 - 1 1 This Page Left Blank Intentionally 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 3305 05 -Trenching and Backfilling. 2. Section 33 10 00 - Water Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l . Water Service Line: Measurement by linear foot of each size and type of pipe measured along the axis of the pipe, from centerline of the water main to termination as shown on the Drawings with no regard to intervening fittings. Payment at the Bid Unit Price per foot shall include cost of all pipe, fittings, laying, excavation, backfilling, and testing. a. Placement and compaction of the aggregate material around the corporation stop and gooseneck is incidental to the service line. b. Supplying and installing wooden markers or fence a post is incidental to the service line. c. Material, placement, compaction, and removal of excess trench material to be included in the Bid Unit Price for Water Service Line. d. All water service locations shall be marked with a "W" stamp approved by Owner at the time of curb placement. This Work is incidental to installation of the Concrete Curb and Gutter. 2. Corporation Stop: By physical count of each size and type installed. 3. Curb Stop and Box: By physical count of each size and type installed. 4. Service Saddle: No Bid Item has been provided for service saddle. Saddles are considered incidental to installation of new water services. 5. Material, placement, compaction, and removal of excess trench material to be included in the Bid Unit Price for Water Service Line. 6. Connect to Existing Water Service: Measurement shall be based on each connection made, including the removal of existing plugs. Payment at the Bid Unit Price shall include all items required to complete the Work, including sleeves and reducers. a. Bid Item is for connections to 2" or smaller water services. 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. A674 - Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. WATER SERVICES 0 2019 Stantec 1 193804268 33 12 12 - 1 2. B88 - Class K Copper Water Service Pipe. 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 through 12 Inches, for Water Distribution. 3. C901 - AWWA Standard for Polyethylene (PE) Pressure Pipe and Tubing, 1 /2 (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. Provide the Owner a minimum of 72 hours prior to performing Work. Engineer will coordinate with the Contractor and property owners if private access is required to install the new service. The Contractor shall not install any water service without the Engineer having written authorization from the property owner allowing entry to the building to perform Work. PART 2 PRODUCTS 2.01 SERVICE PIPE A. Copper Water Tube: 3/4 inch through 2 inches for buried service shall be seamless, Type K water tube conforming to ASTM B88. Service tubing larger than 1 inch shall be rigid Type K and joined using soldered joints 1. Fittings shall be designed for working pressures up to 150 psi. Fittings used in service lines shall be designed for connection to the service line by threads, brazing, compression, and/or flaring. 2.02 CORPORATION STOP A. Approved Manufacturers: Mueller No. B-25000, Ford No. FB-600-4, FB-600-6, or A.Y. McDonald No. 4701-B. B. Threaded on outlet for flared connection with copper service pipe. C. Threaded on inlet end with standard tapered corporation cock thread. WATER SERVICES © 2019 Stantec 1 193804268 33 12 12-2 D. Saddles are required on all PVC water main. 2.03 CURB STOP A. Approved Manufacturers 1. Curb Stops - 1-Inch: Mueller No. B-25154, Ford No. B22-444M, or A.Y. McDonald No. 6104. 2. Curb Stops - 1-1/2 Inches: Mueller No. B-25154, 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 to 90-inches. C. Stationary rods. D. 1-1 /4 inch upper section. E. Cover to be 1-1 /2 inch 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. To be used for curb boxes within driveways or other hard surfaces. 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 Aeries 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 0 2019 Stantec 1 193804268 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 some trench where feasible. 2. Where subsurface conditions permit, install new water service pipe by boring, pushing, pulling, jacking, or other trenchless construction methods as approved by the Engineer. 3. Terminate water service as shown on Drawings or as directed by the Engineer. E. Corporation Stop 1. Tap into main only when water main is under pressure. 2. 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. Connect to Existing Water Service 1. After testing, reconnect existing service to new service at the curb stop, utilizing straight coupling or appropriate reducing coupling with flared connection. 2. Remove existing curb stop and box and excess existing service pipe. 3. If service is 4-inches or lager, conform to Section 33 10 00 for pipe and valve installation. 4. Upon completing the service connection and prior to opening the curb stop, the temporary water service shall be disconnected from the spigot, and the spigot opened. 5. After opening the curb stop, the spigot shall be flushed in an appropriate location until air and/or chlorine is eliminated from the line. 6. If spigot is not available, coordinate flushing with Owner and Engineer. 7. Verify operation of curb stop and stationary rods prior to backfilling. H. All trenches shall be backfilled and compacted in accordance to Section 33 05 05. 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. B. Pressure Testing: All water services will be pressure tested in conjunction with the water main, conforming to Section 33 10 00. WATER SERVICES © 2019 Stantec 1 193804268 33 12 12 - 4 C. Tracer Wire Testing: Demonstrate the electrical continuity of tracer wire. 3.03 PROTECTION A. Mark Each Curb Box 1. Solid 4-inch by 4-inch by 8-foot wood post extending 4-feet above grade. 2. Metal fence post extending 4-feet above grade. END OF SECTION WATER SERVICES © 2019 Stantec 1 193804268 33 12 12 - 5 This Page Left Blank Intentionally 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. 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 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 Catch Basin, Catch Basin Manhole (CBMH), and Manhole (MH). Measurement will be based on units of each, according to type and size, without regard to depth, for furnishing and installing structures complete, including casting frame and cover, and adjusting rings in place as specified. 3. 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. 4. 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 shall also be considered incidental to the connection. 5. A Bid Item has been provided for Reconstruct Invert. Measurement shall be per each existing storm sewer structure invert reconstructed as directed by the Engineer, regardless of the size of structure including adjacent benches. This bid item does not include construction of new inverts for new manholes. Payment includes: labor and materials required for removal of existing invert concrete and pouring/construction of new invert and benches. This item is intended to be used under the direct instruction of the field engineer as deemed necessary. STORM DRAINAGE UTILITIES © 2019 Stantec 1 193804268 33 40 00 - 1 6. A Bid Item has been provided for Reconstruct Doghouse. Measurement shall be per each doghouse reconstructed as directed by the Engineer, regardless of the size of doghouse on existing pipe connections to the manhole. This bid item does not include construction of new doghouses for new pipes connections to the existing manhole. This item is intended to be used under the direct instruction of the field engineer as deemed necessary. 7. A Bid Item has been provided for 4 foot Diameter Filtration Structure with 3 foot sump and Skimmer. Bid Item is for the structure immediately upstream of the filtration trench as shown on 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. 8. A Bid Item has been provided for Filtration Trench. Payment shall be lump sum and includes all work and material necessary to install the trench as shown in the Drawings, including but not limited to: excavation of trench area, protection of existing utilities in the trench area, geotextile fabric, distribution and collection pipes, cleanouts, inspection port, access structure with sump, metal locating bar, connections to upstream and downstream storm structures, iron enhanced filter media, angular stone, drain tile, and stormwater chamber units. a. Lump Sum Bid Item is for length as shown in the Drawings. Should the length of the trench be modified in the field, the lump sum unit price shall be adjusted accordingly. 9. A Bid Item has been provided for Televise Storm Sewer (LF). Measurement will be by the lineal foot of storm sewer televised. Televising is required only for new pipe segments installed, not televising of existing trunk lines. Payment will include all costs related to jetting, vacuuming, providing water for determining sags, and televising the line as specified, including submittals. 10. 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. A153 - Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. A615 - Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 4. A760 - Specification for Corrugated Steel Pipe, Metallic - Coated for Sewers and Drains. 5. C76 - Specification for Reinforced Concrete Culvert, Drain, and Sewer Pipe. 6. C139 - Specification for Concrete Masonry Units for Construction of Catch Basins and Manholes. 7. C150 - Specification for Portland Cement. 8. C206 - Specification for Finishing Hydrated Lime. 9. C361 - Specification for Reinforced Concrete Low Head Pressure Pipe. 10. C443 - Specification for Joints for Circular Concrete Sewer and Pipe, Using Rubber Gaskets. 11. C478 - Specification for Precast Reinforced Concrete Manhole Sections. 12. D1248 - Specification for Polyethylene Plastic Molding and Extrusion Materials for Wire and Cable. 13. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. STORM DRAINAGE UTILITIES © 2019 Stantec 1 193804268 33 40 00 - 2 14. D2837 - Specification for Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. 15. D3212 - Specification for Joints for Drain and Sewer Plastic Pipe Using Flexible Elastomeric Seals. 16. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 17. F794 - Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. 18. F894 - Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 Edition (MnDOT Spec.) 1. 2461 - Structural Concrete. 2. 2511 - Riprap. 3. 3226 - Corrugated Steel Pipe. 4. 3351 - Sheet Steel Products. 5. 3601 - Riprap Materials. 6. 3733 - Geotextiles. 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 the following for the Iron -Enhanced Filter Media: 1. Name and location of the source and gradation results for the aggregate- D. Submit Manufacturer's Certificate of Compliance for the following items: 1. Gray iron castings. 2. Precast manhole sections. E. 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 © 2019 Stantec 1 193804268 33 40 00 - 3 Televising Reports 1. Submit 2 copies on DVD format of storm sewer televising and 2 copies of the written report on conditions. DVD and written reports shall be submitted to both the Engineer and Owner. 2. Report: Televising reports shall be submitted in pdf format. A separate PDF shall be created for each section of pipe located between two structures. Each report shall be named with a number matching the Owner's pipe identification number. The identification number for each section of pipe will be provided by the Engineer 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 cleaned and televised. Individual televising reports, images, and video must correspond to the pipe identification number. A sample spreadsheet will be provided by the Engineer. 4. Reports and video shall be provided for each televising inspection. 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. STORM DRAINAGE UTILITIES © 2019 Stantec 1 193804268 33 40 00 - 4 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. Segmental Manhole Blocks: Blocks conform to ASTM C139. F. Manhole Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. 2.04 MANHOLE DESIGN: A. It is the Contractor's responsibility to have the manhole sections and top and bottom slabs designed and the detailed drawings prepared by a Professional Engineer, experienced in precast concrete manhole design, who is registered in the Project's State. B. The design of the manhole shall conform to a minimum factor of safety equal to 1.5 for buoyancy and flotation. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. C. The design of the manhole base slab, perimeter walls, and top slab shall be designed for shear strength, flexural strength, and other applicable strengths due to hydrostatic loading. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. D. The design computations and the plans shall be certified by the Engineer and submitted to the Owner and the Engineer -of -Record for their permanent record. The design shall be per the most current ACI 318, AASHTO, and the MnDOT Standard Specifications for Construction, except as noted. E. All shop drawings shall clearly identify the name of the responsible engineering firm and the name of the person certifying the plan. Each drawing shall be certified. F. Provide report certifying that the quality assurance requirements were completed as required. 2.05 PIPE MATERIALS A. Reinforced Concrete (RCP) Pipe and Fittings 1. General Requirement: ASTM C76, Wall B with circular reinforcing. 2. Materials: Conform to the requirements of ASTM C76, Wall B with circular reinforcing. O-ring gaskets shall be synthetic rubber, circular reinforcing in cross-section, and shall conform to ASTM C361. 3. Pipe Joints: Bell and spigot ASTM C361. 4. Pipe Class: As shown on the Drawings. 5. Marking: Each pipe shall be identified with the name of the manufacturer trade name or trademark and code, identification of plant, date of manufacture, and the pipe class and specification design. B. Polyvinyl Chloride (PVC) Pipe and Fittings (12-InchesThrough 42-Inches Diameter) 1. General Requirements: ASTM F794. 2. Materials: The pipe and fittings shall be made from polyvinyl chloride compounds which comply with the requirements for a minimum Cell Classification of 12454B, STORM DRAINAGE UTILITIES © 2019 Stantec 1 193804268 33 40 00 - 5 12364A, or 13343C as defined by ASTM D1784. Homopolymer PVC compounds must meet or exceed the requirements of the above listed minimum cell classification number. PVC compounds of other cell classifications shall be pre -qualified. Additives and fillers, including but not limited to stabilizers, antioxidants, lubricants, colorants, etc., shall not exceed 10 parts by weight per 100 of PVC resin in the compound. 3. Pipe shall have integral wall bell and spigot joint with elastomeric seal joints. The minimum pipe stiffness shall be 46 pounds per square inch (psi) at 5-percent deflection. 4. Joints shall conform to ASTM D3212. Joints shall be push -on type only with the bell -end grooved to receive a gasket. Elastomeric seal (gasket) shall have a basic polymer of synthetic rubber conforming to ASTM F477, and be factory installed and chemically bonded to the bell -end of the pipe. Natural rubber gaskets will not be accepted. 5. Each pipe shall be identified with the manufacturer's name, trade name or trademark and code, nominal pipe size in inches, the PVC minimum cell classification, the legend "PS 46 PVC Sere Pipe," and ASTM F794. 2.06 SKIMMER A. 3 foot Sump Filtration Structure: 90-degree PVC bend per Drawing Details. 2.07 FILTRATION TRENCH A. General Requirement: refer to Drawings and construction detail for filtration trench Materials: 1. Topsoil Material: Conform to MnDOT Spec 3877.2B: Loam Topsoil Borrow. 2. Iron -Enhanced Filter Media: Mixture shall be a well -blended mixture of the following components: a. 5 percent (by weight) of Iron Aggregate. 1) High purity (92 to 98 percent Fe) HCA Cast Iron Powder. 2) Connelly GPM ETI - CC - 1004 (-8+50) or approved equal. b. 95 percent (by weight) fine filter aggregate 1) MnDOT Spec. 3149.2J. 3. Sand Filter Material: Clean sand free of deleterious material meeting MnDOT 3127.2 FA-1. 4. Angular Stone: Conform to stormwater chamber Manufacturer's specifications 5. 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. 6. Inspection port a. 10" diameter b. StormTech or approved equal. 7. Filtration basin access structure a. Pipe and fittings: Schedule 40 PVC. b. Metal rods: 2 foot long for locating structure. c. Conform to Detail in Drawings. 8. FILTRATION TRENCH GEOTEXTILE FABRIC - WOVEN a. Conform to underground storage chamber manufacturer's specifications. 9. FILTRATION TRENCH GEOTEXTILE FABRIC - NONWOVEN a. Conform to underground storage chamber manufacturer's specifications. 10. 8 inch PVC Distribution Pipe: Conform to Section 33 46 00. STORM DRAINAGE UTILITIES © 2019 Stantec 1 193804268 33 40 00 - 6 1 1. 6 inch PVC Non -Perforated Collection Pipe: Conform to Section 33 46 00. 12. 6 inch PVC Perforated Collection Pipe, with Sock: Conform to Section 33 46 00. 13. 6 inch Filtration Basin Cleanout: Conform to Section 33 46 00. PART 3 EXECUTION 3.01 PREPARATION A. Trench Excavation and Backfill shall conform to Section 33 05 05. B. By -Pass Pumping: Contractor responsible for all items required to maintain sewer flows during construction of the new storm sewer. All Work and costs for by-pass pumping is considered incidental to the Project, unless otherwise specified. 3.02 INSTALLATION A. Connect to Existing Structure 1. Connect to existing structure at location shown on the Drawings. 2. Core the hole in the structure and saw cut the pipe flush with the inside wall of the structure. 3. Bulkhead void between outside wall of pipe and edge of opening with mortar and brick. 4. Grout doghouses to match into existing structure and invert. Connect to Existing Pipe 1. Connect to existing pipe at locations shown on the Drawings. 2. Locate and expose end of existing pipe. 3. Remove existing bulkhead or plug and dispose of off Site. a. Take care not to damage existing pipe. b. Any segment of pipe damaged by Contractor shall be replaced with new materials at no expense to the Project. 4. Utilize standard bell and spigot joint with rubber 0-ring gasket if possible. 5. If butt connection must be made to existing pipe, construct concrete collar around joint. Collar shall be minimum 12-inches thick in all locations and shall extend a minimum of 12-inches each way of the joint. C. Pipe Installation 1. Lay and maintain pipe appurtenances to the alignment, grade, and location shown on the Drawings and/or staked in the field. No deviation from the Drawing and/or staked alignment, grade, or location is allowed, unless approved by Engineer. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 2. General Pipe Installation Procedures a. Wipe joints clean; apply the manufacturer's recommended lubricant compound over the entire joint surface; center spigot in bell and push spigot home; take care to prevent dirt from entering the joint space; bring pipe to proper line and grade, and secure pipe in place by properly bedding. 3. Lay pipe upgrade with spigot ends pointing in the direction of flow. 4. All joints must be watertight. 5. Remove all foreign matter or dirt from inside the pipe. Keep the bell and spigot clean during and after installation. Take care to prevent dirt from entering the joint space. Remove any superfluous material from inside the pipe after pipe installation by means of an approved follower or scraper. STORM DRAINAGE UTILITIES © 2019 Stantec 1 193804268 33 40 00 - 7 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 "Ll" bolt fasteners per joint approved and as recommended by the pipe manufacturers. D. Structures and Appurtenances Installation 1. Furnish and install structures in accordance with the Drawings. 2. Excavate to depth and size as shown in the Drawings. 3. 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. E. Construct Manhole Over Existing Pipe 1. Construct manhole over existing pipe at locations shown on the Drawings. 2. Saw cut existing pipe to fit flush with inside wall of new structure. 3. Seal any openings in manhole. F. 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. G. Filtration Trench 1. See Section 31 23 00 - Excavation and Fill for Filtration trench excavation Execution description 2. Install draintile and cleanouts according to the Drawings and Section 33 46 00. 3. Place filter aggregate according to the Drawings. 4. Place iron -enhanced filter media according to the Drawings. 5. Install storage chambers in accordance with Manufacturer's recommendations. STORM DRAINAGE UTILITIES © 2019 Stantec 1 193804268 33 40 00 - 8 H. Inspection Port 1. Install per Manufacturer's recommendations and per the Details in the Drawings. Filtration Basin Access Structure Install per Manufacturer's recommendations and per the Details in the Drawings. 3.03 FIELD QUALITY CONTROL A. Scope 1. All pipeline testing is considered incidental to the Bid cost of the pipe. 2. Engineer to observe and verify that all tests and visual inspections have been completed prior to final acceptance. Cleaning 1. Consists of Cleaning the Pipe and Structures a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. b. If newly installed mains and/or structures become dirty due to negligence of the Contractor, cleaning will be performed at the sole expense of the Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions acceptable to the Engineer for keeping dirt and debris out of the existing sewer system or ponds are employed. Jetting may be required. 3. Complete prior to final inspection for acceptance. C. Required Tests and Inspections 1. Infiltration a. To determine the amount of ground water infiltration into the sewers. b. Test waived if no visible infiltration is observed during the lamping inspection. c. Measurement made by means of 90 degree v-notch weirs placed in the lines as directed by the Engineer. d. Measurements taken at the points where in the Engineer's opinion the flow of water in the sewer is greater than the maximum allowable leakage. e. Maximum Allowable Rate of Leakage: Not more than 100 gallons per mile per inch diameter per day. f. Tests may be taken between individual manholes and the infiltration in any given line must not exceed the specified maximum allowable rate. g. Method of Measurement: Measurement of time for a predetermined volume of flow to occur. 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/ D. Storm Sewer Closed Circuit Television Inspection 1. General a. Televising shall be performed on all newly -constructed storm sewer lines after other required testing is completed. b. Format: The video will be submitted in a DVD format with both audio and video. STORM DRAINAGE UTILITIES 0 2019 Stantec 1 193804268 33 40 00 - 9 c. Camera: The camera shall be a self-propelled unit providing color video with the ability to tilt and pan. Color video and still photographs shall be provided for any defect. d. Rate: The televising shall be conducted at a rate not to exceed 30 feet per minute. 2. Line Requirements a. All lines shall be jetted and vacuumed so that all debris has been removed prior to televising. b. A small quantity of water is to be introduced to the pipe prior to televising. The amount of water shall be sufficient enough to distinguish any sags or alignment problems with the pipe. c. Each run will consist of a starting and ending structure number, pipe size and material, and a zero reading on the center at center of the starting structure. d. The video camera operator shall type into the video the station (distance) and any problems they notice while televising the sewer lines. 3. Structure Requirements a. Examine starting and ending inverts and doghouses for quality of mortar work. b. Examine all joints to confirm watertight quality of gaskets and seals. c. While at the bottom of the structure, the camera will examine for infiltration as high as it can see around the entire circumference of the structure. 4. Report Requirements a. A technician shall observe the monitor at all times during the televising and record the data. b. Note locations, length, and depth of any sages in the pipe (note any depths greater than 1 /2 inch). c. Note locations, length and depth of any areas of dirt or debris in the pipe (note any depths greater than 1 /2 inch). d. Record distance from center of structure to center of structure. e. Note each change in pipe material, including station. f. The complete report and DVD shall be submitted to the Owner and Engineer within 14 days of the completion of the televising. g. Include color photos/images of defects in the written report. 5. Review a. All televising reports and DVDs will be reviewed after the submittal is received. b. Comments and corrections will be noted and submitted to the Contractor for immediate correction. Defects a. Any defects, 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 and approved by the Owner prior to repair occurring. b. Repairs shall be approved by Engineer prior to re -televising. c. The repaired segment shall be re -televised from manhole to manhole and a report re -submitted within 7 days. No additional compensation shall be made for re - televising any repairs or defects in the pipe. 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. STORM DRAINAGE UTILITIES © 2019 Stantec 1 193804268 33 40 00 - 10 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 © 2019 Stantec 1 193804268 33 40 00 - 1 1 Manhole/Catch Basin Field Elevation Report (3 Stantec Project: Date: Owner: Contractor: Stantec Resident Project Representative: Contractor's Representative: Stantec Project No: Owner Project No: Contractor is required to complete this form before payment of structure is approved. Structure Location As - Structure Design Constructe Differenc Street Name Structure Structure Direction of or Easement Type Invert d Invert e 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. 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 inch 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, geotextile, aggregate, and fittings. 2. A Bid Item has been provided for 6 inch PVC Drain Tile Cleanout. Measurement will be by each. Payment shall include pipe, fittings, and metal cap. a. Bid Item is for drain the cleanouts for 6 inch street subgrade drain tile. b. Drain the clean -out to be installed with cap behind proposed Back of Curb located with an approximate spacing of 300 foot. Clean -outs are to be located on both sides of the street drain the system. Exact location of drain the clean -outs to be determined in field. 3. A Bid Item has been provided for Connect Drain Tile to Structure. 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. This bid item is for street section drain the to be field core -drilled and connected to downstream storm structures and does not include connection of infiltration trench drain the and pipe connections. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) l . ASTM D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 2. ASTM D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 3. ASTM D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 4. ASTM D3350 - Specification for Polyethylene Plastics Pipe and Fittings Materials. 5. ASTM F405 - Specification for Corrugated Polyethylene (PE) Pipe and Fittings. 6. ASTM F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. SUBDRAINAGE © 2019 Stantec 1 193804268 33 46 00 - 1 B. American Association of State Highway and Transportation Officials (AASHTO) 1. AASHTO M252 -Corrugated Polyethylene Drainage Tubing. C. Minnesota Department of Transportation "Standard Specifications for Construction," 2018 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 draintile prior to the installation of the draintile. PART 2 PRODUCTS 2.01 PIPE AND FITTINGS A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to Schedule 40. 3. Joints: Elastomeric gasket joints providing a water -tight seal conforming to ASTM D3212 or ASTM F477. 4. Perforations: Circular on 3-1/4 inches by 6-1/4 inches centers. Hole size maximum of 3/8-inch and a minimum of 3/16-inch, arranged in 4 rows along the full length of the pipe. 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 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. SUBDRAINAGE © 2019 Stantec 1 193804268 33 46 00 - 2 B. Construct at locations and elevations determined by Engineer or as shown on the Drawings. C. Pipe Bedding: Filter aggregate. D. Grade: Unless otherwise specified or shown on the Drawings, the grade of pipes shall not be flatter than 1 in 250. E. Plug upstream end of the drain pipe. F. Sections of the drainpipe shall be firmly joined. G. If perforated drain pipe is used, the pipe shall be placed so that the perforations are in the position indicated on the Drawings or designated by the Engineer. H. Connections: Coredrill connection hole in precast structure in the field. Seal joint with mortar. 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 tile 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 tile 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 FIELD QUALITY CONTROL A. Do not backfill trench until the pipe has been inspected and approved by the Engineer. END OF SECTION SUBDRAINAGE 0 2019 Stantec 1 193804268 33 46 00 - 3 This Page Left Blank Intentionally 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 l . A Bid Item has been provided for Sign Panels. All new signs shall be measured in accordance with MnDOT Spec. 2564.4G. Payment for all sign installation shall be at the Bid Unit Price per unit of measure of square feet and shall include all materials, equipment, and labor necessary to install each sign and post(s) at the staked location. 2. There will be no extra compensation for posts, regardless of length or required configuration. There shall be no extra compensation for post installations in bituminous or concrete surfaces. 3. Salvaged signs shall be measured and installed per 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," 2018 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. 3352.2A2f "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 sign posts shall be Telespar or approved equal: a. Bottom Section: 2 inch square, 12-gauge, non -perforated, bronze, with Omni - anchor or approved qual. TRAFFIC SIGNS AND DEVICES © 2019 Stantec 1 193804268 3441 055 - 1 b. Top Section: 1 3/4 inch square, 12-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. Top of Post: a. Round Cap: Lyle AL 808RF, or approved equal. b. Crosspiece between blades: Lyle AL808CF, or approved equal. 2. 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. Max of 3/8-inch inside diameter. c. Min. 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 be cause for rejection and replacement at no additional cost to the Contract. The nylon TRAFFIC SIGNS AND DEVICES © 2019 Stantec 1 193804268 3441 055 - 2 washers used to protect to sign face shall be 1 /32 inch thick, have a maximum inside diameter of 3/8 inch, and outside diameter of 7/8 inch. There shall also be a stainless steel washer between the nylon washer and the bolt head. D. The bottom section of each signpost shall be mounted into the ground to a minimum depth of 3-1/2 feet. The lower section of post shall be at least 30 inches above the ground to allow for a 12-inch splice and a minimum clearance of 18 inches from the ground to the bottom of the top section of post. The splice of the upper and lower section posts shall be made with 2-5/16 inch stainless steel bolts with nylon insert lock nuts placed in the top and bottom holes of the overlap splice. Where 2 or more single post signs are mounted side by side, they shall be reinforced laterally by at least 2 post sections, bolted at each post, and located approximately at the quarter points. E. Contractor should plan for sign placements in hard surfaced areas prior to any new concrete and/or bituminous paving and provide "box -outs" for each sign in such a location. The "box -out" must be a 6 inch diameter round section of PVC pipe or a 6-inch core cut hole. With either option, the box -out must be to a depth which encroaches the underlying soils. F. Sign panels shall be located relative to concrete curb per Figure 6.3 of the MnDOT Traffic Engineering Manual: 1. Lowest point of any sign panel shall be 7 feet above finished grade at the point of installation. 2. Edge of sign panel shall be no closer than 2 feet from the face of curb. G. The Contractor shall install MnDOT approved/furnished warning stickers on all new Type C sign panels. END OF SECTION TRAFFIC SIGNS AND DEVICES © 2019 Stantec 1 193804268 3441 055 - 3 This Page Left Blank Intentionally 17600 1131 Avenue North • Maple Grove, MN 55369 Phone: (763) 428-9110 Fax (763) 428-9095 www.srweidema.com. Company Representatives Scott Weidema — President Office: 763-428-9110 Fax: 763-428-9095 Scott Enerson — Vice President Email: senerson@srweidema.com Cell: 612-282-4128 Office: 763-428-9110 Fax: 763-428-9095 Wade Alexander — Superintendent Email: walexander@srweidema.com Cell: 763-688-0037 Office: 763-428-9110 Fax: 763-428-9095 Tanya Weidema — Assistant Controller Email: tanyaweidema@srweidema.com Cell: 763-202-5334 Office: 763-428-9110 Fax: 763-428-9095 Jamie Jones — Office Administrator Email: jjones@srweidema.com Office: 763-428-9110 Fax: 763-428-9095 SR wEIDEMA IS AN EQUAL OPPORTUNITY EMPLOYER AC"RID"' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/5/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONCT TA Marsh & McLennan Agency LLC NA.PHONE Angela Brown FAx 7225 Northland Drive Ne 763-746-8526 A/c No): 212-948-9243 Suite 300 AonpEss: angela.brown arshmma.com Minneapolis MN 55428 INSURER(S) AFFORDING COVERAGE NAIC# INSURERA: Travelers Commercial Casualt Com an 40282 INSURED SRWEIDEMA SR Weidema Inc. IN$LRER s. Travelers Property CasualtyCo. of Amer 36161 — 17600 113th Ave N INSURER C Maple Grove MN 55369 INSURER COVFRArFS rFRTICIr ATC KII IIIAQCD• 4An7n4nn4l 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. ILR TYPE OF INSURANCE f A S13 DDL �WVD� POLICY NUMBER MNOI/DDm (UM, DIYYYY LIMITS n X COMMERCIAL GENERAL LIABILITY CO2J430587 4/1/2018 4/1/2019 EACH OCCURRENCE $1.000,000 E WO CLAIMS -MADE OCCUR PREMISES_LEa orswrarioa $300,000 MED EXP (Any one person) 510,000 _ — PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY - �C LOC I PRODUCTS - COMP/OP AGG $ 2,000,000 $ Q3 HER: A AUTOMOBILE LIABILITY 8102,1305358 4/1/2018 4/1/2019 MEdd AD:SINGLE LIMrr $1,000,000 X y BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident ( ) S HIRED NON -OWNED IiTYDAMAGE AUTOS ONLY AUTOS ONLY tPer acCl�ent) S S A X UMBRELLALIAB X OCCUR CUP2J440476 4/1/20111 4/1/2019 EACH OCCURRENCE S8,000.000 EXCESS LIAB CLAIMS -MADE AGGREGATE $ 8,000,000 DED I X I RETENTION S S A WORKERS COMPENSATION UB8F319812 4/1/20111 4/1/2019 AND EMPLOYERS' LIABILITY Y/N STATUTE FOR E.L. EACH ACCIDENT S 500,000 ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N / A E.L. DISEASE - EA EMPLOYEE $ 500,000 (Mandatory in NH) If yes, describe under E.L. DISEASE - POLICY LIMIT S 500,000 DESCRIPTION OF OPERATIONS below B Leased/Rented Equipment 6602,1956886 4/1/2018 4/1/2019 Leased/Rented Equip. $750,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 101, Additional Remarks Schedule, may be atta91+ d If more space is requirad) City of New Hope, Owner, Engineer and City of Crystal are Additional Insured on a primary and non-contributory basis as limited to the General Liability and Automobile Liability. City of New Hope, Owner, Engineer City Crystal and of are Additional Insureds on a primary and non-contributory basis to the Umbrella Liability coverage subject to policy terms, conditions and exclusions. Certificate Holder is Loss Payee as respects leased equipment. Per the cancellation clause contained in the policies noted on this certificate, the policy provisions Include at least 30 days notice of cancellation except for non-payment of premium. The above applies as required by written contract fir agreement. r.Src I Irrn,m I a nULUr_ [ CANCELLATION City of New Hope 4401 Xylon Avenue 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. i ENTATIV E �_ 2. 1 . ? U 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AFFIDAVIT OF PUBLICATION STATE OF MINNESOTA ) ss COUNTY OF HENNEPIN Darlene MacPherson being duly sworn on an oath, states or affirms that he/she is the Publisher's Designated Agent of the newspa- pers) known as: SP Robb/Crystal/NewHope/GoldV with the known office of issue being located in the county of: HENNEPIN with additional circulation in the counties of: HENNEPIN and has full knowledge of the facts stated below: (A) The newspaper has complied with all of the requirements constituting qualifica- tion as a qualified newspaper as provided by Minn. Stat. §331A.02. (B) This Public Notice was printed and pub- lished in said newspaper(s) once each week, for 1 successive week(s); the first insertion being on 12/20/2018 and the last insertion being on 12/2012018. 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. 2 M ai, 2 " , , Designated Agent Subscribed and sworn to or affirmed before me on 12/20/2018 by Darlene MacPherson. Notary Public Jessica L Crabb Notary Public Minnesota ;;;;�... `I� CammlaslonFa�Pl�q,k�uary 31, 2023 Rate Information: (1) Lowest classified rate paid by commercial users for comparable space: $46.90 per column inch Ad ID 888980 CITY OF NEW HOPE ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of New Hope, Minnesota, in the City Hall at 4401 Xylon Avenue North, until 10 A.M., CST, Thursday, January 31, 2019, 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: 2019 Winnark Drhm Intrat t r,@_ Improvernent ra' tSit Ajt - Pro' 9 V 1 In general, Work consists of the replacement of water main, services, replacements storm sewer, and street improvements. The Project con- sists of the following approximate quantities for the Base Bid: 11,400 SY Remove Bituminous Pavement 1,200 LF Storm Sewer Pipe - 12" to 36" 35 EA Storm Sewer Structure 600 LF 6" PVC Water Main 2,800 LF 8" PVC Water Main 10,000 CY Common Excavation 18,700 TN Select Granular Borrow (Modified) 9,400 TN Class 5 Aggregate Base 2,900 TN Bituminous Pavement 8,000 SF 7" Concrete Driveway Apron 5,900 LF Concrete Curb and Gutter 140 LF Underground Stormwater Filtration Trench Along with miscellaneous utility improvements, removals, resto- ration, signing, stop bar striping and correlated appurtenances. An optional Pre -Bid Meeting will be held at 10:00 A.M CDT, on Jan- uary 17, 2019 at New Hope Public Works located at 5500 International Parkway. Representatives of Owner and Engineer will be present to dis- cuss the Project. Bidders may attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Adden- dum 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. Complete digital Bidding Documents are available at www.questcdn, cam for $20 by inputting QuestCDN eBidDoc #6049060 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, Ann Dienhart, at (612) 712-2034. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in accordance with the Instructions to Bidders. The Owner reserves the right to retain the deposits of the 3 lowest Bidders for a period not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner reserves the right to reject any and all Bids, to waive irregularities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. Kirk McDonald, City Manager City of New Hope, Minnesota Published in the Sun Post December 20, 2018 888980 Feasibility Report For 2019 Winpark Drive Infrastructure Improvements Prepared for: City of New Hope, Minnesota City Project No. 1019 3� Stantec August 2018 Stantec Project No. 193804268 Stantec Consulting Services Inc. Stantec 2335 Highway 36 West, St. Paul MN 55113 August 22, 2018 Honorable Mayor and Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428-4898 Re: 2019 Winpark Drive Infrastructure Improvements Client Project No. 1019 Stantec Project No. 193804268 Dear Mayor and Council Members: We are pleased to present our Feasibility Report for the 2019 Winpark Drive Infrastructure Improvements project. The general location of the work includes Winpark Drive between Winnetka Avenue (CSAH 156) to 32nd Avenue North. The southern portion of this street near 32nd Avenue North is shared with the City of New Hope and the City of Crystal. As identified in New Hope's Capital Improvement Plan (CIP) and Pavement Management Plan, this section of roadway is planned for full reconstruction in 2019. The street included in the project was recommended based upon the current condition of the pavement and underlying utilities. The improvement identified includes the full reconstruction of the street, replacement of the watermain which was installed in the 1960's, and storm sewer improvements. The sanitary sewer is generally in acceptable condition and does not require significant improvements. This project will improve the quality of life, increase the aesthetic value, and increase the safety of a highly commercially used roadway. We recommend this report be presented and discussed at the August 27, 2018, Council meeting. Respectfully submitted, STANTEC CONSULTING SERVICES, INC. r 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. Christopher W. Lon P.E. p g, Date: August 22, 2018 Reg. No. 47106 Deslan with community in mind This Page Left Blank Intentionally CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT TABLE OF CONTENTS TABLEOF CONTENTS........................................................................................................................ 3 INTRODUCTION.........................................................................................................................................................5 HISTORY................................................................................................................................................................5 SCOPEOF STUDY ............................ .......................................................................... ..........................................._.5 FIGURE 1 - 2019 WINPARK DRIVE PROJECT LOCATION..............................................................................6 EXISTINGCONDITIONS.......................... ................ ........................_.................:..........................,................._...........7 TABLE 1 - PAVEMENT RATING INDEX (PRI) SUMMARY.................................................................................7 FIGURE2 - PAVEMENT RATINGS......................................................................................................................8 FIGURE 3 - BORING AND GPR TESTING.................................................._..........................._...........................9 FIGURE 4 - WATER MAIN BREAK HISTORY........................................................................................_._..........10 STREETIMPROVEMENTS ........ ................................................. ................................................................._...............11 FULLRECONSTRUCT....................................................... ..................................... 11 TABLE 2 - RECONSTRUCT STREETS.................................................................................................................11 FIGURE5 - TYPICAL SECTION.........................................................................................................................13 COMPLETESTREETS .................. --- ..................................................................................................................... 14 WATER MAIN IMPROVEMENTS........................................................................ 15 FIGURE 6 - PROPOSED WATER MAIN IMPROVEMENTS..............................................................................16 SANITARY SEWER IMPROVEMENTS........................................................... ................... .•--............................. ........ 17 FIGURE 7 - CASTING COVERS WITH INFLOW..............................................................................................18 FIGURE 8-STRUCTURES WITH INFILTRATION................................................................................................i9 FIGURE 9 - PROPOSED SANITARY SEWER IMPROVEMENTS.......................................................................2-0 STORM SEWER IMPROVEMENTS............................................................................................................................21 RECONSTRUCTAREA..........................................................................................................................................21 STORMWATERMANAGEMENT . .................................. ----.--................................ ............................................... 21 FIGURE 10-STORM SEWER STRUCTURES IN POOR CONDITION..............................................................22 FIGURE 11 - PROPOSED STORM SEWER IMPROVEMENTS.........................................................................23 COSTESTIMATES ............................................................................._....................................................._._........24 TABLE 3 - FULL RECONSTRUCT COST ESTIMATE ..................... -.................................................................... 24 TABLE 4 - UTILITY COST ESTIMATE...................................................................................................................24 TABLE 5 - TOTAL PROJECT COSTS....................................---..............................................._..........................24 City of New Hope (3 Stantec p Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 3 FINANCING......... ................... ...................................... .......................... ............................................................. --25 REVENUES.............................................................................................................................................................25 ASSESSMENTS.......................................................................................................................................................25 TABLE6 - FUNDING SOURCE ------------- ............ ....................................... .:........................ ....... ....................... 25 PROJECTSCHEDULE...............................................................................................................................................26 CONCLUSIONS AND RECOMMENDATIONS.......................................................................................................27 Appendices Appendix A - Preliminary Cost Estimate Summaries Appendix B - AET supplied, "Report of Geotechnical and Pavement Engineering Services" City of New Hope 5 Stantec Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 4 CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT INTRODUCTION The purpose of this report is to investigate the feasibility of performing improvements to reconstruct and rehabilitate an existing local street and local utilities within the proposed project area shown on Figure 1. The southern portion of this street near 32nd Avenue North is shared with the City of New Hope and the City of Crystal. HISTORY 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 and functionality of the roadway. The Pavement Management Plan (PMP) was last updated in November of 2017 and includes the full reconstruction of Winpark Drive. SCOPE OF STUDY The purpose of this report is to provide the feasibility of the full reconstruction of approximately 0.5 miles of street. 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 funding of the improvements 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 (3 Stantec Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 5 This Page Left Blank Intentionally 1. . M, 40 ................................... i I Proposed Improvements 32nd-Ave.N Reconstruct Area: 100% New Hope .P . Reconstruct Area: 50% New Hope/ 50% Crystal �$ ti , ,r SO i967 1 Cry5, Figure 1 � 5tantec 2019 Winpark Drive � PI}meuth ew H 9 •+»++���� Infrastructure Improvements�'�'' i �]e06 ra�wre'eae-eo-o-••�'v. n�ps.�ry .e..��.•b«.....a.....•.. u.►w» Nc11 1-lope. Minnesota ,, „,�o,,,, '"'•" CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS- PROJECT EXISTING CONDITIONS The street identified in this report, Winpark Drive, was generally constructed in the mid-1960'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 trunk storm system and sanitary sewer system is in good condition. Deteriorating structures and pipes on the storm system were identified on the laterals to the trunk system. Winpark Drive was rated in spring of 2016 based on the City's Pavement Ratings Index (PRI) at a value of 30. 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 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 Failin - - 21-40 Very Poor 2,918 0.55 41-60 Poor - - 61-80 Good - - 81-100 Excellent - TOTALS 2,918 0.55 AVERAGE PRI = 30.0 Figure 2 shows the pavement rating for the 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 generally support the identified street improvements proposed in this report. The final report is attached to this report as Appendix B. 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 has been confirmed on the project streets and are shown on Figure 4. The water main breaks are especially prevalent on Winpark Drive (22 water main breaks), thus supporting the improvement method of full reconstruction and water main replacement. Cityof New Ho (3 Stantec Hope Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 7 This Page Leff Blank Intentionally N ........... 1 1-351h 66 N fi I III Winpark Drive LO Itl z U) rl z th V > < 33rdIPAN I em U CL Ii t I 111 II Rating —1-20 21-40 41-60 61 -80 81 - 100 Study Area Crysi Figure 2 1 1 Plymouth 140-w H a Pavement Ratings I b)bi-rvsWd e New Hope, Minnesota e�yq 1:3 6W (Al original d ... ­N !,, o1B 5,11) 1 —h - 300 [..I 501967 z Stantec 50 I I I I i r 34tit Pi N U .x I m 1 r I .4 a hl 1 r r I � Iu � 1 Proposed Improvements ® Borings (12' Deep) Reconstruct Area: 100% New Hope r ■ ■ Reconstruct Area: 50% New Hope/ 50% Crystal I I Study Area/ GPR Limits I W Z Winpark Drive �nd—Ave am I' Figure 3 Plymouth 4CWH owl Borings and GPR Testing I I Wmd e New Hope, Minnesota I (10 Stantec ' ISo 300 F• i cb' el�N iornNr� o �attuocv "ra� e�e�1e11 .r 1:3600 jA1 original dO-I"site ofB5r.11� or rneaoro '"°"v nom rnemnre�i p r�b� 1 incM1 = 300 hel v.�rece�ocine� Iv�ewrzee�crs�v�gecr��Bonng_raop m.a I� ,I ! opt Plymouth OW H e I I Insd e I J H 50 Figure 4 Stante+c Water Main Break History 0 New HopeMinnesota , 1:3600(AI original tlo[u 1size o185x1 11 of lne aoio "' venom lneco�i.�i movi�bn 1 IneM1 = 300 feel r pie,se�aciM1e�leaewzea�eisv�geci��woie�moin_s�eoi xieia�_n�ap m�e CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT STREET IMPROVEMENTS Approximately 0.55 miles of streets are proposed to be improved as identified in Figure 1. The typical proposed street sections corresponding to the proposed improvements are shown on Figure 5. The rehabilitation method is 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, specifically water main 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 street is proposed to be improved by this method. TABLE 2 - RECONSTRUCT STREETS STREET FRO I TO LENGTH FT Winpark Drive Winnetka Ave (CSAH 156 32nd Ave N 2,918 Totals: 2,918 0.55 miles The street section shown in Figure 5 is standard for the industrial streets within the City of New Hope and consistent with a 10-ton road design. The roadway width is proposed to be reduced from 40' face to face of curb to 35' face to face of curb. The reduction of 5' of pavement surface will not hinder truck traffic as parking will be reduced from both sides of the street to just one side. Providing parking on one side of the street only will mitigate the existing parking issues and congestion. Reducing the impervious surface will also improve storm water runoff amounts and will reduce ongoing street maintenance costs. Tree and Landscaping Removal and Replacement The reconstruction of Winpark Drive will impact a minimal number of trees, due to their proximity to the existing roadway and existing utility services to be replaced. We anticipate that approximately 3 trees will be impacted by the proposed improvements and will need to be removed prior to construction. In addition to tree impacts, other landscaping items such as large landscape rocks, 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. Trees and landscaping beyond 10' may be impacted by the installation of various utilities, such as hydrants, water services and storm water treatment features. City of New Hope 4 Stantec Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 11 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. The landowner 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 landowner to remove prior to construction, and to replace or reinstall upon completion of the project. Miscellaneous Boulevards disturbed by construction in all areas will be graded, shaped, and restored. New 7-inch thick commercial concrete driveway aprons will be constructed. 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. City of New Hope 5 Stantec Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 12 EXISTING R/W GL R/W 60'-70' 9.5'-14.5' 20' — I 20' 9.5'-14.5' — — — _ _ III VARIES EX. B618 CURB AND GUTTER) 1L' — — — — — — — EX. BITUMINOUS: 4 - 8" DEPTH EX. AGGREGATE: -24" DEPTH PROPOSED R/W CL R/W 60'-70' � 35' 12'-17' 17 5' 17.5" —18" ++ B616.EGflQiElE, CURB &GLITTER (TYP,) } 3% 6" PERFORATED PVC -----�DRAINTILE W/SOCK MP.) ' ll`If L1-112"- WEARING COURSE (SPWEB440E) - 2020 COAT �LTACK 3" - NON WEARING COURSE (SPNWB430B) 12" CLASS 5 AGGREGATE BASE 18" SELECT GRANULAR BORROW (MODIFIED) GEOTEXTILE FABRIC FULL RECONSTRUCTION_ NOT TO SCALE WINPARK DRIVE TYPICAL SECTION - WINPARK DRIVE NEW HOPE, MINNESOTA FIGURE: 5 Starltec 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS 5 2335 Highway36 W SI. Paul, MN 55113 DATE: August 2018 PROD. NO.: 193804268 www.slanleccom This Page Left Blank Intentionally 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. Winpark Drive serves commercial/industrial businesses and currently does not have any of these elements, and these are not designated within the City's Comprehensive Plan. Crosswalk striping and pedestrian curb ramps will be installed at required intersections of the reconstruct street adjacent to Winnetka Avenue (CSAH 156), which currently has sidewalk. Cityof New (3 Stantec Hope Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 14 This Page Left Blank Intentionally CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT WATER MAIN IMPROVEMENTS The water main on Winpark Drive identified in this report is made of cast iron pipe (CIP). 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 the businesses 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 lessen 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. The proposed water main improvements can be seen in Figure 6. City of New Hope I Stantec Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 15 This Page Left Blank Intentionally N 1 � 35ShLON i F YVinparK drive. EO — I — - I f I ' � � 1 �ix , I � rrQs 1 R I a ( V ro — ...................... .. _ { I I I J C , 11 � i [ t I q 81r�i! i+l I 1 m i R L1J Z i $ a Q > �3rd ue I A i ` U i Z U a i �dp�trl. > f I t i a w t � � 32 id Ave N I� Proposed Improvements — — $Zn Ve W—, — Watermain - Remove and Replace Qe — Watermain -Existing wm Study Area o� y 501967 ' c`yg` Figure 6 Plymouth H a vm� � Stantec Proposed Water Main Improents I re=op New Hope, Minnesota 0 �� erera« oe onto omoerene., 6hifr5d" E re„ .oxen 1:36W(Al anginal doc—lsize.1 a 5.11) nrrn. anrn r oam rneeonrenrdoro.len I 1 inch=3001ee1 nc � vgeclviapaeayaiumnl�inao.emem.J.wp m.a CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IM'"O^VEMENTS PROJECT SANITARY SEWER IMPROVEMENTS The sanitary sewer mains have been televised and overall appear to be in satisfactory condition. There are no recommended improvements proposed on the pipe mains. Future improvements such as cured -in -place pipe lining (CIPP) may be considered as improvements are warranted and funding is available. 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 7. Sanitary sewer structures with infiltration are identified on Figure 8. 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. Figure 9 shows all the sanitary sewer improvements including the open pick -hole lids and those structures experiencing infiltration through degraded rings. The replacement of the rings, frame and casting will reduce the amount of inflow and infiltration along the project limits. Cityof New Ho 5 Stantec Hope Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 17 This Page Leff Blank Intentionally II Q I --3 Winpark eve t t I I I I I I I I I I-- I I I Proposed Improvements C Covers with Inflow ® Manhole - Existing — Sanitary Sewer - Existing 11 Sanitary Flow Study Area I II Plymouth Jlew H e I I bEmsd e I a O 2 W Z a Z J > a' QM F 'E U n caAveN j ? e°P 0 Figure 7 Casting Covers with Inflow New Hope, Minnesota N J i 501967 Stantec 300 re.�nnttm�ea«�°on o�ra �omwelre��a,. 1:3600 JAI original document iz, o185.11) armeoaro ....... rr,e �o�renrar po.i�en 1 inch=300 feel I soivsv I I f. ITS: ( Win ark D ve t ;. x N j - i 4 th t ❑. rd.� it - � �a i j J W J M a QC t W D 1! i Z V � 1 t� Q u 1 Proposed Improvements CInfiltration In Manhole .................................. I ® Manhole - Existing i 32nd Ave N ^ Sanitary Flow — Sanitary Sewer - Existing �w0� c� i I Study Area 50 tvar ' I Figure 8 'I I Tryst Structures with Infiltration 1� i Stantec Plymouth ew H e _ [150 300 oi�N a�wnp ^s .accuecr a�ecomeeiene» t I 6bt e New Hope, Minnesota 1:3,6001AI original document size.15501) oiineooie M`"s nom inemnieni poi�bn 1 inch = 300 feel I 50i967 T I eH Win rk 0 Ve i{ i � VVI N � I ri z t,........................... �._• _ , I 33rd P1hl � m a z a. ' J C z n P1N e skI � 1 Proposed Improvements J j F ` G Manhole - Replace Rings/Adjust Casting..r...�,._.._.._.._.__.._a_...�.. i ® Manhole - Existing 2nd Ave N - - Sanitary Flow 3� — Sanitary Sewer - Existing z` - i I Study Area �w SU1v57 ' Figure 9 Stantec Plymouth crysl Proposed Sanitary Sewer Improvements Y BW H B ecpe iac eon, iu, I, ?pp .enNi a �accuaez""a mmoieiene„ I hpinsd e New Hope, Minnesota eel 1:3600 fAl original tlocgmenl size afB5n11� "nneaoie m z '" amnia"ae,ov.pn 1 inch = 300 kel CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT STORM SEWER IMPROVEMENTS RECONSTRUCT AREA Due to several factors, nearly all the lateral storm sewer within the streets that will be fully reconstructed is proposed to be replaced. The deeper trunk storm pipes that are in good condition and will remain in place. The structures and pipes that are failing or in poor condition are shown in Figure 10. Many of the lateral pipes are not sized to adequately convey the current runoff for a 10-year storm event, so most of the lateral structures and pipes within the reconstruct areas will be replaced. The proposed storm sewer improvements are shown in Figure 11. As discussed previously in the Street Improvements section, it is proposed to install drain file 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. STORMWATER MANAGEMENT This project lies within the Bassett Creek Watershed Management Commission (BCWMC). As a linear redevelopment project that will not increase impervious surface amounts, storm water quality and quantity requirements do not apply. Although, as there is no current storm water treatment or volume control with the existing street conditions, it is planned to incorporate storm water best management practices such as the iron enhanced sand filter trenches as described below. Reducing the overall impervious area by lessoning the street width by five feet will also significantly improve the storm water management. Iron Enhanced Sand Filter Trench Iron enhanced sand filter trenches provide for underground filtration of rain water prior to entering the ground or storm water system. Structures within the curb would direct runoff from 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 installed in the boulevard areas just behind the curb. Potential locations are shown on Figure 11. Locations will be finalized during design based on several factors including construction impacts, existing utilities, drainage areas, and available right of way. Cityof New Ho (3 Stantec Hope Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 21 This Page Leff Blank Intentionally N I l 1 I I � � e N Imo• � ;� 1 ■ Win ar rive i I � r I I I� r r ti i i � p a I � ■ I � v f.. .>a.,_.._ . n � a I 3rd N m 1 �— ,I Uj I I p +_ CO ti t W V r , Z I � `32r+d�l.�I• 1 I � 1 i Proposed Improvements Storm Structures in Poor Condition I � Catch Basin - Existing ' FES - Existing �.. .,,._.._,.�..�..�.._..�..�« Manhole - Existing — Storm Flow i- Storm Pipe - Existing Study Area ' Figure 10 Plymouth Stantec Storm Sewer Structures in Poor Condition _ _ ewH a ..... 150 inSd a New Hope, Minnesota 1:3 60p JAI original tloccmenl size of 9 5x11) 1 inch = WO het I v.,v,a�onrye�ivewzee.e:�,a.�nsa•m s�� roo,_eono,o� mao m.= SO1 a� r N i —31AL N � t iWitlpark rive + \ Q z ,I a' z.� th CU j d S. ` 33rd , E I. i �i i ��• _ i k r� ti J J v 4 i O m Z V Proposed Improvements z m Catch Basin - Proposed a' A FES - Proposed ro`' t ' • Manhole - Proposed I IT Catch Basin - Existing FES - Existing rb II Manhole - Existing ^ Storm Flow I I ® Potential Filtration Area + 32nd Ave N —Storm Sewer Proposed I Storm Pipe - Existing 4 I Study Area - - — 1 f Crysl I 5014trF I' Figure 11 Plymouth ewli a Proposed Storm Sewer Improvements Stantec a Kep Iinsd e New Hope, Minnesota 0 3oo a' 1:36W Al.,igilddl 111 size 1[85x11) an eaolo v ov om lnealeiav,oN:e Cinch-3001eet ^ CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT COST ESTIMATES The total cost estimate for work proposed to be completed as part of the 2019 Winpark Drive Infrastructure Improvements project is $2,289,861.31. Detailed cost estimates have been prepared and can be seen in Appendix A. As the southern portion of Winpark Drive near 32nd Avenue North is shared with the City of New Hope and the City of Crystal, the associated costs were identified between the different cities. Estimated indirect costs include engineering, legal, fiscal, and contract administration. Summaries of the estimated costs are shown below: Reconstruct STREET Winpark Drive Totals: TABLE 3 - FULL RECONSTRUCT COST ESTIMATE (Includes estimated 10% Contingencies and 2017o Indirect Cost) FROM TO LENGTH STREETS TOTAL (FT) COST Winnetka Ave N 32nd Ave N 2,918 $1,578,710.61 CSAH 156 2,918 feet (0.55 miles) $1,578,710.61 TABLE 4 - UTILITY COST ESTIMATE (Includes estimated 10% Contingencies and 20% Indirect Cost) Reconstruct - Winpark Drive Project Utility Cost Water Main $379,553.20 Sanitary Sewer Storm Sewer Utility Total Cost $43,550.00 $288,047.50 $711,150.70 TABLE 5 -TOTAL PROJECT COSTS (Includes estimated 10% Contingencies and 20% Indirect Cost) Improvement Strategy Street Reconstruct Utility Improvements Total Cost $1,578,710.61 $71 1,150.70 Total Project Cost 1 $2,289,861.31 1 City of New Hope 4 Stantec 2019 Winpark Drive Infrastructure Improvements Sfantec Project No: 193804268 Page 24 This Page Left Blank Intentionally CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT FINANCING REVENUES The following are possible sources of funding for the 2019 Winpark Drive Infrastructure Improvements project: • Street Improvement Fund ■ Sanitary Sewer Fund • Sanitary Sewer 1/1 Fund • Water Main Fund • Storm Water Fund • City of Crystal • Potential Grants ASSESSMENTS 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. As there are no benefiting, tax-exempt properties on Winpark Avenue, there are no assessments for this project. The City of Crystal also does not plan to assess properties within this project. TABLE 6 - FUNDING SOURCE Source/ Improvement Street Fund Water Fund *Sewer Fund Storm Sewer Fund City of Crystal Total Street $1,436,417.26 _ $142,293.36 $1,578,710.61 Water Main $379,553.20 $379,553020 $43,550.00 Sanitary Sewer $43,550.00 Storm Sewer $271,999.00 $16,048.50 $288,047.50 Total $1,436,417.26 $379,553.20 $43,550.00 $271,999.00 $158,341.86 $2,289,861.31 * Funding for 1/1 related improvements is estimated at $43,550.00, which can be considered as credit to Metropolitan Council 1/1 Surcharge. City of New Hope 5 Stantec Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 25 This Page Left Blank Intentionally I CITY OF NEW HOPE - 2019 WINPARK DRIVE INFRASTRUCTURE IMPROVEMENTS PROJECT PROJECT SCHEDULE Authorize Feasibility Report Present Feasibility Report Authorize Plans and Specifications Approve Plans and Specifications Authorize Bids Receive Bids Award Contract Start Construction Substantial Completion (Excluding Reconstruct Wear Course) Complete Construction April 9, 2018 August 27, 2018 August 27, 2018 January 2019 January 2019 February 2019 February 2019 Spring 2019 Fall 2019 Summer 2020 City of New Hope I Stantec 2019 Winpark Drive Infrastructure Improvements Stantec Project No: 193804268 Page 26 This Page Left Blank Intentionally CITY OF NEW HOPE - 2019 WINPARK DRIVE 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 • Authorize the preparation of plans and specifications • Review plans and specifications - authorize bidding Receive bids • Install the public utilities and streets, with construction anticipated to be completed in 2019, and final wear course completion being in the summer of 2020 Cityof New Hope 4 Stantec p Stantec Project No: 193804268 2019 Winpark Drive Infrastructure Improvements Page 27 This Page Left Blank Intentionally Appendix A This Page Left Blank Intentionally Appendix A-1 Preliminary Cost Estimate Summary 2019 Winpark Drive Infrastructure Improvements August 2018 Table A-1 Project Cost Summary: Improvement Type City of New Hope Winpark Drive - ReconstructReconstruct City of Crysf al Winpark Drive - iota Construction 1 ge Contingencies 20% Indirect Total Project Cost Streets $1,104,936.35 $109,456.43 $1,214,392.78 $121,439.28 $242,878.56 $1,578,710.61 Water Main $291,964.00 $0.00 $291,964.00 $29,196.40 $58,392.8 $379,553.20 Sanitary Sewer $33,500.00 $0.00 $33,500.00 $3,350.00 $6,700.00 $43,550.00 Storm Sewer $209,230.00 $12,345.00 $221,575.00 $22,157.50 $44,315.00 $288,047.50 Total Construction Cost $1,639,630.35. $121,801.43 $1,761,431.78 Contingencies (10%) $163,963.04 $12,180.14 $176,143.18 Indirect (20%) $327,926.07 $24,360.29 1352,286.36, Total Project Cost $2,131,519.46 $158,341.86 $2,289,861.31 [—$l 76,143.18 $352,286.3 $2,289,861.31 Appendix A-2 Preliminary Cost Estimate 2019 Winpark Drive Infrastructure Improvements Street Improvements August 2018 Reconstruct: Full Bituminous, Agg. Base, Granular Borrow, Draintile,& Curb New Hope Crystal Total Construction Cost $1,104,936.35 $109,456.43 $1,214,392.78 Continaencies (10%1 $110,493.64 $10,945.64 $121,439.28 $21,891.29 Total Cost $1,436,417.26 $142,293.36 S1,578.710.61 Cost Per Square Foot 102,130 S15.46 Cost Per CA Foot 18 1 MOBILIZATION 2 TRAFFIC CONTROL 3 TEMPORARY MAIL 4 INLET PROTECTION 5 SILT FENCE, TYPE MACHINE SLICED 6 TEMPORARY ROCK CONSTRUCTION 7 WATER FOR DUST CONTROL 8 SALVAGE SIGN 9 SALVAGE AND REINSTALL STREET SIGN 10 REMOVE TREE 11 RFMOVF BITUMINOUS PAVEMENT (NO 12 SAWING BITUMINOUS PAVEMENT -STREET 13 REMOVE CONCRETE CURB & GUTTER 14 REMOVE CONCRETE WALK 15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT 16 REMOVE CONCRETE DRIVEWAY PAVEMENT 17 COMMON EXCAVATION (P) 18 SUBGRADE EXCAVATION (CV) 19 GEOTEXTILE FABRIC TYPE V 20 SELECT GRANULAR BORROW (MODIFIED) 21 AGGREGATE BASE, CLASS 5 22 6" PVC PERFORATED DRAIN TILE, WITH SOCK 23 6" PVC SUMP PIPE STUB 24 6' PVC DRAIN TILE CLEAN OUT 25 BITUMINOUS MATERIAL FOR TACK COAT 26 TYPE SP NON -WEARING COURSE MIXTURE 27 TYPE SP WEARING COURSE MIXTURE 28 TYPE SP BITUMINOUS MIXTURE FOR DRIVEWAYS 29 7" CONCRETE DRIVEWAY APRON 30 B618 CONCRETE CURB AND GUTTER 31 MASTIC PRIOR TO WEAR PAVING 32 4" CONCRETE WALK 33 6" CONCRETE PEDESTRIAN RAMP 34 TRUNCATED DOME SURFACE 35 EC COMPOST BLANKET - BLOWN W/SEED 36 TOPSOIL BORROW 37 TREE 38 SIGN PANELS 39 24" SOLID WHITE STOP BAR 40 STREET SWEEPER (WITH PICKUP BROOMI New Hope Crystal LS 0.75 0.25 $47,000.00 $47,000.00 LS 0.75 0.25 $1 1,800.00 $1 1.800.00 LS 0.75 0.25 $3,000.00 $3,000.00 EA 36 2 $200.00 $/,600.00 LF 550 100 $3.40 $2,210.00 EA 1.5 0.5 $1,200.00 $2,400.00 TGAL 40 15 $50.00 12,750.00 EA 1.5 0.5 $30.00 $60.00 EA 2 0 $200.00 $400.00 EA 2 0 $450.00 $900.00 SY 10284 1,061 $2.25 $25,526.25 LF 80 20 $4.00 $400.00 LF 4559 440 $3.00 $14,997.00 SF 149 0 $1.00 $149.00 SF 6575 1,375 $0.55 $4,372.50 SF 3700 825 $1.10 $4,977.50 CY 8000 646 $15.00 $129,688.89 CY 1600 129 $17.00 $29,396.15 SY 11400 920 $2.00 $24,640.89 TN 12979 1,048 $12.50 $175,335.33 TN 8653 699 $13.50 $126,241.43 LF 4559 440 $11,00 $54,989.00 EA 9 2 $400.00 $4,400.00 EA 23 2 $500.00 $12,497.50 GAL 462 22 $3.00 $1,450.07 TN 1832 86 $62.00 $118,898.22 TN 916 43 $70.00 $67,119.96 132 36 $125.00 $21,008.46 TN SF 6975 1,075 $10.00 $80,500.00 LF 5400 436 $13.00 $75,868.00 LF 5400 436 $1.10 $6,419.60 SF 75 0 $8.00 $600.00 SF 150 0 $8.00 $1,200.00 SF 16 0 $50.00 $800.00 SY 12000 969 $4.25 $55,1 17.78 CY 2000 161 $40.00 $86,459.26 EA 2 0 $550.00 $1,100.00 LS 0.75 0.25 $6,000.00 $6.000.00 LF 30 10 $23.00 $920.00 H R 30 10 $130.00 _ 1.5.200.00 Subtotal $1,214,392.78 Continaencies (10%) $121,439.28 Indirect (20%) $242,878.56 Total Cost $1,578,710.61 Appendix A-3 Preliminary Cost Estimate 2019 Winpark Drive Infrastructure Improvements Utility Improvements August 2018 Construction Cost Continaencies H 0%) W $291,964.00 $33,500.00 $29,196.40 $3,350.00 79,553.20 Storm Total $221,575.00 $547,039.00, $22,157.50 $54,703.901 047.50 1 MOBILIZATION LS 1 $11,000.00 $11,000.00 2 TRAFFIC CONTROL LS 1 $2,750.00 $2,750.00 3 REMOVE CIP WATER MAIN LF 3,200 $2.00 $6,400.00 4 REMOVE WATER SERVICE EA 12 $42.00 $504.00 5 REMOVE HYDRANT EA 7 $250.00 $1,750.00 6 REMOVE VALVE AND BOX EA 22 $250.00 $5,500.00 7 TEMPORARY WATER SERVICE LS 1 $25,000.00 $25,000.00 8 CONNECT TO EXISTING WM EA 3 $900.00 $2,700.00 9 6" PVC WATER MAIN LF 500 $31.00 $15,500.00 10 8" PVC WATER MAIN LF 2,800 $33.00 $92,400.00 11 6" GATE VALVE AND BOX EA 12 $1,900.00 $22,800.00 12 8" GATE VALVE AND BOX EA 8 $2,300.00 $18,400.00 13 INSTALL HYDRANT EA 8 $6,500.00 $52,000.00 14 EXTEND HYDRANT BARREL LF 10 $850.00 $8,500.00 15 DUCTILE IRON FITTINGS LB 3,000 $3.00 $9,000.00 16 INSULATION - 4" THICK SY 50 $38.00 $1,900.00 17 IMPROVED PIPE FOUNDATION LF 1,500 $5.00 $7,500.00 18 1" CORPORATION STOP EA 8 $200.00 $1,600.00 19 1" CURB STOP AND BOX EA 8 $275.00 $2,200.00 20 1"TYPE "K" COPPER PIPE LF 100 $30.00 $3,000.00 21 CONNECT WATER SERVICE EA 12 $130.00 $1.560.00 Subtotal $291,964.00 Contingencies (10%) $29,196.40 Indirect (20%) 158,392.80 Total Cost $379,553.20 1 MOBILIZATION LS 1 $1,000.00 $1,000.00 2 TRAFFIC CONTROL LS 1 $500.00 $500.00 REMOVE AND REPLACE SANITARY SEWER EA 12 $2,000.00 $24,000.00 3 FRAME AND RINGS 4 MANHOLE SEAL EA 10 $800.00 $8,000.00 Subtotal $33,500.00 Contingencies (10%) $3,350.00 Indirect (20%) $6,700.00 Total Cost $43,550.00 Appendix A-3 (continued) C. STORM SEWER No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $8,000.00 $8,000.00 2 TRAFFIC CONTROL LS 1 $2,000.00 $2,000.00 3 REMOVE MH OR CATCH BASIN EA 30 $250.00 $7,500.00 4 REMOVE EXISTING STORM PIPE LF 1100 $5.00 $5,500.00 5 12" RCP STORM SEWER FT 350 $30.00 $10,500.00 6 15" RCP STORM SEWER FT 75 $33.00 $2,475.00 7 18" RCP STORM SEWER FT 230 $35.00 $8,050.00 8 24" RCP STORM SEWER FT 350 $38.00 $13,300.00 9 30" RCP STORM SEWER FT 100 $40.00 $4,000.00 10 36" RCP STORM SEWER FT 50 $55.00 $2,750.00 11 2'x3' CATCH BASIN EA 15 $1,600.00 $24,000.00 12 4' DIA STORM SEWER CBMH OR MH EA 10 $2,000.00 $20,000.00 13 5' DIAMETER STORM SEWER MH OR CBMH EA 9 $4,000.00 $36,000.00 14 8' DIA STORM SEWER MH EA 1 $5,000.00 $5,000.00 15 FILTRATION TRENCH LS 1 $50,000.00 $50,000.00 16 CONNECT TO EXISTING STORM SEWER EA 30 $750.00 $22,500.00 Subtotal $221,575.00 Continqencies (10%) $22,157.50 Indirect (20%) $44,315.00 Total Cost $288,047.50 Appendix B This Page Left Blank Intentionally AMERICAN ENGINEERING TESTING, INC. CONSULTANTS ENVIRONMENTAL GEOTECHNICAL MATERIALS FORENSICS www.amengtest.com REPORT OF GEOTECHNICAL AND PAVEMENT ENGINEERING SERVICES Winpark Drive Improvements New Hope, Minnesota Date: May 31, 2018 Prepared for: City of New Hope Mr. Bernie Weber Director of Public Works 5500 International Parkway New Hope, Minnesota 55428 Report No. 28-01392 AMERICAN ENGINEERING TESTING, INC. May 31, 2018 Mr. Bernie Weber Director of Public Works 5500 International Parkway New Hope, MN 55428 RE: Report of Geotechnical and Pavement Engineering Services Winpark Drive Improvements From Winnetka Ave N to 32"d Ave N New Hope, Minnesota AET Report No. 28-01392 Dear Mr. Weber: CONSULTANTS • ENVIRONMENTAL • GEOTECHNICAL • 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 April 24, 2018, and authorized on April 25, 2018. We are submitting this email copy of the report to you. An email copy is also being sent to Kellie Schlegel of Stantec. Paper copies are available upon request. 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. &"141-� :)� Melanie Fiegen, P.E. Senior Pavement Engineer (651) 603-6618 mfiegen r�r� amengtest.com Page i 550 Cleveland Avenue North I Saint Paul, MN 55114 Phone (651) 659-9001 1 (800) 972-6364 1 Fax (651) 659-1379 1 www.amengtest.com I AA/EEO This document shall not be reproduced, except in full, without written approval from American Engineering Testing, Inc. Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. SIGNATURE PAGE Prepared for: City of New Hope 5500 International Parkway New Hope, MN 55428 Attn: Mr. Bernie Weber Director of Public Works Report Authored By: .fiv� �� �� Melanie Fiegen, P.E. Senior Pavement 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: Mav 31, 2018 License #: 16711 Copyright 2018 American Engineering Testing, Inc. All Rights Reserved Prepared by: American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 (651) 659-9001/www.amengtest.com Peer Review Conducted By: Chunhua Han, Ph.D., P.E. Principal Engineer, Geotechnical Division Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Page ii Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. TABLE OF CONTENTS TransmittalLetter.............................................................................................................................1 SignaturePage................................................................................................................................ n 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...................................................................................................... 4 5.3 Ground Water........................................................................................................................ 4 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............................................................................................................. 7 6.4 Estimated R-value................................................................................................................ 1() 6.5 Utility Support, Bedding, and Backfilling.......................................................................... 10 7.0 CONSTRUCTION CONSIDERATIONS.............................................................................. 11 7.1 Potential Difficulties............................................................................................................ 11 7.2 Excavation Backsloping...................................................................................................... 11 7.3 Observation and Testing...................................................................................................... 1 l 8.0 LIMITATIONS....................................................................................................................... 12 Figure l —Approximate Boring Locations Figure 2 — GPR Pavement Thickness APPENDIX A Ground Penetrating Radar Field Exploration and Testing GPR Data and Analysis Result Sheets APPENDIX B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Core Photos Subsurface Boring Logs APPENDIX C Geotechnical Report Limitations and Guidelines for Use Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 1.0 INTRODUCTION Improvements are proposed for Winpark Drive in New Hope, Minnesota. To assist planning and design, you have authorized American Engineering Testing, Inc. (AET) to conduct a GPR survey, subsurface exploration program at the site, and perform a geotechnical and pavement engineering review. This report presents the results of our services. 2.0 SCOPE OF SERVICES AET's services were performed according to our proposal to you dated April 24, 2018. 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 five (5) standard penetration test borings (SPT) to nominal depth of 12 feet. ■ Analyze the GPR data for pavement thickness information. • Prepare an engineering report summarizing the test results and providing recommendations for pavement reconstruction including an estimated subgrade R-value. 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 Winpark Drive between Winnetka Avenue North (CSAH 156) on the north and 32" d Avenue North on the south. The tested roadway is illustrated in Figure 1. We understand the preferred method of improvement is reconstruction and that grades should be maintained. Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 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 two 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 '/z-inch. The test data and details of the methods used appear in Appendix A. The GPR data was collected on April 26, 2018. 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. The total depth of pavement is not always explicitly clear. Where gaps in clear identification of pavement and base layer thicknesses are encountered, they are reported as a percent of the picking rate of the layer interface. A picking rate of 100 percent indicates the layer interfaces were visible in 100 percent of the scanned points. Factors influencing definition of radar scans include ambient Page 2 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. electromagnetic interference, the presence of moisture, the presence of voids, and the similarity of material layer type between layers (gravel vs. gravelly sand). 4.2 Subsurface Exploration The subsurface exploration program consisted of five (5) SPT borings performed on May 8, 2018. The number and approximate locations of borings were chosen by Stantec. These locations were marked in the field by AET prior to drilling. The approximate locations of the borings are illustrated on the attached Figure 1. Subsurface boring logs and details of the drilling methods used appear in Appendix B. The logs contain information concerning soil layering, soil classification, geologic description, and moisture condition. The laboratory test program consisted of several water content tests and two sieve analysis tests. The test results appear on the individual boring logs adjacent to the samples upon which they were performed or at the end of Appendix B. 5.0 SITE CONDITIONS 5.1 Pavement Thickness The pavement surfacing is bituminous at all the sampled locations. Base -like material consisting of mostly silty sand with gravel (classified as A-1-b) was found beneath the bituminous. The bituminous thickness ranges from 4.25 to 7.5 inches. The aggregate base -like material extends to a depth of 24 inches at all boring locations. Gradations of the material are included in Appendix B. Table 5.1 provides a summary of the average and 15t" percentile thicknesses of the bituminous layer determined from the GPR survey, as well as the coefficient of variation (CV) of the average thickness. The thickness of the bituminous is on the order of 4.5 to 5.5 inches at the northern portion, and 7 to 8 inches at the southern 700 feet. The bottom of the base layer, 24 inches in our Page 3 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. borings, was deeper than can be detected in the GPR data. Figure 2 shows the pavement surface thickness geographically. Table 5.1— Pavement Thickness Information - GPR Street GPR Thickness Information Bituminous Avg, in. CV* 15th, in. Section 1, northern 1700 ft 5.3 33% 3.9 Section 2, southern 700 ft 7.9 9% 7.3 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. 1511 denotes the 151 percentile, the value that 85% of the pavement thickness is greater than and we generally recommend using for design purposes 5.2 Subsurface Soils/Geology Below the aggregate base material, the borings encountered predominantly fill and interbedded till and fine alluvial soils. The fill consists mostly of sandy lean clay and clayey sand and ranges in depth from 4 to 61/2 feet. The fine alluvium and till consist of lean clay, silt, clayey sand and sandy lean clay. At Boring 2, a slightly organic lean clay topsoil layer was encountered at a depth of 61/2 to 9 feet. The soils within the upper 2 to 3 feet of the pavement surface consist mostly of cohesive materials. The A-6 soils represent the limiting condition in terms of design R-value. 5.3 Ground Water Ground water was encountered within Borings 3 and 4 during drilling at depths of 9 feet and 10.8 feet below grade. No ground water was encountered in the remaining borings. If water is encountered during construction, it would likely be in the form of perched water over slow - draining soils. Ground water levels fluctuate due to varying seasonal and annual rainfall and snow melt amounts, as well as other factors. Page 4 of 12 Report of Geotechnical and Pavement Engineering Services n Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 5.4 Review of Subgrade Properties 5.4.1 Strength/Stability High strength/stability is needed from the upper portion of the subgrade to resist yielding from wheel loads. Although load intensity dissipates with depth, the more critical portion requiring high strength for wheel load resistance is normally considered the upper three feet of the subgrade (defined as the critical subgrade zone in this report). For the most part, the samples retrieved from the upper subgrade zone appear to have a reasonable level of stability based on the N-values and current water contents versus the judged "optimum" water contents. Although variations can occur away from the test locations, the borings suggest the need for subgrade stability correction should not be excessive. 5.4.2 Compressibility Street grades are not planned to be raised. Accordingly, the existing soils will not be subjected to increased static loads. Therefore, soil compressibility should not be an issue provided new fill soils are properly compacted. 5.4.3 Frost Susceptibility The clayey sands, sandy clays, and lean clays (which appear at most of the test locations) are moderate to 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, moderate to 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. Page 5 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 6.0 RECOMMENDATIONS 6.1 Definitions The ensuing sections use italicized words, which have the following definitions: Top of grading grade is defined as the grade which contacts the bottom of the aggregate base layer. Sand subbase is a uniform thickness sand layer placed as the top of subgrade (directly below top of grading grade) which is intended to improve the frost and drainage characteristics of the pavement system by better draining excess water in the aggregate base and subbase, by reducing and "bridging" frost heaving, and by reducing spring thaw weakening effects. Critical subgrade zone is the subgrade portion beneath and within three vertical feet of the top of grading grade. A sand subbase, if placed, would be considered the upper portion of the critical subgrade zone. Select Granular Material shall meet the requirements of Mn/DOT Specification 3149.2132. Select Granular Material (Super Sand) shall meet the requirements of WDOT Specification 3149.2132, 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 ivater 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. Page 6 of 12 Report of Geotechnical and Pavement Engineering Services Winpark M. Improvements, New Hope ,,,• , AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 6.2 Existing Pavement Recycling The existing bituminous will be removed to prepare the subgrade. It should be possible to recycle these materials provided they are crushed to an aggregate base -like gradation specification. Crushed bituminous to be reused as aggregate base should be blended with existing aggregate base or crushed concrete to meet MnDOT Class 7 Specification 3138.2A2. If excess recycled material is used in the pavement profile (beyond the planned aggregate base layer), for drainage reasons it should be placed above any sand subbase layer (as a thickened base) rather than below or mixed within the subbase material. If you are considering reclaiming the bituminous layer with a portion of the aggregate base, we can be consulted for additional recommendations. 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, particularly through the areas of A-6 soils. Sand subbase layers are typically required to be Select Granular Material. This specification allows for the possibility of a fine-grained sand material approaching a silty sand classification. This type of material does not allow for "free" drainage, and the stability can also be affected by the presence of water. Select Granular Material (Super Sand) is less affected by water and Page 7 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 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. In areas where moderate to slow draining soils will remain below the sand subbase (which will apply to most of the length), the sand subbase should be provided with proper subsurface drainage to prevent build-up of water within the sand. This can be accomplished by placing short segments of properly engineered drainage lines which are connected to catch basins in low elevation areas (referred to as "finger drains"). Where streets are relatively level, and if finger drains are not frequent, longer parallel drainage lines should be placed through that area to better remove infiltrating water. The need for shorter paths to draintile lines increases as the subbase material becomes less permeable (i.e, less draintile would be needed using Modified Select 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. Page 8 of 12 Report of Geotechnical and ?avement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. In those areas where sandy soils are exposed, we recommend applying surface compaction. This compaction should take place with at least 4 passes of a self-propelled vibratory roller compactor having a drum diameter of at least 3 feet. Overall stability should be evaluated during the compaction process (deflection judgments by a geotechnical/pavement engineer). Instability will likely be a result of wetter clayey/silty soils beneath the exposed sandy soils. Again, the unstable soils should be improved by means of scarification, drying, and recompaction; or by subcutting and replacement. With the placement of a sand subbase layer, it will be possible to better detect unstable soils within the lower portion of the critical subgrade zone. Without sand subbase placement, test roll evaluation would need to pay special attention to "wavy" or rolling deflection due to deeper unstable conditions. If only the upper rutted soils are reworked in this case, unstable soils below about 1 foot or so could then be undetected and remain beneath the surface, which would affect long-term performance. If a sand subbase is not placed, it may then be necessary to perform subcutting of unstable soils, even if not intended for frost/drainage reasons. 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 2105.3171 (Specified Density Method). Using ASTM terminology, this specification requires soils placed Page 9 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. within the critical subgrade zone be compacted to a minimum of 100% of the standard maximum dry unit weight defined in ASTM: D698 (Standard Proctor test), at a water content 65% to 102% of the standard optimum water content. A reduced minimum compaction level of 95% of the standard maximum dry unit weight can be used below the critical subgrade zone. The sand subbase can be considered part of a composite subgrade; and the top of the subbase can be figured as the top of the 3-foot subgrade zone needing the 100% compaction level. However, the lower (dry) end of the water content range requirement does not need to apply to the sands. 6.4 Estimated R-value and Pavement Design 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. 6.5 Utility Support, Bedding, and Backfilling If utility installation/repairs take place, we recommend trenching, installation, repairs, and backfilling be performed prior to final street subgrade preparation and sand subbase placement. With proper pipe bedding, the soils represented by the borings should provide adequate foundation support for utility construction. Special bedding would be needed in cases of trench bottom instability (e.g., softer clays or organic soils) or where the pipe is placed within soils which may create point loads (e.g., bedrock or zones of high gravel content, cobble, and/or boulder laden soils). We refer you to the attached standard data sheets entitled "Bedding/Foundation Support of Buried Pipe" and "Utility Excavation Backfilling" for additional recommendations on utility bedding and for utility backfilling. If ground water enters trenches during construction, we recommend positive dewatering be performed such that bedding placement and pipe installation can be performed in a non -standing water condition. Page 10 of 12 Report of Geotechnical and Pavement Engineering Services i Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING i AET Report No. 28-01392 TESTING, INC. 6.6 Additional Consideration We observed that the middle area of the east -west section of roadway is lower in elevation and may have ponding water. We recommend a catch basin or drainage lines be considered for this area to improve drainage. 7.0 CONSTRUCTION CONSIDERATIONS 7.1 Potential Difficulties 7.1.1 Wet or Dry Soils The materials excavated may be wet or dry of the "optimum" condition, making proper compaction of those materials as trench backfill not possible unless they are mechanically moisture conditioned to near the standard optimum water content. The instability of soils beneath the fill layer being compacted may also limit the ability to compact the upper soils. 7.1.2 Cobbles/Boulders The soils at this site may potentially include debris, cobbles, and/or boulders. These larger particles may make excavating procedures somewhat more difficult than normal if they are encountered. 7.2 Excavation Backsloping If excavation faces are not retained, the excavations should maintain maximum allowable slopes in accordance with OSHA Regulations (Standards 29 CFR), Part 1926, Subpart P, "Excavations " (can be found on www.osha.go�}}. Even with the required OSHA sloping, water seepage or surface runoff can potentially induce sideslope erosion or running which could require slope maintenance. Maintaining excavation face slopes in accordance with OSHA requirements should be the responsibility of the contractor and the construction documents be prepared to this effect. 7.3 Observation and Testing The recommendations in this report are based on the subsurface conditions found at our test boring Page 11 of 12 Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. 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, either 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 12 of 12 9 j d� 36TH AVE N 3510 1 7716 _= WINPARK DRIVE B-1 N 7709 3440 I 1 &3 = 3410 ■■. ■ i _ w a O 1 3241 _ N w ' 3300 $ U Z ` O O 3233 �. � U r U 32 09 B-5 i 3216 2019 PROJECT AREA 1 WINPARK DRIVE I - B-2 - 3440 1 J 3335 U p 3300 Z w Q U < Z 3240 j J Z z Lu 7600 a 32ND AVE N N 0 250 500 RECONSTRUCT AREA - �r ■r .i RECONSTRUCT AREA - .� MUNICIPAL BOUNDARY LOCATION MAP NEW HOPE, MINNESOTA FIGURE: 1 WINPARK DRIVE RECONSTRUCTION DATE: 5/18/2017 PROJ. NO.: 193803900 m (3 to ntec 2335 Highway 36 W 51 PouI MN 55113 —slant— om R LEGEND: = 3 in 3-6in 6-9in >9in AMERICAN ENGINEERING TESTING, INC. PROJECT WINPARK DR IMPROVEMENTS AFT NO. NEW HOPE, MINNESOTA 28-01392 SUBJECT DATE THICKNESS BY GPR May 17, 2018 SCALE DRAWN BY CHECKED BY FIGURE 2 See above I MF CH BEDDING/FOUNDATION SUPPORT OF BURIED PIPE GENERAL This page addresses soil bedding and foundation support of rigid pipe, such as reinforced concrete, and flexible pipe, such as steel and plastic. This does not address selection of pipe based on loads and allowable deflections, but rather addresses the geotechnical/soil aspects of uniform pipe support. Bedding/foundation support needs relate to local conditions directly beneath and to the sides of the pipe zone, which may be influenced by soft in -situ ground conditions or by soil disturbance due to soil sensitivity or ground water. Bedding relates to granular materials placed directly beneath the bottom of the pipe (usually 4" to 6" thick), which is intended to provide increased support uniformity. We refer to foundation soils as thicker layers of sands and/or gravels (beneath the bedding zone) intended to provide increased foundation strength support, usually needed due to soft, unstable and/or waterbearing conditions. GRANULAR BEDDING With circular pipes, high local loads (approaching point loads) develop if pipes are placed on hard surfaces. Load distribution is improved by placing granular bedding materials beneath the pipe, which are either shaped to match the pipe bottom or are placed without compaction to allow "settling in." The bedding should be placed in such a manner that the pipe will be at the proper elevation and slope when the pipe is laid on the bedding. Common bedding material is defined in Mn/DOT Specification 3149.2F, Granular Bedding. Published documents recommend rigid pipes having a diameter of 12" to 54" be placed on a bedding thickness of 4", which increases to 6" of bedding for pipe diameters ranging from 54" to 72". Beyond a 72" diameter, the bedding thickness can be equal to the pipe outside diameter divided by 12. Typically, the need for bedding under small diameter pipes (less than 12") depends on the pipe designer's specific needs, although in obvious point loads situations (bedrock, cobbles, significant coarse gravel content), bedding is recommended. Note that bedding should also account for larger diameter bells at joints. FOUNDATION FILL Positive uniform strength is usually compromised in soft or unstable trench bottom conditions. In this case, deeper subcuts and foundation fill placement is needed beneath the pipe. In moderate instability conditions, improvement can likely be accomplished with a thicker bedding layer. However, in more significant instability situations, particularly where ground water is present, coarser materials may be needed to provide a stronger foundation. Thicker gravel layers can also be a favorable media from which to dewater. The following materials would be appropriate for stability improvement, with the coarser materials being appropriate for higher instability/ground water cases. ■ Fine Filter Aggregate — Mn/DOT Specification 3149.2J • Coarse Filter Aggregate —Mn/DOT Specification 3149.2H When using a coarser material which includes significant void space, we highly recommend enveloping the entire gravel layer within a geotextile fabric. The gravel material includes open void space, and the fabric acts as a separator which minimizes the intrusion of fines into the open void space. If additional granular bedding sand is used above foundation gravel, the fabric would also prevent downward infiltration of bedding sand into the rock void space. Although it is preferred to not highly compact thin granular bedding zones directly beneath the pipe center, it is desirable to compact the foundation materials to prevent more significant pipe settlement. We recommend foundation fill be compacted to a minimum of 95% of the Standard Proctor density (ASTM: D698). It is not possible to test coarse rock fill, although this material should still be well compacted/ tamped. Often, pipes entering structures such as catch basins, lift stations, etc., enter the structure at a higher elevation than the structure bottom, and are therefore placed on the structure backfill. Fill beneath these pipes should be considered foundation fill. Depending on the flexibility of the connection design, it may be necessary to increase the minimum compaction level to reduce differential settlements, particularly with thicker fills. SIDE FILL SUPPORT If the pipe designer requires support from the side fill, granular bedding should also be placed along the sides of the pipe. In poor soil conditions, the sand fill may need to be placed laterally up to two pipe diameters on both sides of the pipe. With rigid pipe, compacted sand placement up to the spring line (within the haunch area) is usually sufficient. With flexible pipe, side fill should be placed and compacted at least to the top of the pipe. For positive support, it is very important to properly compact the sands within the haunch area. 0]REPO 17 (12/08) AMERICAN ENGINEERING TESTING, INC. UTILITY EXCAVATION BACKFILLING GENERAL Clayey and silty soils are often difficult to compact, as they may be naturally wet or dry, or may become wet due to ground water or runoff water during construction. Soils will need to be placed within a certain range of water (moisture) content to attain desired compaction levels. Moisture conditioning to within this range can be time consuming and labor intensive, and will require favorable weather. The degree of compaction and the soil type used for backfill within open cut utility excavations depends on the eventual function of the overlying land surface. Details are as follows: ROADWAYS Where trenches are located below roadways, we recommend using inorganic fill and compacting these soils per Mn/DOT Specification 2105.3F] (Specified Density Method). This specification requires achieving 100% of the Standard Proctor density in the upper 3-foot subgrade zone, and 95% below this. Note that this specification also includes moisture content range requirements which are important for proper subgrade stability. Where available soils are wet or of poor quality, it may be possible to use the "Quality Compaction Method" (Mn/DOT Specification 2105.3F2) for soils below the upper 3-foot subgrade zone if you can tolerate some subsidence. However, a high level of stability is still important within the upper subgrade zone and recommend that the "Specified Density Method" be used in this upper subgrade area. We caution that if backfill soils in the lower trench area are significantly unstable, it may be difficultt or even impossible to properly compact soils within the upper 3-foot subgrade zone. In this case, road subgrade stability can be improved by placing a geotextile reinforcement fabric directly over the unstable soils followed by properly drained granular fill placement. STRUCTURAL AREAS If fill is placed beneath or within the significant zone of influence of a structure (typically a 1:1 lateral oversize zone), the soil type and minimum compaction level will need to be evaluated on an individual basis. Because trenches result in variable fill depths over a short lateral distance, higher than normal compaction levels and/or more favorable (sandy) soil fill types may be needed. If this situation exists, it is important that special geotechnical engineering review be performed. NON-STRUCTURAL AREAS In grass/ditch areas, backfill soils should be placed in reasonable lift thicknesses and compacted to a minimum of 90% of the Standard Proctor density (ASTM: D698) and/or per the Mn/DOT "Quality Compaction Method." if lower compaction levels are accepted, more noticeable subsidence at the surface can occur. Steep or high slopes require special consideration, and if this situation exists, it is important that special geotechnical engineering review be performed. SPECIAL CASES Structural retention systems are often used to reduce impacts on adjacent streets/improvements. If localized excavations/pits or annular spaces are created which need to be backfiilled, it may not be possible to place and compact soils by the conventional means of backfilling. Retraction of structural systems can also leave soils loosened. Significant settlement can occur in areas where backfill cannot be compacted. If these situations are located in non-structural or non -paved areas, it may be reasonable to accept the settlements and associated follow-up maintenance in order avoid the high cost of trying to compact the soil or placing flowable lean concrete fill. However, there may be areas where fill settlement needs to be avoided, especially as the settlement will be differential from the surrounding surface, or differential from a buried structure in the case of higher piping entering the structure. Where settlement needs to be avoided, the specification should require that the contractor submit a backfill compaction plan along with the retention plan. Improper sequencing of retention system removal and backfilling of the pits could result in excessive settlement and/or lateral movement of nearby improvements. 01REPO 18 (04/12) AMERICAN ENGINEERING TESTING, INC. Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 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. 28-01392 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. 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 2 vertical scans per foot. Each vertical scan consisted of 512 samples and the record length in time of each scan was 12 nanoseconds. Filters used during acquisition were 300 MHz high pass and 5,000 MHz low pass. In a GPR test, the antenna is moved continuously across the test surface and the control unit collects data at a specified distance increment. In this way, the data collection rate is independent of the scan rate. Alternatively, scanning can be performed at a constant rate of time, regardless of the scan distance. Single point scans can be performed as well. Data is reviewed on -screen and in the field to identify reflections and ensure proper data collection parameters. Field testing is performed in accordance with the standard ASTM procedures as described in ASTM D 4695-96, "Standard Guide for General Pavement Deflection Measurements". A.2.2 System Calibrations Horn antenna processing is used to get the velocity of the radar energy in the material by comparing the reflection strengths (amplitudes) from a pavement layer interface with a perfect reflector (a metal plate). The calibration scan is obtained with the horn antenna placed over a metal plate at the same elevation as a scan obtained over pavement. Appendix A - Page 1 of 3 AMERICAN ENGINEERING TESTING, INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01392 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 t 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. 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. 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. Appendix A - Page 2 of 3 AMERICAN ENGINEERING TESTING. INC. Appendix A Ground Penetrating Radar Field Exploration and Testing AET Report No. 28-01392 A.5.2 Basic Processing Basic data processing addresses some of the fundamental manipulations applied to data to make a more acceptable product for initial interpretation and data evaluation. In most instances this type of processing is already applied in real-time to generate the real-time display. The advantage of post survey processing is that the basic processing can be done more systematically and non -causal operators to remove or enhance certain features can be applied. The Reflection Picking procedure is used to eliminate unwanted noise, detects significant reflections, and records the corresponding time and depth. It uses antenna calibration file data to calculate the radar signal velocity within the pavement. A.5.3 Advance Processing Advanced data processing addresses the types of processing which require a certain amount of operator bias to be applied and which will result in data which are significantly different from the raw information which were input to the processing. A.5.4 Data Interpretation The EZ Tracker Layer Interpretation procedure uses the output from the first step to map structural layers and calculate the corresponding velocities and depths. A.6 TEST LIMITATIONS A.6.1 Test Methods The data derived through the testing program have been used to develop our opinions about the pavement conditions at your site. However, because no testing program can reveal totally what is in the subsurface, conditions between test locations and at other times, may differ from conditions described in this report. The testing we conducted identified pavement conditions only at those points where we measured pavement thicknesses and observed pavement surface conditions. Depending on the sampling methods and sampling frequency, every location may not be tested, and some anomalies which are present in the pavement may not be noted on the testing results. If conditions encountered during construction differ from those indicated by our testing, it may be necessary to alter our conclusions and recommendations, or to modify construction procedures, and the cost of construction may be affected. A.6.2 Test Standards Pavement testing is done in general conformance with the described procedures. Compliance with any other standards referenced within the specified standard is neither inferred nor implied. A.7 SUPPORTING TEST METHODS Soil Boring/Coring Field Exploration If both pavement thicknesses and subgrade soil types and conditions are desired the shallow coring/boring and sampling is used. The limited number of coring/boring is necessary to verify the GPR layer thickness data. Appendix A - Page 3 of 3 AMERICAN ENGINEERING TESTING, INC. American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 GENERAL INFORMATION: GROUND PENETRATING Project: Winpark Drive Improvements, New Hope, MN Date: 5/21/18 AET Job No.: 28-01392 Test Date: 4/26/18 Road: Winpark Drive Section: 1 From: Winnetka Ave N To: 1700 feet East and South SUMMARY STATISTICS IInife- inrhaa Layer EB WB Average CV 15th Min. Average CV 15th Min. BP 4.2 9% 1 3.9 3.4 4.3 13% 1 3.8 3.1 Apparent base aggregate encountered in borin s but below the depth of our GPR detection 0 0.0 -2.0 _ -4.0 -6.0 A -8.0 -10.0 -12.0 Ground Penetrating Radar Pavement Thickness Survey GPR Distance, feet 200 400 600 800 1000 1200 1400 1600 im. 1800 American Engineering Testing, Inc. 550 Cleveland Avenue North St. Paul, Minnesota 55114 Phone: (651) 659-9001 Fax: (651) 659-1379 GENERAL INFORMATION: GROUND PENETRATING RADAR Project: Winpark Drive Improvements, New Hope, MN Date: 5/21/18 AET Job No.: 28-01392 Test Date: 4/26/18 Road: Winpark Drive Section: 2 From: 1700 feet E and S of Winnetka Ave N To: 32nd Ave N SUMMARY STATISTICS Units: inches E B WB Layer Average CV 15th Min. Average CV 15th Min. BP 7.9 10% 7.4 4.8 8.0 7% 7.2 7.0 Apparent base aggregate encountered in borings but below the depth of our GPR detection Ground Penetrating Radar Pavement Thickness Survey GPR Distance, feet 0 100 200 300 400 500 600 700 800 0.0 -2.0 �• -4.0 e L -6.0 0 -8.0 -10.0 -12.0 EB BP ------- WB BP Report of Geotechnical and Pavement Engineering Services Winpark Dr. Improvements, New Hope AMERICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. Appendix B Geotechnical Field Exploration and Testing Boring Log Notes AASHTO Soil Classification System Unified Soil Classification System Subsurface Boring Logs Sieve Analysis Reports Appendix B Geotechnical Field Exploration and Testing AET Renort No. 28-01392 B.1 FIELD EXPLORATION The subsurface conditions at the site were explored by drilling and sampling five standard penetration test borings. The locations of the borings and cores appear on Figure 1. 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 B - Page 1 of 2 AMERICAN ENGINEERING TESTING, INC. ., Appendix B Geotechnical Field Exploration and Testing AET Report No. 28-01392 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. B.4 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 B - Page 2 of 2 AMERICAN ENGINEERING TESTING, INC. BORING LOG NOTES DRILLING AND SAMPLING SYMBOLS Symbol Definition B, H, N: Size of flush joint casing CA: Crew Assistant (initials) CAS: Pipe casing, number indicates nominal diameter in inches CC: Crew Chief (initials) 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 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 RD: Rotary drilling with fluid and roller or drag bit REC: In split -spoon (see notes) and thin -walled tube sampling, the recovered length (in inches) of sample. In rock coring, the length of core recovered (expressed as percent of the total core run). Zero indicates no sample recovered. REV: Revert drilling fluid SS: Standard split -spoon sampler (steel; V 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 140-pound harmner WR: Sampler advanced by static weight of drill rod 94mm: 94 millimeter wireline core barrel V: Water level directly measured in boring 17: 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 (apprmimate 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 The standard penetration test consists of driving the sampler with a 140 pound hammer and counting the number of blows applied in each of three 6" increments of penetration. If the sampler is driven less than 18" (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. F 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"). OIREP052 (12/08) AMERICAN ENGINEERING TESTING, INC. I AASHTO SOIL CLASSIFICATION SYSTEM AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS Classification of Soils and Soil-Aaareoate Mixtures General Classification Granular Materials Silt -Clay Materials (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 N-111y ul r,-o uoruic n-c a necessary in ine ien to rlgnt elimination process' ana 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% 100° 90 80 70 E 60 J 7 J 50 40 30 20 PLASTICITY INDEX (PI) 10 20 30 40 50 60 70 �r r / .r r A-5— r Ar7 r� r / A-4—• —A 6— GROUP INDEX CHART so Group Index (GI) = (F-35) [02+0.005 (LL-40) ] + 0.01 (F-15) 15� (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 v the Partial Group Index (PGI) is determined from the m PI only. N a° a 40 When the combined Partial Group Indices are negative, the Group Index should be reported as zero. 35J 30 z IL Lu a , � g A �0 z z 20 �4� z_ rn ti 70 U Lu 10 W ev Liquid Limit and Plasticity Index Ranges for the/_82% A-4, A-5, A-6 and A-7 Subgroups Definition of r vaSand an lit-Cla The terms "gravel", "coarse sand", "fine sand" and "silt -clay', asdeterminable from the minimum test data required in thisclassification arrangement and as used in subsequent word descriptions are defined as follows: 100 GRAVEL- Material passing sieve with 3-in square openings and retained on the No, 10 sieve, ThenCOARSE SAND - Material passing the No. 10 sieve and retained on the No. 40 sing No, 200 sieve PGI = 8.9 for LL sieve PGI = 7.4 for PI FINE SAND - Material passing the No. 40 sieve and retained on the No. 200 GI = 16 sieve. COMBINED SILT AND CLAY - Material passing the No.200sieve 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 term "silly" 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, O1 CLS022 (07/1 1) AMERICAN ENGINEERING TESTING, INC. UNIFIED SOIL CLASSIFICATION SYSTEM AMERICAN ASTM Designations: D 2487, D2488 ENGINEERING TESTING, INC. Soil Classification ]Votes Criteria for Assigning Group Symbols and Group Names Using Laboratory TestsA Group Group Nante ABased on the material passing the 3-in Symbol (75-min) sieve. °lf field sample contained cobbles or Coarse -Grained Gravels More Clean Gravels Cu>4 and 1 r_Cc<3 GW Well graded gra.,4 Soils More than 50% coarse Less than 5% boulders, or both, add "with cobbles or than 50% fraction retained finesc Cu<4 andlor I>Cc->3 GP Poor]ygraded gravel boulders, or both" to group name. retained on on No. 4 sieve CGravels with 5 to 12% fines require dual No. 200 sieve Gravels with Pines classify as ML or MH GM Silty gravel symbols: Fines more GW-GM well -graded gravel with silt than 12% fines c Fines classify as CL or CH GC Clayey gravel GW-GC well -graded gravel with clay GP -GM poorly graded gravel with silt Sands 50% or Clean Sands CU>6 and FaCiK3 SW Well -graded sand GP -GC poorly graded gravel with clay more of coarse Less than 5% °Sands with 5 to 12% fines require dual fraction passes fines° Cv-46 and/or I>Cc>P SP Poorly -graded sand symbols: No. 4 sieve SW-SM well -graded sand with silt Sands with Fines classify as ML or MH SM Silty sand" SW -SC well -graded sand with clay Fines more SP-SM poorly graded sand with silt than 12% fines ° Fines classi as Cl. or CH SC Clayey sand" SP-SC poorly graded sand with clay Fine -Grained Silts and Clays inorganic PIa.7 and plots on or above CL Lean clan Soils 50% or Liquid lunit less "A" line E ECU more passes than 50 PI<4 or plots below ML Silt Cu = D60 /DIO, Cc = D10A DG0 the No, 200 "A" line sieve organic Li id limit -oven dried <0,75 OL Organic clay 'If soil contains >15%sand, add "with (see Plasticity Liquid limit— not dried Organic silt' L M o sand" to group name. Chart below) If fines classify as CL-ML, use dual Silts and Clays inorganic PI plots on or above "A" line CH Fat clay symbol GC -GM, or SC-SM. ulf fines "with organic Liquid limit 50 are organic, add or more „ Pi plots below "A"line M) I Elastic sill fines" to group name [If soil contains >1 5% gravel, add"with organic Liquid limit stvcn dri <0 �5 OH Organic clay gravel" to group name. If Atterberg limits plot is hatched area, Liquid limit — not dried Organic silt h Lrn _FC-8-ir soils is a CL-ML silty clay. KIf soil contains 15 to 29% plus No. 200 add "with sand" or "with gravel", Highly organic Primarily organic matter, dark 1y'r soil in color, and organic in odor whichever is predominant. Llf soil contains >30% plus No. 200, SIEVE ANALYSIS 80 S no,e,(in)- - Se Nimber- 3 21,,,_1 '/. 'h 4 10 M40 B] 140200 50 inn0 p z z - - — Z rn flk•t5nan _ < a w U 30 z z s c m w a W .-- D-25mm _ a W d Die = 0 075mm 10 --- _ ,_ 7 4 0 - — --- predominantly sand, add sandy to group name. MY soil contains >30% plus No. 200, predominantly gravel, add "gravelly" to group name. NPI>4 and plots on or above "A" line. oP1<4 or plots below "A" line. PPI plots on or above "A" line. QPI plots below "A" line. RFiber Content description shown below. 10 10 05 ai 0o m IO 20 m SO 70 E0. s0 Igo I m PARTICLE SIZE IN MILLIMETERS LIQUID LIMIT (LL) G o =oos-200 o � 00�,�15=se Plasticity Chart ADDITIONAL TERMINOLOGY NOTES USED BY AET FOR SOIL IDENTIFICATION AND DESCRIPTION Fs>w.at.6>�sq�.�d Equahon of "A"-hne H°rimmal at PI = 4 10 LL = 25 5 then PI = 0 73 (LL-20) wi_ Equahon of V-Iine venc�l at LL -16 to PI = 7 then PI = 0 9 (LL-8) [ ML ote OL MH.ROH Grain Size GravelPercentaecs C911sistenc4' of s is Soils pelatiye Densily ofNon-plastic Soils Tenn N-Value, BPF Tenn N-Value, BPF Tenn 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% Soft 2-4 Loose 5 -10 Gravel #4 sieve to 3" Gravelly 30% - 50% 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 than30 Moisture/Frost Condition Layerin2 Notes Pal Description Orans ri ion if no 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 %" thick of Term (Visual Estimate) urric Mdub. used for border]ine cases. � ✓:. visible. Soil may still have a high differing material Root Inclusions water content (over "optimum"), or color. Peat: o Greater 67 /o With roots: Judged to have sufficient quantity g q b' W (Wet/ Free water visible intended to Herni Hemic Peat: 7%han — 67% of roots to influence the soil Waterbearing): describe non -plastic soils. Lenses: Pockets or layers Sapric Peat: Less than 33% es properties. Waterbearing usually relates to greater than %" g 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. AWRICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG � AET No: 28-01392 Log of Boring No. 1 (P. 1 of 1) Project: Win ark Drive 2019 Improvement; DEPTH IN Surface Elevation GEOLOGY SAMPLE REC FIELD & LABORATORY TESTS FEET MATERIAL DESCRIPTION N MC TYPE 1N, WC DEN LL PL /"4201 5" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown 1 (A-l-b) 28 M SS 16 16 2 FILL, mostly sandy lean clay, a little gravel, pieces of wood, trace roots, gray 3 and brown (A-6) l3 M SS 20 13 4 CLAYEY SAND, a little gravel, brown and gray TILL mottled, very stiff to stiff, laminations of sandy 5 silt (SC) (A-6) 17 M SS 20 12 6 7 8 13 M SS 22 15 9 LEAN CLAY, brown and gray mottled, stiff, FINE laminations of sandy silt (CL) (A-6) ALLUVIUM 10 11 M 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 5/8/18 11:41 11.5 9.5 11.4 None SHEETS FOR AN 5/8/18 11:52 11.5 9.5 11.4 None EXPLANATION OF O [NG COMPLETED: 5/8/18 TERMINOLOGY ON DR: DS LG: SG Rig: 1C THIS LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG AET No: 28-01392 Log of Boring No. 2 (p. 1 of 1) Project: Win ark Drive 2019 Improvement; DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL V.42011 FEET MATERIAL DESCRIPTION TYPE ' 4.5" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown 1 _ (A-1-b) 50 M SS 17 27 2 FILL, mostly sandy lean clay, a little lean clay with sand, slightly organic, a little gravel, gray 3 — and dark brown (A-6) 16 M SS 21 16 4 FILL, mostly clayey sand, a little gravel, gray (A-6) 5 _ 13 M SS 20 15 6— LEAN CLAY, slightly organic, black, firm (CL) TOPSOIL _ (A-6) 8 — 7 M SS 18 42 9 LEAN CLAY, gray, a little light gray, fnn, FINE laminations of silt with sand (CL) (A-6) ALLUVIUM 10 — 11 — 5 M SS 19 24 END OF BORING s s i ' 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 5/8/18 10:55 11.5 9.5 9.5 None SHEETS FOR AN 5/8/18 11:09 11.5 9.5 9.5 None EXPLANATION OF TERMINOLOGY ON s CC]MPLiiTED; 5/8/18 THIS LOG DR: DS LG: SG F14: 1C 03/2011 01-llHR-06U AMERICAN •, , ENGINEERING u SUBSURFACE BORING LOG i TESTING, INC. AET No: 28-01392 Log of Boring No. 3 (p. 1 of 1) Project: Win ark Drive 2019 Improvement; DEPTH IN Surface Elevation GEOLOGY SAMPLE REC FIELD & LABORATORY TESTS FEET MATERIAL DESCRIPTION N MC TYPE IN. WC DEN LL PL r#20 4.25" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown (A-1-b) 29 M SS 17 2 FILL, mostly clayey sand, a little gravel, brown (A-6) 3 9 M SS 18 16 4 5 4 M SS 15 15 6 SANDY LEAN CLAY, a little gravel, gray, a TILL OR little brown, soft, laminations of silty sand FILL (CUSC) (A-6) (possible fill) 8 4 M SS 17 19 9 CLAYEY SAND, a little gravel, brown, a little TILL gray, stiff, laminations of silty sand (SC) (A-6) 10 12 M SS 20 18 11 END OF BORING m N H J .yWJ 3 11_ Y DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTSUJ 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 N °2 s 5/8/18 10:06 11.5 9.5 9.8 None SHEETS FOR AN a 5/8/18 10:19 11.5 9.5 9.6 9.0 EXPLANATION OF cc 0 BORING COMPLETER: 5/8/18 TERMINOLOGY ON DR: DS LG: SG Rig: 1C THIS LOG 03/2011 01-DHR-060 AMERICAN ENGINEERING =6ml TESTING, INC. AET No: 28-01392 Project: Win ark Drive 2019 Improvement; SUBSURFACE BORING LOG Log of Boring No. 4 (p. 1 of 1) DEPTH Surface Elevation GEOLOGY N MC SAMPLE REC FIELD & LABORATORY TESTS WC DEN LL PL m#20i IN. FEET MATERIAL DESCRIPTION TYPE IN 5" Bituminous pavement FILL FILL, mostly silty sand with gravel, brown I (A-1—b) 20 M SS 16 13 Z FILL, mostly clayey sand, a little gravel, dark brown and gray (A-6) 10 M SS 17 15 3 4 LEAN CLAY, pieces of wood, gray, a little FINE brown, stiff, laminations of sandy silt (CL) (A-6) ALLUVIUM 5 10 M SS 19 24 6 SILT, gray, moist, loose (ML) (A-4) 8 . 9 M SS 20 27 9 CLAYEY SAND, a little gravel, gray, finn (SC) TILL (A-6) 10 11 6 SS 18 15 END OF BORING s J lJ F DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO L DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLING FLUID LEVEL WATER LEVEL THE ATTACHED 0-9'/z' 3.25" HSA n 5/8/18 9:21 11.5 9.5 11.2 10.8 SHEETS FOR AN 5/8/18 9:33 11.5 9.5 9.5 Wet EXPLANATION OF TERMINOLOGY ON CBORING OMPLETED: 5/8/18 ' THIS LOG x DR: DS LG: SG Rig: IC 03/2011 U 1-llriK-ubu AMERICAN ENGINEERING TESTING, INC. SUBSURFACE BORING LOG r W/M i 1 01-DHR-060 AMERICAN ENGINEERING TESTING, INC. SIEVE ANALYSIS Project: 28-01392 Project name: Winpark Dr., New Hope Sample ID: 13-115" to 2' Sieve Wt. Retained % Retained Cum.% Finer Retained 1 1/2 0.0 0.0 1 1 /4 0.0 0.0 100 1 0.0 0.0 100 3/4 25.43 2.9 2.9 97 3/8 10.14 1.1 4.0 96 1/2 42.52 4.8 8.8 91 3/8 45.18 5.1 14.0 86 4 84.95 9.6 23.6 76 10 86.4 9.8 33.4 67 20 92.41 10.5 43.8 56 40 123.68 14.0 57.8 42 100 185.72 21.0 78.9 21 200 43.59 4.9 83.8 16.2 Pan+Wash 143.01 16.2 100.0 GC= 23.6% total weight 883.03 GC= Gravel Content AET T-SOP #01-LAB-040. Sample discarded after testing. Tested by: Vince Lubbers Reviewed by: Melanie Fiegen Date: 5/16/2018 AMERICAN ENGINEERING - IOTESTING, INC. SIEVE ANALYSIS Project: 28-01392 Project name: Winpark Dr., New Hope Sample ID: B-2/4.5'I to 2' Sieve Wt. Retained % Retained Cum.% Finer Retained 1 1/2 0.0 0.0 1 1 /4 0.0 0.0 100 1 0.0 0.0 100 3/4 0.0 0.0 100 3/8 26.43 3.0 3.0 97 1/2 51.59 5.8 8.7 91 3/8 70.77 7.9 16.7 83 4 94.56 10.6 27.3 73 10 87.58 9.8 37.1 63 20 99.95 11.2 48.3 52 40 122.03 13.7 62.0 38 100 154.99 17.4 79.3 21 200 38.92 4.4 83.7 16.3 Pan+Wash 145.37 16.3 100.0 GC= 27.3% total weight 892.19 GC= Gravel Content AET T-SOP #01-LAB-040. Sample discarded after testing. Tested by: Vince Lubbers Reviewed by: Melanie Fiegen Date: 5/16/2018 ..y . Report of Geotechnical and Pavement Engineering Sfrvices Winpark Dr. Improvements, New Hope AMC-RICAN May 31, 2018 ENGINEERING AET Report No. 28-01392 TESTING, INC. Appendix C. Geotechnical Report Limitations and Guidelines for Use Appendix C Geotechnical Report Limitations I and Guidelines for Use AET Report No. 28-01392 C.1 REFERENCE This appendix provides information to help you manage your risks relating to subsurface problems which are caused by construction delays, cost overruns, claims, and disputes. This information was developed and provided by ASFE', of which, we are a member firm. C.2 RISK MANAGEMENT INFORMATION C.2.1 Geotechnical Services are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of their clients. A geotechnical engineering study conducted for a civil engineer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solely for the client. No one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it. And no one, not even you, should apply the report for any purpose or project except the one originally contemplated. C.2.2 Read the Full Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary. Do not read selected elements only. C.2.3 A Geotechnical Engineering Report is Based on A Unique Set of Project -Specific Factors Geotechnical engineers consider a number of unique, project -specific factors when establishing the scope of a study. Typically factors include: the client's goals, objectives, and risk management preferences; the general nature of the structure involved, its size, and configuration; the location of the structure on the site; and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the geotechnical engineer who conducted the study specifically indicates otherwise, do not rely on a geotechnical engineering report that was: • not prepared for you, • not prepared for your project, 4 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.org Appendix C — Page 1 of 2 AMERICAN ENGINEERING TESTING. INC A pp,cndix C Geotechnical Report Lind ations and Guidelines for Use AET Report No. 28-01392 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 Geoenviron mental Concerns Are Not Covered The equipment, techniques, and personnel used to perform a geoenviromnental 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 Request for Action November 26, 2018 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Public Works Director Agenda Section Development & Planning Item Number 8.1 Agenda Title Resolution approving plans and specifications, and authorizin dver#isement for bids for the 2019 Winpark Drive Infrastructure Project (Improvement Project a.10190 Requested Action Staff recommends that the Council pass a resolution approving the plans and specifications; and authorizing to advertise bids for the 2019 Winpark Drive Infrastructure Project (Improvement Project No. 1019). 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 identifies this street as a full reconstruction in 2019. Background This area of Winpark Drive is identified as requiring improvements in the city's pavement management plan. The project generally consists of a full street reconstruction with the replacement of water main and storm sewer utility on Winpark Drive between Winnetka and 32nd avenues. A feasibility report was presented and approved by the Council at the August 27, 2018 council meeting. If plans and specifications/authorization to seek bids is approved, bids would be presented to the Council for review at the February 11, 2019 council meeting. Project construction would begin in the spring of 2019 and all major project work would be complete by fall of 2019. There are no tax-exempt properties adjacent to this project. The southern portion of Winpark Drive is a shared Crystal/New Hope street. The city of Crystal will be responsible for paying a portion of this shared roadway cost. Funding The major source of funding for the project will be from the street infrastructure, water, sewer and storm utility funds. The city of Crystal will contribute for a portion of this project. The total base bid project cost for these improvements, including indirect costs, is estimated to be at $2,289,861.31.Of this total, the city of Crystal will be responsible for $158,341.86. The city of New Hope engineer's estimate of total project costs is $2,131,519.46. Cost breakdown can be seen in the table below. Source/ Improvement Street Fund Water Fund Sewer Fund Storm Sewer Fund City of Crystal Total Street $1,436,417.26 $142,293.36 $1,578,710.61 Water Main $379,553.20 $379,553.20 Sanitary Sewer 1 $43,550.00 $43,550.00 Storm Sewer L $271,999.00 $16,048.50 1 $288,047.50 Total $1,436,417.26 $379,553.20 1 $43,550.00 $271,999.00 $158,341.86 1 $2,289,861.31 I:\RFA\PUBWORKS\2018\Council\1019 2019 Winpark Drive\11-26 Approve Plans and Specs and Authorize Bid Attachments • Resolution • Engineer's Memo City of New Hope Resolution No. 18 7-131 Resolution approving plans and specifications, and authorizing advertisement for bids for the 2019 Winpark Drive Infrastructure Project (Improvement Project No.1019) WHEREAS, the city engineer has presented plans and specifications for the 2019 Winpark Drive Infrastructure Improvement Project to the City Council for approval; and, WHEREAS, the City Council approves of the plans and specifications of the proposed 2019 Winpark Drive Infrastructure Improvement Project; and, WHEREAS, the City Council authorizes the advertising for contractor bids for the completion of the proposed 2019 Winpark Drive Infrastructure Improvement Project. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota: 1. Plans and specifications of the proposed 2019 Winpark Drive Infrastructure Improvement Project No. 1019, heretofore prepared by the City Engineer, 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. That the City Council authorizes the advertisement for bids. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 26th day of November, 2018. j Mayo Attest: Lt4�— City Clerk Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 November 19, 2018 File:193804268 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2019 Winpark Drive Infrastructure Improvements - Approve Plans & Specifications; Authorize Bids City Project No.: 1019 Dear Bernie, As requested, we have prepared plans and specifications for the 2019 Winpark Drive Infrastructure Improvements project. The project generally consists of a full street reconstruction with replacement of water main and storm sewer utility improvements for Winpark Drive between Winnetka Ave (CSAH 156) and 32nd Avenue North (see attached location plan). The full plan set is available at City Hall for review. The total base bid project cost for these improvements, including indirect costs, is estimated to be $2,289,861.31. Of this total, $158,341.86 will be the responsibility of City of Crystal; leaving New Hope's estimated total base project cost as $2,131,519.46. The summary of improvement types and associated total project costs, including indirect costs, are provided in the table below: Source/ Improvement City of New Hope City of Crystal Total Street $ 1,436,417.26 $ 142,293.36 $ 1,578,710.61 Water Main $ 379,553.20 - $ 379,553.20 Sanitary Sewer $ 43,550.00 - $ 43,550.00 Storm Sewer $ 271,999.00 $ 16,048.50 $ 288,047.50 Total $ 2,131,519.46 $ 158,341.86 $ 2,289,861.31 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 November 26th Council meeting. Bids could then be received on January 315t, 2019 and brought back to Council for review at the February 1 lth, 2019 Council meeting. November 19, 2018 Mr. Bernie Weber Page 2 of 2 Reference: 2019 Winpark Drive Infrastructure Improvements - Approve Plans & Specifications; Authorize Bids City Project No.: 1019 Most of the work under this contract will be completed during the spring, summer, and fall of 2019. The final layer of bituminous pavement (wearing course) for the full reconstruct street, Winpark Drive will be completed during the summer of 2020. If you have any questions or require further information, please call me at (651)604-4808. Sincerely, STANTEC Christopher W. Long, P.E. Attachment: 2019 Winpark Drive Infrastructure Project Location Figure Cc: Dave Lemke, Shawn Markham, Andrew Kramer, Megan Hedstrom - New Hope; Ann Dienhart, Kellie Schlegel - Stantec. Design with community in mind Fol 35th Ave N j lip 'Winpark Drive r 'r, t I , 34th PI N �. LO Z' _ •' �� L� 34th Ave N coo. Q , �,Y, ..................... - i I�.E' c 33rd PIN s' z 1 > W J a i Q ; •� 33rdAv'eN Q r i F Nf �j '`i•1.,,fir ...�. c A. ! Z ci 3211d PI N F M I - i z j L - :a 32nd Ave N I `4r - I* 32nd Ave. N Proposed Improvements e Reconstruct Area: 100% New Hope ■ Reconstruct Area: 50% New Hope/ 50% Crystal°�� .� . ; , •� saivhr Figure 1 L Stantec Plymouth JewR Q 2019 Winpark Drive 1 ,�.n,�,• �,,,� �.��., Infrastructure Improvements 0 1360°A-igino1 d­menl size olB5x11) New Hope, Minnesota „=300 NO Request for Action August 27, 2018 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Public Works Director Agenda Section Development & Planning Item Number 8.1 Agenda Title Resolution accepting feasibility report on 2019 Winpark Drive Infrastructure Improvement project and authorizing the preparation of plans and specifications (Improvement Project No. 1019) Requested Action Staff is requesting that the Council receive a presentation by the city engineer regarding a proposed 2019 Winpark Drive Infrastructure Improvement project. Staff is also recommending that the Council approve a resolution that accepts the feasibility report and authorizes the preparation of 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 pavement management plan identifies this street as a full reconstruction in 2019. Background This area of Winpark Drive is identified as requiring improvements in the city's pavement management plan. The street conditions on Winpark Drive between Winnetka and 32nd Avenue are poor, according to the last pavement rating index assessment conducted by staff. These conditions can be seen on the 2017 PRI map. The feasibility report identifies the cost of a full street reconstruction of this street. The water utility in this street is in poor condition and will need to be replaced. The feasibility report identifies any water, sanitary or storm sewer improvements that may be needed. There are no tax-exempt properties on this project. The south portion of Winpark Drive lies partially within the city of Crystal. Preliminary discussions with the Crystal's public works staff have taken place to discuss project schedule, scope and cost sharing. Funding The major source of funding for the project will be from the street infrastructure, water, sewer and storm utility funds. The city of Crystal will contribute for a portion of this project. The feasibility report identifies the Engineer's Estimate as $2,289,861.31. This total includes contingencies and indirect costs and compares to the $3,044,000 currently allocated in the 2019 CIP. Source/ Improvement Street Fund Water Fund *Sewer Fund Storm Sewer Fund City of Crystal Total Street $1,436,417.26 $142,293.36 $1,578,710.61 Water Main $379,553.20 $379,553.20 Sanitary Sewer $43,550.00 $43,550.00 Storm Sewer $271,999.00 $16,048.50 $288,047.50 Total j $1,436,417.26 1 $379,553.20 $43,550.00 $271,999.00 $158,341.86 1 $2,289,861.31 I:\RFA\PUBWORKS\2018\Council\1019 2019 Winpark Drive\8-27 Present Feasibility and Authorize Plans and Specs Attachments • Resolution • Feasibility Report City of New Hope Resolution No.18 - 9 5 Resolution Accepting Feasibility Report on 2019 Winpark Drive Infrastructure Improvements project and Authorizing the Preparation of Plans and Specifications (Improvement Project No. 1019) WHEREAS, Council has received a presentation regarding the feasibility report for the 2019 Winpark Drive Infrastructure Improvement project (Improvement Project No. 1019); and, WHEREAS, the feasibility report details street pavement and utility improvements on Winpark Drive; and, 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; and the estimated cost of the improvement as recommended; and, WHEREAS, the city has placed the proposed project in its pavement management plan and CIP. The total estimated cost of the improvement is $2,289,861.31. Table S indicates all funding sources for the project including the city of Crystal's contribution; and, WHEREAS, the City Engineer has presented a proposal for the preparation of plans and specifications for the 2019 Winpark Drive Infrastructure Improvement project as specifically set out in Figure 1 of the feasibility report; and, WHEREAS, the Council authorized the preparation of this feasibility report by motion at its April 9, 2018 meeting; and, NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota: That the City Council accepts and will consider construction of the 2019 Winpark Drive Infrastructure Improvements Project in accordance with the feasibility report. 2. That the City Council authorizes the preparation of plans and specifications for the 2019 Winpark Drive Infrastructure Improvement project. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 27th day of August, 2018. u yr„IC�� Mayor Attest:la��0-6xc- City Clerk Request for Action April 9, 2018 Approved by: Kirk McDonald, City Manager Originating Department: Public Works By: Bernie Weber, Public Works Director Agenda Section Development & Planning Item Number 8.4 Agenda Title Resolution authorizing the preparation of a feasibility report for construction of the 2019 Winpark Drive Infrastructure Improvements project (Improvement Project No. 1019) Requested Action Staff recommends that Council approve a resolution authorizing the city engineer, Stantec, to proceed in the preparation of a feasibility report for construction of a 2019 Winpark Drive Infrastructure Improvements Project (Improvement Project No. 1019). 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 identifies this street as a full reconstruction in 2019. Background This area of Winpark Drive is identified as requiring improvements in the city's pavement management plan. The street conditions on Winpark Drive between Winnetka and 32nd Avenue are poor, according to the last pavement rating index assessment conducted by staff. These conditions can be seen on the attached 2017 PRI map. The feasibility report will identify the cost of a full street reconstruction of this street. The water utility in this street is in poor condition and will need to be replaced. The feasibility report will identify the cost of this improvement. The record of water breaks on this street is attached. The feasibility report will also identify any sanitary or storm sewer improvements that may be needed. There are no tax-exempt properties on this project. The south portion of Winpark Drive lies partially within the city of Crystal. Preliminary discussions with the Crystal's public works staff have taken place to discuss project schedule, scope and cost sharing. The feasibility report will further define the project scope and each city's cost share responsibility. Funding The major source of funding for the project will be from the street infrastructure, water, sewer and storm utility funds. The city of Crystal will contribute for a portion of this project. The preliminary cost estimate for the total project is estimated at $2,674,000. Attachments • Resolution • Engineer's Memo • 2019 Street Infrastructure Projects • 2017 PRI map • 2017 Water Break Map I:\RFA\PUBWORKS\2018\Council\1019 2019 Winpark Drive\4-9 Authorize Feasibility Report City of New Hope Resolution No. 18 -57 Resolution authorizing the preparation of a feasibility report for construction of the 2019 Winpark Drive Infrastructure Improvements project (Improvement Project No. 1019) WHEREAS, Council approves the preparation of a feasibility report for the 2019 Winpark Drive Infrastructure Improvement project (Improvement Project No. 1019); and, WHEREAS, Stantec, the city engineer, will provide the feasibility study on behalf of the city; and, WHEREAS, the City intends to fund in part from city street infrastructure funds, utility funds, and city of Crystal contribution. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota, that the City Council hereby approves the preparation of the feasibility study. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 9th day of April, 2018. Mayor Attest: Sazz_i ore� City Clerk 5 Stantec April 3, 2018 File:193804300 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651 ) 636-131 1 Attention: Bernie Weber Director of Public Works City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: 2019 Winpark Drive Infrastructure Improvements - Authorize Preparation of Feasibility Report City Project No.: 1019 Dear Bernie, As identified on the City's Capital Improvement Plan (CIP) and Pavement Management Plan (PMP), street and utility improvements are scheduled for Winpark Drive between 36'" Avenue North and Winnetka Avenue North (CSAH 156). This area is shown on the attached map. 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 as shown on the attached map, including full street reconstruction, is estimated at $2,674,000. The southerly portion of Winpark Drive lies partially within the City of Crystal. Preliminary discussions with City of Crystal Public Works staff have taken place to discuss project schedule, scope, and cost sharing. These items will be further defined within the feasibility report. It is recommended that Council authorizes the preparation of a feasibility report to be completed for these improvements. 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 (3, April 3, 2018 Mr. Bernie Weber Page 2 of 2 Reference: 2019 Winpark Drive Infrastructure Improvements - Authorize Preparation of Feasibility Report The report could be presented to the Council in July or August. 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 2019. If you have any questions or require further information, please call me at (651)604-4808. Sincerely, STANTEC Christopher W. Long, P.E. Attachments: 2017 Pavement Management Plan-.2019 Street Infrastructure Projects Map; Water Main Break History Map Cc: Dave Lemke, Shawn Markham, Andrew Kramer, Megan Albert - New Hope; Adam Martinson, Ann Dienhart, Kellie Schlegel - Stantec. Brooklyn Park_ 61 t,2AVE rJ .at STPNEN x I 1 r _ _ AVEN x. 1 jlTj — .... — LO�lj 8Y E I�JI I, -I} 1tr Mi7 AV _'OTH AVEN v. 59 1YL AVE� w Q 59TH PL N t _ d 59TH AVEN; CZm z O C � W 59TH AVE N Z a 0 °z DUDLEY AVE IN w a I 59TH PL N i2 O } �sT gpOr+4�N F"�~z58TH AVE IN W 4,p9 58TH AVE N --- z = z z ¢ 9j- I I. w � Y a n z} Y 57TH AVE N .. 01!�4 S 5 1 w >z I I I . _47THAVE-lam z. . w w c-_.� I v-- 4-c t a x a w a r A f :3 Q �'.. :_ EollNTY ROAD 9 _ Brooklyn Center Crystal Plymouth New Hop ❑ Robbinsdale AVENam. RD E Q i ELM GRgVr. 6i - I j i I .E11'-"ROVE.At1E Iri— 1 •-��.I a. sA1NT1u�Hicerafr-' I z z o ¢ � N < ¢ v o z w 0 a i ❑AVE N - _S17TFf AytN I I �f' .z- - y •4MN AVE N I J� II— —•--�; p . '�' 1^'—m _ 46TH AVE N .x 43RI3 AVE N i VALLEY PL z w z a a > z a � N Z � ¢ O i J K ¢ 2019 Street Infrastructure Projects New Hope, Minnesota 2017 Pavement Management Plan 0 15,000 30,000 Feet 13 Full Reconstruct as of 11/02/2017 Stantec Ds claimer: Stantec assumes no responsibility for data supplied inelecl ronic format. The recipient accepts full responsibility for verifying the accuracy and completeness of the data. The recipient releases Slonlec, its officers, employees, consultants and agents, from any and all claims arising in any way from the content or provision of the data. Revised: 2017-11-06 By: dmerickson 1:18,000 (At original document size of 11x17) R:\c Benl\municipal\new_hope_ci_mn\34MAP\GISDATA\Projects\2017_Pavement Maps\2019 Street Infrastructure Prolects.mxd Plymouth F AVE z - _ a 59TH PL N w YI ❑ m z z 4 S 4 59TH AVE N M W Z O ❑ J w j DUDLEY AVEN 2- 59TH PL N y. O } FST } G - • 58TH AVE N ¢ e,P 58TH AVE N z O wa z w 90 r YY y�� > w 4 l W - - :- J z w Y w 57TH AVE N y RE RL1E EL�q'PR0YE 3(E z z W w - 1 11 E N Q a 2 Z W Q _j-. LAVE N i COUNTYROAD Brooklyn Center Crystal 33RD AVEN z 32ND PL N > Z Q I z x w a 32ND AVE N r a z 2017 Pavement Rating index (PRI) New Hope, Minnesota Stantec 20'17 Pavement Management Plan � Disclaimer: Slanted assumes no responsibility for data supplied inelecironic formal. The recipient accepts full esponsibilily for verifying the accuracy and completeness of the cola, The recipient releases 5lant— its officers, 0 15,000 30,000 emplayees, cansulto,is and agen}s,f,am any and a Feet claims arising in any way from the conl"I or provision Revised: 2017-11-08 By: dmerickson of the data. 1:18,000 (At original document size of 11x17) R:\cfienl\municipal\new_hope_ci_mn\34MAP\GISDATA\Projects\PRI_Roling_2017_Map.mxd i Z 36TH AVE N ` j 2 ¢ j N. ¢ x � x o � � y fl i 3 TFA i LL___T 4Rp AVE RTHERN DR VE N Watermain Breaks cc 0 1980 - 1989 • 1990 - 1999 ■ 2000 - 2009 ■ 2010 - Present LILT— ProjectArea 29TH AVE N — — cfyst Plymouth jcw H kilns c 3RO PL N DRIVE 04 of N Z 0 U 2019 Projeo A Winpark D ire 30TH AVE N I=_tL 30TH AVE N ih � FI�7 a 1.— F — V7E17 iNCREST LN_ Figure 2 Water Main Break History New Hope, Minnesota 32ND 36TH AVE N 2 W ¢ ¢ VALLEY PL. 0 W 2 m 31ST AVE N - Stantec o 250 500 Feel 1:600��Al wnginoldoc�menl ,iae olB5xl1� IIY lmesmuuen ✓h�Y�p v v Ine conioclwpoviooc