Loading...
Imp. Proj. #489-1/ o d . Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal O Employer Otto G. Bonestroo, P.E. Robert W. Rosene, P.E.* Joseph C. Anderlik, P.E. Marvin L. Sorvala, P.E. Richard E. Turner, P.E. Glenn R. Cook, P.E. Thomas E. Noyes, P.E. Robert G. Schunicht, P.E. Susan M. Eberlin, C.P.A.* * Senior Consultant Howard A. Sanford, P.E. Keith A. Gordon., P.E. Robert R. Pfefferle, P.E. Richard W. Foster, P.E. David O. Loskota, P.E. Robert C. Russek, A.I.A. Jerry A. Bourdon, P.E. Mark A. Hanson, P.E. Michael T. Rautmann, P.E. Ted K. Field, P.E. Thomas R. Anderson, A.I.A. James R. Rosenmerkel, P.E. Donald C. Burgardt, P.E. Thomas A. Syfko, P.E. Frederic J. Stenborg, P.E. Ismael Martinez, P.E. Michael P. Rau, P.E. Thomas W. Peterson, P.E. Michael C. Lynch, P.E. James R. Maland, P.E. Jerry D. Pertzsch, P.E. Scott J. Arganek, P.E. Kenneth P. Anderson, P.E. Mark R. Rolfs, P.E. Mark A. Seip, P.E. Gary W. Morien, P.E. Paul J. Gannon, A.I.A. Daniel J. Edgerton, P.E. A. Rick Schmidt, P.E. Dale A. Grove, P.E. Philip J. Caswell, P.E. Mark D. Wallis, P.E. Miles B. Jensen, P.E, L. Phillip Gravel, P.E. Karen L. Wiemeri, P.E. Gary D. Kristofitz, P.E. Brian K. Gage, P.E. F. Todd Foster, P.E. Keith R. Yapp, P.E. Douglas J. Benoit, P.E. Shawn D. Gustafson, P.E. Cecilio Olivier, P.E. Kent J. Wagner, P.E. Paul G. Heuer, P.E. John P. Gorder, P.E. Dan D. Boyum, P.E. Jeffrey J. Ehleringer, P.E. Joseph R. Rhein, P.E. Lee M. Mann, P.E. Charles A. Erickson Leo M. Pawelsky Harlan M. Olson Agnes M. Ring James F. Engelhardt r - NEW ROPE CITY HALL REMODELING PROJECT February I.4, 1996 File No. 34146 Topic: Floor Expansion / Crack Repair Present: Dan Donahue City of New Hope Shari French City of New Hope Daryl Kirschenman Bonestroo & Associates Jeff Peterson G.W. Olsen Construction, Inc. Curt Burda G.W. Olsen Construction, Inc. History: February 8, 1995, a crack in the vinyl tile, room 409A, was originally noticed. This crack appeared, at the time, to be a localized failure of the bonding of the topping to the existing precast plank February 14, 1995, Bonestroo & Associates' Jerry Pertzsch inspected crack and precast. No apparent movement of the existing precast plank was evident. May 2, 1995, G.W. Olsen suggests removing topping in area of crack and installing expansion joint in area to prevent future cracking. May 4, 1995, New Hope requests Bonestroo's opinion of G.W. Olsen's suggestion to install expansion joint. May 9, 1995, Bonestroo considers cracking a localized failure of topping bonding to precast which should be repaired by G.W. Olsen. An expansion joint in a localized area should not be necessary. The repair was to occur late Fall of 1995 to avoid the busy season of Parks and Recreation Department of New Hope. May 10, 1995, City of New Hope notices that crack is also below carpet all the way across the building. The crack is not localized but extends across entire building. 0101 Ulf 11111f! MIN`! ,, May 18, 1995, repair is to be scheduled this Fall. The crack will be watched throughout the Summer. Final repair procedure is to be discussed later. February 14, 1996 Inspection: The crack is completely across building and is visible below carpeted area. There is still no evidence of precast movement from below. ACTION REQUIRED: 1. It was agreed that at this time no corrective action would be taken in the hallway or Shari French's office room 405. If the crack becomes more visible or worsens in this area, corrective action may need to be reconsidered. The existing carpet is glued down and is not salvageable. Removing and replacing the carpet and base would be expensive. Removing a portion of the carpet would look worse than the current condition. 2. Room 409 needs to be repaired. A. The topping is to be removed to help determine if the problem is a localized bonding problem or if the entire floor has not bonded to the precast resulting in the visible relief crack. B. Since this appears to be a relief crack, an expansion joint will be installed in the new topping to prevent future cracks in this location. C. To prevent a visible expansion joint in this room, the contractor will investigate the cost of installing carpet in this room in lieu of vinyl the again. D. G.W. Olsen will provide cost of repairs for review by City and Bonestroo. Initial rough estimate was $2,000. E. The City has agreed to accept the hall and room 405 for the time being provided the crack does not worsen. As far as rom 409 is concerned, the floor is not acceptable as is. Carpet in this room may be considered an improvement and may have some increased value. 3. Schedule: February 22, 1996, 3:00 p.m., G.W. Olsen will begin removal of the tile and then saw cut and remove concrete after 5:00 p.m. when City Staff is not in the building. Hopefully, more will be learned about the nature of the crack and bonding during this removal, which may be helpful if future cracks develop. February 23, 1996, topping and expansion joint will be installed. March 4, 1996, carpet will be laid in room 409 over the new topping and expansion joint. Ms. Shari French City n f NL-w N0DC 4401 Xylon Avenue North New Hope, MN 5428 Re: City Hall Expansion City Project No. 489 Our File No. 34146 Dear Shari: The attached- invoice from George W. Olsen Construction Co., Inc. (GWO), has been revised to identify the carpet cost including overhead/profit. The cost for the carpet is $426.00. Based on previous conversations, it was agreed the City's cost would only include the carpet cost which we have confirmed with Jeff Peterson (GWO). ter ... Therefore, we recommend the City pad $426.00 for the carpet. If you have any questions, please contact this office. Very truly yours,? /' �...'�� -r 7"� nn --,ns�' ^ �}.... A ry �rIAT 'ES ' ^?�' 1`.. B 0N 11'lV V, 6� S r, ANDEt W111 & SSO t I C , Lti V. a y q t Mark A. Hanson MAH:la Attachment cc: Jeff Peterson (GWO) Daryl L. Kirschenman (BRA) Jerry D. Pertzsch (BRA) 2335 West Highway 36 - St. Paul, MN 55113-3898 -1612-636-4600 SOLD TO: CT -T -o NT?w Hfpp D -NI 96007 - 4'01 ;t71c A g, DATE: iqc YOUR ORDER NO: ATTN: Shar1 French Tocal labo 312.48 ?rte i z 4 4 938. 938. COST I --- I - I --- 1 _, 490 . o2 Mef.r-,o 76 F#O p tax from T I I I C—i Phony 0 ept• Fox FaX - f j,, ZIA R- XT S 7 -RUOU 409 ZLYIT i 7 TOT- DESCRIPTIO'-N --- TQ-u.-�- , ,4TTy PRICE EXTENSION COST CITY OF NEW HOPE MEMORANDUM DATE: March 29, 1996 TO: File FROM: Shari SUBJECT: CRACKING ALONG FLOOR IN P &R - PROJECT 489 After meeting with Doug Sandstad, Darrell Kirschmann BRAA, Curt and Jeff Peterson from GWOlsen, and myself it was decided that the crack in the machine room was in need of fixing. It was in a tiled floor so aesthetically it needed it and there was some concern as to why the cracking was taking place so the thought was to take up some of the concrete and take a look. The work was done in late Feb /early Mar. Jerry Perch from BRAA took a look when the concrete was removed to determine what any problem might be. (I haven't at this time gotten anything in writing from BRAA on this.) The contractor then filled in the trench he had dug with concrete (about 12" or so wide and the full length of the room, about 6" or so from the north wall). Then after about 8 days the entire floor was carpeted. The hallway and my office were not touched as it was determined to be an aesthetic issue and the carpet covered the crack enough to make it not an issue. There is some concern that this may happen again in another area but so far hasn't. In terms of who is responsible for this cracking and the need to repair, that was not determined. Jeff Peterson wanted to make the repair and get it over with. The city wanted carpet in case the cracking appeared again, it would not have to be repaired as per the situation in the hallway and office. Jeff said at the original meeting in Feb. that he'd make the repair and then we'd talk about the costs incurred and billing it. I am a bit uncomfortable with that. I don't think the city has any responsibility other than maybe choosing carpet over re -tile. BRAA and GWOlsen may fight over who was at fault - was it design or construction problems. 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 May 10, 1995 Daryl Kirschenman Bonestroo, Rosene, Anderlik & Associates 2335 West Highway 36 St. Paul, MN 55113 Dear Daryl, City Hall.• 612- 531 -5100 Police: 612.531 -5170 Public Works: 612 - 533 -4823 TDD: 612- 531 -5109 City Hall Fax: 612 -531 -5136 Police Fax: 612 -531 -5174 Public Works Fax. 612- 533 -7650 Fire Dept. Fax: 612 -531 -5175 Today Doug Sandstad and I took another look at the cracked floor in the machine room in the Parks and Recreation Offices at City Hall. Upon inspection we determined that the cracking has now spread from the east side of the addition across the hall floor and across my office floor to the west wall. I don't know if this changes the evaluation of the problem but please notify Mr. Peterson at GW Olsen of this change. As to the scheduling of the repair, late summer or early fall works best for the City in that it would cause the least amount of disturbance to the public. The City will provide a specific schedule when the determination is made as to what exactly to do to remedy the situation. Sincerely, Shari ' French, C.L.P. Parks and Recreation Director cc: Dan Donahue, City Manager Mark Hanson, City Engineer Doug Sandstad, Building Official file Family Styled City For Family living ,r Bonestr estr -, e A) ,e' :i »,J ASSC; ..e.,, Irrc. ,s an Affrrn rive A ct,urlEqual Op; , rtun:i v Emc :� Otto G E,nes[ra0. PE. Ht.., flrJ h. San oid, R . - ,J C Lynch, R6. Brian I<. Gcge, RE. Roams GDkNrt I ene, F:E.' Keith A Gord n 11 Jame i island, RE. Keith R ,_,pp, RE ,nser+h C At J,;lik RE- Tolbert i Pfefferle, C Jerr, D P rtzsch, RE. D ,)ugl is J. B-ns. t, RE. ^4 vin L S��r , ^la, PE Lich .� J `x'. Fcste , �E. Scott J .rganek, P.E. Sh,, n D. Gu . -ri, PE. ^nee lik Pichard E Turner, RE. D O Lo Rota, RE, K e +m h P RE_ Cealle Oli. itr, RE. Glenn R Q o,, FE, Robert C Rug^ k, P 1— '.dart 2 Pelts, RE_ P.;ul G. Heuer, RE. Associates Thomzs E f..c., °s, P.E. ,rr, q Llourdcn PE. , A Scip, RE, John P Gordrtr, PE. fcbert G Srhuriicht, PE. H?nso, , I -. Park A t Gar} r Monen, FE, C_Tn D boy urn, RE Su i,!.. Eberlin, "RA. Nlici ael T. Rautmsnn, PE. Paul J. Gannon, h_1 Jeffrey J. Ehleringer, PE. Engineers & Architects `anior Consultant TA K Field PE D niel J Edged n, RE Joseph R. Fhein, RE. Thum is P. Frierson, r I ,r, A. Rick 5, hmidt, RE, Lz;e `A Mann, RE- Donald C 6 Jrg • dt, ;' E i hilip J Ca . °II, PE > Ch lrle A. Enckst May 9, 1995 Thnm.rs ,A. S fk� RE, tlark D talks, RE- L<, .I Pq;•dl�k. Fredoric J. Sterhorg, RE Miles B. Jensen, RE. Harlan kl. Olsen I < gel P5arnnez, PE, L. Phillip Grarei, RE, r.dnes ki, Frfng 7,, Ms. Shari French Michael P t' R a, I K iren L `< 'iemeri, PE s F. lime EnoelharsJ1 Thomas '', Feteis-rn, PE Gar, D Kristofitz, PE. City of New Hope 4401 Xylon Ave. N. New Hope, MN 55428 -4896 Re: New Hope City Hall Our File No. 34146 Dear Ms. French: In response to your questions about G.W. Olsen's May 2, 1995 letter regarding the cracked floor, we offer the following comments: This work is still covered under the two -year correction period. I have discussed this with Jeff Peterson and he is in agreement. The City will not have to pay for this repair. 2. It is our opinion that adding an expansion joint is not necessary. If G.W. Olsen removes the improperly bonded concrete topping and repours the floor using a quality bonding material, the topping should not fail again. An expansion joint is not necessary. 3. The schedule has not been determined. Jeff Peterson is willing to work with the City on the schedule. He has proposed a late summer or early fall repair. His opinion is that delaying the repair would allow additional time for the floor to fail. This may have some merit, but is not possible to predict. The City should provide a specific schedule which would cause minimum disturbance. Please call me at 636 -4600 with your comments. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Daryl L. Kirschenman DLK:pr cc: Dan Donahue - City Manager Mark Hanson - BRA 2335 Test Highway 36 a St. Paul, MN 55113 m 612-636 -4600 May 4, 1995 4401 Xylon Avenue North New Hope, Minnesota 55428-4898 Daryl Kirschenman, BRAA FAX: 636-1311 Dear Daryl, City Hall: 612-531-5100 Police: 612-531-5170 Public Works: 612-533-4823 TDO: 612-531-5109 City Hall Fax: 612-531-5136 Police Fax: 612-531-5174 Public Works Fax: 612-533-7650 Fire Dept Fax: 612-531-5175 In regards to the May 2, 1995 letter from GW Olsen, what is your opinion on their idea of removing the topping and possibly adding an expansion joint to prevent future cracking in the P&R machine room (room 409) at New Hope City Hall? In your estimation, is this work covered by warranty? If not, what kind of cost are we talking?? Thanks for your input. Sincerely, Shari French, C.L.P. Parks and Recreation Director cc: File Doug Sandstad, Building Official Mark Hanson, City Engineer Dan Donahue, City Manager Family Styled City "Ifl, For Family Living M ■ ( Bonestroo, Rosene. AndCF11k and Asscclotes, Inc. is dri A/FlrmatIve Action/equal Oppdrairt((y Employor l�� JA o es sr�.l o Otto G. Boncstroo. PE. Howerd A. Sanford. AF, Michael C. Lynch, P.E. Gary q Krlstor+tz, PE. ���� Robert W. Raiepa, P.E. Keith A, GoM4A., P.C. Jimes R. Meland. RE. Brian K. Gage, RE. JuSVAh C Andorlik, RE. Robett R Prgrurno, P.C. Jerry D. Pertz$(K RE. Keith R. YAPP. P.R. r Marvin L. Sarvala, P.E. RlChdrd W. Foster, P.E. Frederlt J. Stanborq, PE, Daugtds J. Benuit. RE. M Anderiik Richard E. turner, RE. tldvid O, Luskuts, P.E. Stutt 1 Arganek. Re. Shewn p, GU,rartnn, PE. Glenn R cook. RE, Robert C. Russek. A.I,A• Kenneth P, Anderion, P. E. CCCl1)ry 01lVer, IiE, ��� Thomas E. Noyet, PE. Jerry A. boutdun RF• Mirk R. Rolh. P.L. N9ul f6. Heuer, PE. Robert G. Srhunicht, RE. Mark A. HdAinn, P.E. Mirk A. Selp, RE John P Gorda•. FE. Susan M. Eberlin, C.F.A. MlrPagl T. Rautmann, F. F. CJdry W Mo BE. Dan C azyurc NE Eng inee rs & Archit Senior Cunsultent Ted K. Fteld, R.F. NVI J. Gannen, A I A jer(r.ry J Ff M,nyer, FF Thomas R, Andc+tsnn, A.I.A, pnnlel 1. EdZer;c n, ?E oc v van' o, Dvo,11d C, Burgardt, RE. A. Melt 501e1idt PE Charim A =_ erson t [f[l Thomas A. Syfko, RE PhihtJ J. r;iwa8. ?E. Leo M. '.�av tllNy Marc /1 30 PradencJ. Slenuorg, FE. mark D. Viali,s, FE_ Har:.tn �! : G!tlrn 0, 1995 Ismael Martinez, FE. Mlles E. Jensen, a Air*tc M. Ring Mlcheel p Rdu. RE L. Phllilp Gravel. OL. ans+�t �. Er +gevi.rut Thomas W. N «t- +Srrn, PE. Karen L. W emeri. (!F Mr. Jeff Peterson George W. Olsen Construction Co., Inc. 404% P't AV 1902 S. Greeley St. + Stillwater, MN 55082 -0020 Ile: New Hope City Hall Our File No. 34146 Dear Mr, Peterson: The City of New Hope has brought to our attention a crack which has developed on the floor in Room 409, which is the Mechanical Room of the Parks and Recreation Department. The crack is located about 15" from the north wall and runs parallel to the wall. The floor tilt is cracked and the crack also runs along the west wall. It appears that the topping has not bonded to the precast plank in this area. There is no evidence of failure in the hallway at this time. Since we are still within the two -year correction period for this project, the City would like G.W. Olsen to be aware of this situation. If the floor continues to fail, corrective action may be necessary. At this time, G.W. Olsen should inspect this crack and comment on the floor crack and bonding situation. Please call me at 636 -4601 with questions and comments. Yours very truly, Daryl L. Kirschenman DLK:pr cc: Dan Donahue - City of New Hope Hanson - HRAA era xo.*i f /eo( Z 2335 West Highway 36 ■ St. Paul, MN 551 13 t 612-636-4600 Z0'd 'OSSd 1002H1S9N09 TS£ti 929 ET9 8£:80 SSST- 't£ -£0 GEOTECHNICAL EXPLORATION AND REVIEW HMO CITY HALL ADDITIONS NEW HOPE, MEVNESOTA AET #92 -792 �. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES 2335 WEST HIGHWAY 36 ST. PAUL, MN 55113 APRIL 10, 1992 1 t 1 i t i April 10, 1992 City of New Hope c/o Bonestroo, Rosene, Anderlik & Associates 2335 West Highway 36 St. Paul, MN 55113 Attn: Jerry Pertzsch RE: Geotechnical Exploration and Review City Hall Additions New Hope, Minnesota AET #92 -792 Dear Mr. Pertzsch CONSLH --ANTS GEOTECHNICAL * MATERIALS ENVIRONMENTAL This is our report on the subsurface exploration program and geotechnical engineering review for the proposed New Hope City Hall additions. We are sending you four copies of our attached report. This report documents the exploration /test results and provides our opinions and recommendations to aid you and your design team in planning and construction of the project. Please do not hesitate to call if you have any questions about the report. I can also be contacted for arranging construction observation and testing services during the actual earthwork phase. Sincerely, Steven D. Koenes, PE Principal Engineer Phone: (612) 659 -1304 Fax: (612) 659 -1379 SDK/sk "AN AFFIRMATIVE ACTION EMPLOYER" 2102 University Ave, W * St. Paul, MN 55114 * 612-659-9001 gi Fax 612- 659 -1379 4431 West Michigan Street, Suite #4 * Duluth, MN 65807 a 218- 628 -1616 a Fax 218- 628 -1680 GEOTECHNICAL EXPLORATION AND REVIEW FOR CITY HALL ADDITIONS NEW HOPE, MINNESOTA AET #92 -792 CONTENTS Page SUNEVIARY .............. ............................... 1 Purpose.............. ............................... 1 Scope of Services ........ ............................... 1 Findings.............. ............................... 1 Recommendations ........ ............................... 1 INTRODUCTION .......... ............................... 2 Scope of Services ........ ............................... 2 PRO JECT I SITE CONDITIONS ......... ............................... 4 Surface Observations ...... ............................... 4 Subsurface Soils /Geology .... ............................... 5 Water Level Measurements .. ............................... 5 LAB 0 ENGINEERING CONSIDERATIONS ............................ 6 Review of Soil Properties .... ............................... 6 Review of Ground Water Conditions ............................ 7 Discussion ............. ............................... 7 RECOMMENDATIONS ...... ............................... 8 Building Grading Procedures .. ............................... 8 Foundation Recommendations . ............................... 9 Floor Slab Support ........ ............................... 10 Perimeter Backfill ........ ............................... 10 Elevator Pit Backfilling - Water Control .......................... 11 Potential Construction Difficulties ............................. 11 CONTENTS PAGE 2 rue EXPLORATION PROCEDURES ............................... 12 Boring Location /Elevation Data ............................... 12 Field Sampling /Testing Methods .............................. 13 Classification Methods ..... ............................... 13 Sample Storage .......... ............................... 13 STAN DARD OF ,. APPENDIX Boring Location Sketch Logs of Test Borings Field Sampling and Test Methods Boring Logs: Abbreviations, Notations and Symbols Identification of Soils Soil Identification and Description Geologic Terminology Boring Logs: Ground Water Information GEOTECHNICAL EXPLORATION AND REVIEW FOR CITY HALL ADDITIONS NEW HOPE, MINNESOTA AET #92 -792 1i kyj 1 0 F Purpose You are proposing to construct additions to the existing City Hall in New Hope, Minnesota. The purpose of our work on this project is to obtain subsurface information, and based on this data, prepare a geotechnical engineering report presenting comments and recommendations to assist you and the design team in planning and construction of the project. Scope of Services To accomplish the above purpose, you have authorized our firm to drill two test borings, perform laboratory tests, and furnish a geotechnical engineering report. Findings The two test borings indicate a generalized soil profile of surficial fill and topsoil extending to depths of 2' to 4' below existing grade and then clayey sand glacial till to the depth of our borings. Sources of ground water were noted at a depth of about 5' /2' below grade at Boring #1. Recommendations These recommendations are in condensed form for your convenience. It is important you study our entire report for detailed recommendations. • The south addition can be supported on spread footing foundations designed for an allowable bearing capacity of 3000 psf. Foundations should extend through the existing fill, topsoil and any soft glacial till soils to bear on the firmer underlying glacial till. • Fill and topsoil should be excavated from the floor slab area. • It is our judgment the soils supporting the existing foundations in the north 100' of the building should be capable of supporting the planned loading increase to 2600 psf. AET #92 -792 - Page 2 You are proposing to construct two additions at 4401 Xylon Avenue North in New Hope, Minnesota. Further, you have authorized American Engineering Testing, Inc. (AET) to conduct a subsurface exploration and provide geotechnical engineering recommendations for your project. This report presents the field information we obtained at the site, and also our engineering recommendations. To protect you, AET, and the public, we authorize use of opinions and recommendations in this report only by you and your project team for this specific project. Contact us if other uses are intended. Even though this report is not intended to provide sufficient information to accurately determine quantities and location of particular materials, we recommend that your potential contractors be advised of the report availability. Scope of Services Our scope of services for this project was presented in our proposal letter dated March 12, 1992. Our work on this project was authorized by your acceptance of this proposal on March 23, 1992. A review of our agreed -upon scope of services is as follows: i Drill two standard penetration test borings to depths of about 26' below grade. • Perform a limited amount of geotechnical. laboratory tests to aid in classifying the soil types and predicting soil properties. • Prepare a formal engineering report which includes logs of the test borings, a sketch indicating boring locations, presentation of soil and ground water conditions, the laboratory test results, and our geotechnical opinions and recommendations regarding the following: AET #92 -792 - Page 3 Grading procedures to prepare the south building area for structural support, including comments on the suitability of the on -site soils for reuse as fill Foundation types and depths, including allowable soil bearing capacity and estimates of foundation settlement Ground floor slab support, including recommendations on the need for a vapor or capillary water barrier Backfilling procedures with draintile recommendations and estimates of lateral earth pressures Feasibility of increasing loads on existing foundations in the north end of the building to 2600 psf Comments on other items which may affect performance or constructability, such as frost heave or drainage considerations The scope of our work is intended for geostructural purposes only. This scope is not intended to explore for the presence or extent of environmental contamination at the site. Two additions are planned to the New Hope City Hall located at 4401 Xylon Avenue North in New Hope, Minnesota. The addition at the southwest corner of the building will be two -story construction and will include an elevator. We understand the walls of the addition will be masonry construction, to match the existing building. The lower floor will be at 917.0', which is l' lower than the existing floor slab. The elevator pit will extend to elevation 913'. Bearing wall loads for this addition are expected to be less than 5 ksf. AET #92 -792 - Page 4 We understand the original building is supported on spread footing foundations designed for an allowable bearing capacity of 2500 psf. Subsequent additions have been designed for bearing capacities of up to 3000 psf. The planned addition in the north end of the building is to add an additional floor level over the garage. We understand this addition will be 100' (north- south) by 40' (east- west). The additional loads will result in new foundation bearing pressures of 2600 psf. The existing footings in this area vary from elevation 911.5' in the north to 909.5' in the southern part of the addition. Our foundation design is based on attaining a factor of safety of at least 3 with respect to localized shear or base failure of the foundations. In addition, we assume allowable total and differential settlements of 1" and 1/2 ", respectively. The presented project 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 changes in our recommendations are appropriate. , i Surface Observations The soil borings were drilled adjacent to the existing City Hall building. The south addition area is landscaped with trees, shrubs and grass. The surface elevations at the boring locations ranged from 917.1' to 917.5'. AET #92 -792 - Page 5 Subsurface Soils /Geology We have included the boring logs of the test borings and a boring location sketch in the Appendix. We refer you to these logs for specific information concerning soil layer depths, soil /geology descriptions and density /consistency, based on the penetration resistance. It is important to note that the subsurface conditions only indicate the material classification /properties at the sampled locations and variations do occur between and beyond borings. Based on our interpretation of the available boring information, it is our judgment the generalized soil profile consists of surficial fill or topsoil extending to depths of 2' to 4' below grade, and then clayey sand glacial till to the depth of our borings. The fill includes both granular and cohesive soils. Some of the fill is black indicating an organic content. Concrete is also present within the fill at Boring #2. Organic lean clay topsoil or fill is present between a depth of 2' and 4' at Boring #1. This material is black in color. The glacial till soils present at the site are clayey sands. These soils vary from very soft to hard, based on the penetration resistance (N- values). Generally, the softer till soils are located in the upper portion of the profile. Water Level Measurements During our drilling operations, we probed the boreholes for the presence of ground water. The results of these measurements are noted on the attached boring logs. Based on our interpretation of the water level data, it is our judgment the water level at this site may be as shallow as about 5 /a' below existing grade. The majority of the soils encountered are relatively impervious; therefore, an extended period of time would be necessary for water levels to stabilize within the AET #92 -792 - Page 6 boreholes. Long -term monitoring of water levels is beyond the scope of our work. Fluctuations in the ground water table should be expected both seasonally and annually. The attached Appendix sheet entitled "Boring Logs: Ground Water Information" provides additional information on ground water level measuring. Physical laboratory tests were performed on selected samples to aid in judging engineering properties. The tests were limited to moisture content, density and unconfined compressive strength. The results of the laboratory tests are indicated on the data sheet in the Appendix or on boring logs, opposite the samples upon which they were performed. 1 1 Review of Soil Properties ® Strength -The existing fill and topsoil are judged to have a low and variable strength due to it's organic content. The underlying clayey sand glacial till generally has a moderate to high strength, with the exception of the upper few feet of clayey sand at Boring #1. The clayey sand which has a penetration resistance of 8 or more is judged suitable for supporting foundation loads of 3004 psf. • Compressibility - The existing fill and topsoil are judged to be compressible. The very soft clayey sand glacial till is also judged to be somewhat compressible under foundation loadings. The firmer underlying glacial till is judged to be low in compressibility. • Frost Susceptibility - It is our judgment the near surface soils are at least moderately frost susceptible. If these soils remain in -place and are allowed to freeze, we anticipate AET #92 -792 - Page 7 heave may be on the order of 1/4" to 3/8" for each foot of frost penetration within the soil, which could translate to 1" to 2" of total movement. This could be exaggerated further if free water were available such that ice lensing could be formed. Movements of exterior sidewalks /slabs is especially critical in building doorway areas. These exterior features should be designed to accommodate such frost movement; or the on -site soils should be subcut and replaced with low frost susceptible sands which include subsurface drainage. ® Drainage Properties - The majority of the soils are considered to be poorly draining materials. Water can temporarily perch over the on -site soils during wet weather. This is an important consideration beneath exterior slab areas, particularly when overlain by new sand fill. Where the potential for perched water exists, you should consider the placement of draintile lines or other means of drainage to relieve water buildup. Review of Ground Water Conditions A water level was encountered at a depth of about 5 /z' below grade at Boring #1, after sampling to a depth of 9'. It is our judgment this water level represents the static ground water level, or perhaps a perched water condition. Since the proposed addition will have an elevator pit, it will be necessary to provide a subsurface drainage system around the elevator pit to eliminate water problems. Discussion It is our judgment the proposed south addition can be supported on spread footing foundations. The existing fill, topsoil and any soft clayey sand glacial till should be excavated from the building area. Much of the unsuitable soil will be removed to attain planned grade. Some additional subcutting may be necessary in the floor slab area. Two feet of excavation is anticipated based on the soil conditions at Boring #2. AET #92 -792 - Page 8 We are concerned about the presence of ground water at a depth of about 5' /a' below grade at Boring C. Because of the high water level, we recommend a perimeter draintile system and perhaps an underfloor draintile system around the elevator pit area. Even with a perimeter draintile system, a backup pressure relief system is recommended in the event of a power failure. We understand footings along the west wall of the north end of the existing building were extended to elevations of 911.5' in the north and 909.5' in the south. It appears they were extended through the softer soil to stiffer underlying glacial till, based on the available soil information at Boring C. It is our judgment it should be feasible to increase foundation loads in this area to 2600 psf. Buildin Gg rading Procedures Excavation Preparation of the building areas should include removal of all existing fill, topsoil and softer clayey sand glacial till soils (penetration resistance of less than 8 blows). We estimate an excavation depth of 2' in the south addition area. The estimated elevation of the bottom of the excavation is based on soil conditions at the boring locations. Since conditions may vary, it is highly recommended that a geotechnical engineer /technician observe the final excavation prior to new fill or footing placement. If there are areas where fill is required below foundations, the excavation bottom should be oversized laterally from the planned outside edge of foundation a distance equal to at least l' for each foot of compacted fill required beneath the foundation at that location (i.e., 1:1 oversize) . AET #92 -792 - Page 9 We anticipate sources of ground water may be encountered during excavation in the elevator pit area. We recommend any water that enters the excavation be removed as quickly as possible. The presence of standing water within the excavation increases the possibility of softening and disturbance of the existing soils. The glacial till soils are susceptible to disturbance. Therefore, we recommend the excavation be performed with backhoe. Films If fill is required to attain footing grade, the fill should be uniformly compacted in thin lifts to a minimum of 98% of the standard Proctor density (ASTM:D698 -78). Fill placed which supports the floor slab only (outside of the l: l oversize zone below footings) can have a reduced minimum compaction level of 95 % of the standard Proctor density. We recommend any fill placed below footings or the floor slab be a clean granular soil with less than 5 % passing the #200 sieve and 40 % passing the #40 sieve. Foundation Recommendations After preparing the site, as recommended previously, it is our judgment the structure can be supported on spread footing foundations. We recommend perimeter foundations for heated building space be placed at a depth such that a minimum of 42" of soil cover is provided for frost protection. Interior foundations can be placed at a convenient depth below the slab. If foundations are included which do not border heated building space, additional frost cover is recommended since frost penetration is anticipated to be deeper. We recommend these types of foundations be provided with a minimum of 60" of soil cover. It is our judgment the foundations can be placed on the competent natural soils, or on the oversized, compacted fill system recommended. Based on the soil conditions encountered at the borings, and on the minimum fill compaction levels recommended, it is our opinion the foundations can be designed based on a maximum allowable soil bearing pressure of 3000 psf. AET #92 -792 - Page 10 It is our judgment this design will include a factor of safety of greater than 3 against shear or base failure. It is also our judgment that total building settlement should be less than 1 ", and differential settlements should be less than 1 /2 ". Floor Slab Support Preparation of the building area, as previously recommended, will also prepare the site for floor slab support. All fill supporting the floor slab should be compacted to a minimum of 95 % of standard Proctor density. This includes utility and foundation trench backfill. We recommend the upper 6" of soil immediately below the floor slab be a free draining, granular soil containing less than 5% by weight passing the #200 sieve and less than 40% passing the #40 sieve. A polyethylene vapor membrane can provide added moisture protection beneath the floor slab. If moisture sensitive floor coverings are planned, use of membrane is recommended. If a membrane is used, we recommend it be placed beneath the sand cushion layer to reduce concrete curling effects. Perimeter Backfill It is our judgment the non - organic site soils would be suitable for reuse as perimeter backfill. The backfill should be placed in relatively thin, loose lifts and be uniformly compacted to a minimum of 95% of standard Proctor density. Where bituminous surfaces will be constructed over the backfill, we recommend the compaction level be increased to 100 % of standard Proctor density within the upper 3' perimeter backfill in non - basement areas. Exterior grade around the structure should be planned with a positive slope away from the building. AET #92 -792 - Page 11 Elevator Pit Backfilling - Water Control The clayey sand soils in which the elevator pit will be excavated are quite impervious and may cause water to collect in the backfill soil. Because of this, we recommend installation of a perimeter draintile system around the elevator pit area and damp proofing of any below grade walls. The draintile system should be installed at an elevation below the elevator pit slab. In addition, the draintile should be bedded in a coarse sand or gravel which should be wrapped within a filter fabric. The perimeter backfill around the elevator pit should be a clean granular soil with less than 5 % passing the #200 sieve and 40% passing the #40 sieve. The backfill should be uniformly compacted to a minimum of 95 % of standard Proctor density. We also recommend that the zone of clean granular backfill extend laterally from the outside face of the wall to at least 2' at the base of the wall and then upward and outward at a 30* angle from vertical. Based on the granular backfill around the elevator pit, we recommend the pit walls be designed to resist lateral pressures based on soils having an equivalent fluid weight of 45 pounds per cubic foot. Potential Construction Difficulties • Runoff Water in Excavation - As pointed out earlier, the on -site soils are relatively poor draining. Because of this, surface water can be expected to "perch" in the excavation during times of wetter weather. To allow observation of the excavation bottom, to reduce the potential for soil disturbance, and to facilitate filling operations, we recommend water be removed from within the excavations during construction. Based on the soils encountered, we anticipate the ground water can be handled with conventional sump pumping. AET #92 -792 - Page 12 • Disturbance of Soils - Although much of the on -site soils are quite competent, they can become disturbed under repeated construction traffic, especially if ground water is available. If soils become disturbed, they should be subcut to the underlying undisturbed soils. • Cobbles and Boulders - Glacial till soils, which are present at this site, can include cobbles and boulders. This may make excavating procedures somewhat more difficult than normal if they are encountered. Also, if cobbles or boulders are encountered at footing grade, it may be necessary to remove these oversized particles and replace them with compacted fill to allow full footing placement. The recommendations in this report are based on the subsurface conditions found at our test boring locations. Since the soil conditions can be expected to vary away from the soil boring locations, we recommend on -site observation by a geotechnical engineer /technician during construction to evaluate these potential changes. Soil density testing should also be performed on new fill placed in order to document that project recommendations or specifications for compaction and moisture have been satisfied. Where fill material type is important, sieve analysis tests should be performed to document the actual fill meets the recommended gradation criteria. Boring Location /Elevation Data Our subsurface exploration program included drilling two standard penetration test borings in the proposed building areas. These borings were drilled at the site on March 30, 1992. The locations of the borings are shown on the attached sketch in the Appendix. These are the AET #92 -792 - Page 13 locations which appeared on the sketch provided to us by your consulting engineers. The surface elevations at the test boring locations were referenced to the main floor of the existing building. This elevation was taken as 927.3`, an assumed elevation. Field Sampling /Testing Methods The field sampling methods for the borings are described on the included data sheet under the subheading "Standard Penetration /Split -Spoon Sampling Method." Classification Methods For soil samples in which no sieve analysis or Atterberg Limits tests are performed, soil identifications and descriptions shown on the boring logs are judgments based on ASTM:D2488- 84 (Visual -Manual Procedure). Charts taken from ASTM:D2488 -84 are shown on the appended sheet entitled "Identification of Soils." Where the classification tests have been performed, ASTM:D2487 -85 is used. The logs also indicate the apparent geologic depositional origin, which is interpretive. Sample Storage We will retain representative samples of the soils recovered from the borings for a period of 30 days. The samples will then be discarded unless you notify us otherwise. ! 111c� The data derived through this sampling and observation program have been used to develop our opinions about the subsurface conditions at your site. However, because no exploration program can reveal totally what is in the subsurface, conditions between borings and between samples and at other times, may differ from conditions described in this report. The exploration we conducted identified subsurface conditions only at those points where we took samples or observed ground water conditions. Depending on the sampling methods and sampling frequency, every soil layer may not be observed, and some materials or layers which are present in the ground may not be noted on the boring logs. AET #92 -792 - Page 14 Unless actually observed in a sample, contacts between soil layers are estimated based on the spacing of samples and the action of drilling tools. Thus, most contacts shown on the logs are approximate, with a possible upper and lower limits of contacts defined by the overlying and underlying samples. 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. If conditions encountered during construction differ from those indicated by our borings, it may be necessary to alter our conclusions and recommendations, or to modify construction procedures, and the cost of construction may be affected. The extent and detail of information about the subsurface condition is directly related to the scope of the exploration. It should be understood, therefore, that information can be obtained by means of additional exploration. Our services for your project have been conducted to those standards considered normal for services of this type at this time and location. Other than this, no warranty, either express or implied, is intended. Report Prepared by: Steven D. Koenes, PE Principal Engineer MN Reg. No. 13180 Report Reviewed by: Jeffery K. Voyen, PE Manager, Geotechnical Engineering II � FUTURE PARK-ING 26 CARS 37 EXIdTING PARKING STALLS ND S L - r 'T.- 10 EXISTING PARKING STAQLS7 2� CITY 2ga T71:04 -C� PROJECT CITY HALL ADDITIONS IFAET AMERICO NEW HOPE, MINNESOTA 92-792 E,N G 1,N E E R I.N? G SUBJECT BORING LOCATION SKETCH DATE TESTING, ENC, --L-1-0-� 92 Bonn= SCALE DRAWN BY CHECKED BY PA 1 oz NONE - SK E AMERICAN ENGINEERING TESTING, INC. AHr JOB NO: 92-792 LOG OF BORING NO. 1 (p. I of 2) PROJECT: CITY HALL ADDITION; NEW HOPE, HNNESOTA DEPTH IN SURFACE ELEVATION. 917.1 GEOLOGY N MC SAMPLE REC. FIELD &LABORATORY TEST FEET MATERIAL DESCRIPTION TYPE IN . WC DEN LL PL Qu Fill, mostly clayey sand with a little gravel, 11 M Ss 16 black and brown FILL 2 - 1 3 Organic lean clay, black, firm (OL) (may be TOPSOIL 9 M SS 8 fill) OR FILL 4 A 5 3 SS 13 21 6 7 - TW Clayey sand with a little gravel, brown 14 125 91( mottled, very soft to firm (SC) psf 9 - 10 - 11 W SS 16 TILL 12 - 18 M Ss 14 13 14 - 15 - 20 M SS 0 16 Clayey sand with a little gravel, grayish brown to gray, hard to firm (SC) 17 19 20 14 M SS 18 21 DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0-24.51 2.25" HSA DATE TIME SAMPLED DEPTH CASING DEPTH CAVE-IN DEPTH DRILLG FLUID LEVEL WATER THE ATTACHED 3/30/92 12:00 9.0 7.0 7.4 5.5 SHEETS FOR AN 3/30/92 1:15 26.0 24.5 25.1 23.1 EXPLANATION OF BORING 3/30/92 1:43 26.0 0.0 24.0 17.3 TERMINOLOGY ON I COMPLETED: 3/30/92 1 1 1 1 1 1 cc: KS CA: SV Rig: 24 I I I I I THIS LOG 4/90 AMERICAN ® ENGINEERING TESTING, INC. i i i • �; AET JOB NO: 92 -792 LOG OF BORING NO. _(p. 2 of 2) PROJECT: CITY HALL ADDITION; NEW HOPE, mENNESOTA DEPTH FIELD & LABORATORY TEST IN GEOLOGY N MC SAMPLE REC. FEET MATERIAL DESCRIPTION TYPE IN. WC DEN LL PL Qu 23 TILL 24 Clayey sand with a little gravel, brown, very 25 hard (SC) 36 M SS 12 26 END OF BORING 4190 AMERICAN ENGINEERING TESTING, INC. '' AET JOB NO: 92 -792 LOG OF BORING NO. Z (p. 1 of 2) PROJECT: CITY HALL ADDITION; NEW HOPE, NIINMSOTA D IN H SURFACE ELEVATION 917.$ GEOLOGY N MC SAMPLE REC. FIELD & LABORATORY TEST FEET MATERIAL DESCRIPTION TYPE IN. WC DEN LL PL Qu Fill, mostly sand with silt and a little gravel 2 M SS 16 i and concrete, brown, a layer of black silt at FILL the surface 2 8 M SS 10 13 3 4 5 11 M SS 12 6 Clayey sand with a little gravel, brown mottled to grayish brown, soft to hard to firm, 16 M SS 15 8 a few laminations of sand (SC) 9 10 TILL 16 M SS 14 11 12 13 M SS 14 13 14 15 11 M SS 14 16 17 Clayey sand with a little gravel, gray, firm to very hard (SC) 18 19 20 11 M bow SS 16 21 DEPTH: DRILLING METHOD WATER LEVEL MEASUREMENTS NOTE: REFER TO 0 -24.5 3.25" HSA DATE TIME SAMPLED DEPTH DEPTH FLUID LEVE LEVEL THE ATTACHED 3/30/92 3:18 26.0 24.5 26.0 NONE sxEETS FOR AN 3/30/92 3:30 26.0 0.0 8.1 NONE EXPLANATION OF COMPLETED: 3/30792 TERMINOLOGY ON CC: KS CA: SV Rig: 24 1 1 1 1 1 i THIS LOG 4/90 AMERICAN ENGINEERING TESTING, INC. AET JOB NO: 92 -792 LOG OF BORING NO. 2(p. 2 Of 2) PROJECT: CITY HALL ADDITION; NEW HOPE, MINNESOTA DEPTH FIELD &LABORATORY TEST GEOLOGY N MC SAMPLE REC. FEET MATERIAL DESCRIPTION TYPE IN. WC DEN LL PL Qu 23 24 TILL 25 34 M SS 22 26 END OF BORING 4/90 1 r 1 I t By I MO Standard Penetration /Sglit -Spoon Sampling (ASTM:D 1586) A steel split- barrel sampling tube is driven into the soil with a 140 -pound hammer dropped from a height of 30° (the hammer is dropped onto a drill rod attached to the sampler). The number of hammer blows required to drive the sampler tube 12" into the ground (after an initial set of 6 ") is recorded as the standard penetration resistance (N- value) of the soil for the sampling interval. Penetration of less than 18" is permitted under ASTM:D1586. When driving is complete, the sampler is retracted and opened, and soil samples are taken from the tube. The bore hole is advanced between sampling intervals with an auger, casing, or rotary drill bit with drilling fluid. In frozen ground, split barrel samples are not normally taken. Rather, soil samples from the frozen zone are taken from the flights of the auger. Thin- Walled Tube Sampling �(AST M:D 1587) Thin - walled tubes are fitted with a ball check valve at the top, are (slowly and steadily) pushed into the soil, then retracted. Rock Coring (ASTM:D2113) A diamond or carbide bit on a core barrel is rotated into rock to the desired depth, then retracted. Rock samples are taken from the inner tube. Auger Borings Two procedures are available in machine drilling auger borings: "spinning" and "pulling." • S innin - The auger is drilled into the ground in increments of 5' or less. The auger is then spun rapidly. Soil "rides up" the flights of the auger to the ground surface, where samples are taken. In general, this method results in approximate identification of the soil profile above the ground water table, but it can be very misleading below the water table, particularly in sandy and gravelly soils. • Pulling - The auger is screwed into the ground with minimum "riding up" of soil, rotation is stopped and then the auger withdrawn to the ground surface. The general soil profile can be observed, and samples of materials held on the auger are taken. In general, this method causes less soil mixing and is considered more accurate than the spinning method. BORING LOGS ABBREVIATIONS, NOTATIONS AND SYMBOLS (Page 1 of 2) B,H,N: Size of flush joint casing BX: BX double tube core barrel Bulk: Disturbed sample obtained from auger, drill cuttings, or excavating machine AC: At completion of boring CA: Crew assistant CAS: Pipe casing, number indicates nominal diameter in inches CC: Crew chief CONS: One - dimensional consolidation test COT: Clean -out tube D: Sampled soil appears dry DC: Drive casing; number indicates nominal diameter in inches DEN: Dry density, pounds per cubic foot DM: Drilling mud or bentonite slurry E Pressuremeter modulus in tons per square foot F: Sampled soil appears frozen FA: Machine flight auger; P - Pulling Procedure; S - Spinning Procedure; number indicates outside diameter in inches HA: Hand auger; number indicates outside diameter HSA: Hollow -stem auger; number indicates inside diameter in inches HYD: Hydrometer analysis JW: Jetting water LL: Liquid limit M: Sampled soil appears moist MC: Column used to describe moisture condition of samples and for the ground water level symbol MR: Mud rotary drilling with fluid and roller or drag bit N (BPF): Standard penetration resistance (N- value) in blows per foot (see notes) PERM: Coefficient of permeability (1) test; F - Field; L - Laboratory PL: Plastic limit C P : Pocket penetrometer strength, tons per square foot q.: Static cone bearing pressure, tons per square foot q Unconfined compressive strength, pounds per square foot _Q: NQ or PQ wireline core barrel R: Electrical resistivity, ohm -cros Ground water information is shown under "Water Level Measurements" at the bottom of the log and in the "MC" (moisture condition) column on the right side. Because the presence of water in the soil and the level of the ground water table can change over time, the information presented is accurate only for the date and time the observations and measurements were made. The following information (in addition to the sampling date and time) appears under "Water Level Measurements:" i The sampled depth, which is the lowest depth of soil sampling at the time of measurement. • The casing depth, which is the depth to the bottom of the casing or hollow -stem auger at the time of measurement. • The cave -in depth, which is the depth at which the measuring tape stops in the bore hole. The water level, which is the point in the bore hole at which free - standing water is encountered with the measuring tape. • The drilling fluid level is similar to the water level, except that the liquid in the bore hole is drilling fluid. The water level, drilling fluid level, and cave -in depths are measured with a weighted measuring tape. The "MC" column indicates the moisture condition of soil samples. A "D" in the column means that a soil sample appears dry (absence of moisture, dusty, dry to touch); "M" means moist (damp but no visible water), and "W" means wet (visible free water). An "F" is used if the sample is frozen. The water level symbol V in the "MC" column indicates the estimated position of the ground water table in the boring. The absence of the water level symbol on a log does not necessarily mean that ground water was not encountered or that the water table or piezometric surface was not penetrated. Overall, determining the position of the ground water table is an interpretative process that depends on such factors as water level measurements, the presence and type of drilling fluid, the condition of samples, subsurface conditions, site conditions, whether the bore hole is covered or open, and weather conditions. Because of these factors and those noted previously, the actual ground water level in the field may vary from that shown on the boring Iogs. IDENTIFICATION OF SOILS (VISUAL — MANUAL PROCEDURE). Z 15% f r.ea.� weuy.t.sd GW --c-- — <-<15% wm —.. w.up,w.e e,,..{ 15% Mod w.,tyr.dd trae.l ­1h said .. Poorly 9radad - P <15% G15X and —w. Pooh' pWrd tra.el- '15x Mnd Poor r pr.pd tr.••1 with Mnd . < W , 1I'W-1-d - �--- ►lir.., -Mt a. MH GW - M.:.�� Mnd w.u q r...t w,tn..tt •. GRavfl •�"`.... 15XuM tv.1 rsd+d �. tra•N J 10% I:rrt ° line, -CL w CH �--- -► � GW -GC 2 W V- run tat IM Mw . GiSX Mnd Wedgr,dd 9rae.1 wtU. eteY X said � l5% Mb � W.Ilgrd.0 tr, r.l wnh GtaY Ind ued•. Poorly 9,.d.d� -Mt or MH GP- GM- .� M <15%Mnd ---r- Peony tr Wd ,• ..... with tit "I-CL x CH - --- ► . G P -G C z 1 S% d P oorly ,r>v.d tr41 with lilt And sand t <15% wm —•- Poorly t••ad tr...s wuh ct,y. Z 15% Mnd -- r Peony er Wd .•avel with clay .nd s.nd rite, -Mt or MH GM - �. +-<15% and ---.- Sdry t .... { ZiSx t.na +ZtSx Mna-- - +Sruy 9t,..t with sand, final W c H GC G sax ­d — Ct. q r ... 1 $14 ct, 9 ,,..t with M.d W.u SW c � -•.. � ,__ ..<15% W.u. _5x lints � 9".01 l Wellttadd teed with gra.el � Pooity iradrd S P 5 %it ... I P—ItY 9t Wed t.nd `- '"""••'::ISX grar.l —.• Poutly gr.dd sand wuh gr, «{ hnea - ML of MN S W - — •. - <tss 9r. --- .- w.n.g.wd,.w with tat wutgrW.d -� _ > w.u�r,d.d urw wnn tell .na 9•e.d Sar,o fine, -CL a C H SW-SC <is trae.l w. uyr Wed M W w ith d, S uM _ 10% Itnaf �+ % 15X 9ta•.1 �---� W.ny /.dN ­J ruh c1,Y .nd it ... 1 % ge,.ei (:rwt - of MH S P'S M- .,— u-<i5x it ere, �e• PaorlY 9r+dd and w:tn tilt Poorly graded -�= - w.�15X grt.•t P-11 9r,ded ­d tth eh .nd 91.-1 fine -CL w CH S P - S C <15% 91 ... t Poorly It-dd and with clay t5x a. ae.1 Poorly g,.d.d Mid wnn clay std 9ra..1 _ fir.e,•ML or MH - SM /t5X 9rarel . - '•atY said }ISX t:nrt '' ISx 9ro..i SatY wd rnh g .... linat•CL of CH —S C - +.c <ti% 9r +d C4y.7 and ::IS% qrn I Cl.y.•r un.l with grit.{ <30% plus No. 200 <15% plus No. 200 0 lean clay 15.25% plus No. 200 -` —'► % sand Z% gravel ---► Lean clay with Land CL y`• % sand <% gravel —►" Lean clay with gravel % Sand >% of gravel <IS% g ra vel - . Sandy lean clay 2:30% plus No. 200 _c ,->15% gravel �-" "t„ Sandy lean clay with gave! % sand <X gravel <15% sand ----+• Gravelly lean clay 215% sand -- -- —> Gravelly lean clay with and <30% plus No. 200 <15% plus No. 200 Silt 15.25% plus No. 200 — - ► % sand >% gravel --- .-Silt with sand M L "^^-► % sand <% gravel ---► Silt with gravel X sand >%of gravel -•c -+- <15 % gravel •- • ►S•andy silt >30% plus No. 200 � >15% gravel— Andy silt with gravel X sand <% gravel <15% sand - - * - Gravelly silt Z15% sand --► Gta,elly silt with Land <30% plus No. 200 <15% plus No. 200 0 Fat clay 15.25% plus No. 200 -- X sand >% gravel —F clay with sand CH % sand <% gravel — Fat clay with gr+yel sand >% of gravel <15% gravel -- -+- -Sandy fat clay 130% plus No. 200 n >15% gravel - -.. Sandy tat clay with gravel X sand <% gravel <15% sand ►Gravelly fat clay Z15% sand — Gravelly fat clay with sand <30% plus No. 200 <15% plus No. 200 b Elastic tilt 15.25% plus No. 200 % sand Z% gravel- ----e- Elastic silt with sand M H % sand <X graral - ----h Elastic silt with gravel " sand 2:% of gravel <15% gravel - ---+ Sandy elastic silt _ >M% plus No. 200� A >15% gravel ---r Sandy elastic tilt with gravel X Land <% gravel <15% Sand --�+- Gravelly elastic Silt - -w >i5X sand-- ► - GtaytUy clastic tilt with sand <30% plus No. 200 <15% plus No. 200 - �-+ OL /OH 1545% plus No. 200 X land >% gravel --c >30% glut No. 200 X sand <% gravel t X sand >% gta,e} X tend <X gravel <15% gravel -- Z15% gravel —• <15% sand --- Z15% sand Organic sod Organic wil with sand Organic toil with gravel Sandy organic wil Sandy organic sod with gravel Gravelly organic sod Gcay.11y organic Lail with sand NurC— Pcrcantaprs are hued on estim.aing amounts of fine., tanJ. and gavel to the ncarest S t.;. Layering Notes Laminations - Differing material or color layers less than 1 /2" thick Stratifications - Differing material or color layers greater than 1/2" thick Lenses Grain Size Term Gravel Percentages Term Term ASTM AASHTO Term Percent Boulders Over 12" Over 3" A Little Gravel 3%-15% Cobbles 3" to 12" - With Gravel 15%-30% Gravel #4 sieve to 3" #10 sieve to 3" Gravelly 30%-50% Sand #200 to #4 sieve #200 to #10 sieve Fines (silt Pass #200 sieve Pass #200 sieve & clay) Layering Notes Laminations - Differing material or color layers less than 1 /2" thick Stratifications - Differing material or color layers greater than 1/2" thick Lenses - Small pockets /inclusions of differing material Term Consistency of Clays and Silts Term N- Value, BPF Very Soft 0-4 Soft 5 -8 Firm 9 -15 Hard 16 -30 Very Hard Greater than 30 Color Notes Mottled - Presence of spots or streaks of one or more colors in a soil mass of another predominant color. Marbled - Presence of two or more distinct colors in approximately equal amounts, but not blended. Relative Density of Coarse Grained Soils Term N- Value. BPF Very Loose 0-4 Loose 5 -10 Medium Dense 11 -30 Dense 31 -50 Very Dense Greater than 50 Fiber Content of Peat (ASTM D442 Term Fiber Content (Visual Estimate) Fibric Greater than 67 % Hemic 33-67% Sapric Less than 33 % Organic Description (ASTM D2488) Non -peat soils are described as organic, if soil is judged to have sufficient organic content to influence the soil properties. GEOLOGIC TERMINOLOGY The geologic description indicates the apparent depositional origin or stratigraphic name. Geologic identification is interpretive. Judgment is sometimes limited due to small or disturbed samples. General categories of geologic deposits, and descriptive information is as follows: ALLUVIUM COARSE: Sandy (and gravelly). Stratified. Deposited from fast moving waters in streams and rivers. (Includes glacial outwash.) FINE: Clayey and /or silty. Stratified. Deposited from slow moving waters in streams, rivers, lakes and ponds. MIXED: Combination of Fine and Coarse Alluvium. BEDROCK: Wide range of characteristics: from hard, dense, consolidated rock; to soft, compressible, and unconsolidated soil -like material. FILL CONTROLLED: Compact, uniform material; inorganic; no debris. UNCONTROLLED: Loose or variable density. Mixture of soil types. Often contains debris and organic material. TILL: Normally contains a wide range of grain sizes, from boulders through clay. Usually non - stratified. Deposited directly from glaciers. LOESS: Silty. Non - stratified. Upper layer. Deposited from wind. SLOPEWASH: Organic and /or inorganic material washed from slopes and redeposited. SWAMP DEPOSITS: Peat, muck and marl, and organic soil. Formed through accumulation of organic material under water. TOPSOIL: Contains both inorganic and organic material. Upper, black layer of soil. Formed by weathering of inorganic soil and accumulation of organic material. TUMBLEROCK OR Dominantly gravel, boulders and rock slabs. Deposited from gravity flow COLLUVIUM: down hills or cliffs. WEATHERED BEDROCK: Bedrock which has been substantially weathered through disintegration or decomposition. Texture and composition grades into bedrock. WEATHERED SOIL: Texture, composition, and position is intermediate between topsoil and non - weathered soil. BORING LOGS: GROUND WATER INFORMATION Ground water information is shown under "Water Level Measurements" at the bottom of the log and in the "MC" (moisture condition) column on the right side. Because the presence of water in the soil and the level of the ground water table can change over time, the information presented is accurate only for the date and time the observations and measurements were made. The following information (in addition to the sampling date and tune) appears under "Water Level Measurements:" • The sampled depth, which is the lowest depth of soil sampling at the time of measurement. • The casing depth, which is the depth to the bottom of the casing or hollow -stem auger at the time of measurement. • The cave -in depth, which is the depth at which the measuring tape stops in the bore hole. ® The water level, which is the point in the bore hole at which free - standing water is encountered with the measuring tape. • The drilling fluid level is similar to the water level, except that the liquid in the bore hole is drilling fluid. The water level, drilling fluid level, and cave -in depths are measured with a weighted measuring tape. The "MC" column indicates the moisture condition of soil samples. A "D" in the column means that a soil sample appears dry (absence of moisture, dusty, dry to touch); "M" means moist (damp but no visible water), and "W" means wet (visible free water). An "F" is used if the sample is frozen. The water level symbol in the "MC" column indicates the estimated position of the ground water table in the boring. The absence of the water level symbol on a log does not necessarily mean that ground water was not encountered or that the water table or piezometric surface was not penetrated. Overall, determining the position of the ground water table is an interpretative process that depends on such factors as water level measurements, the presence and type of drilling fluid, the condition of samples, subsurface conditions, site conditions, whether the bore hole is covered or open, and weather conditions. Because of these factors and those noted previously, the actual ground water level in the field may vary from that shown on the boring logs. Otto G. Bonestroo, PE. Keith A. Gordon, P.E. James R. Maland, P.E. Rene C. Plumart, A.I.A. Joseph C. Anderlik, P.E. Richard W. Foster. P.E. Kenneth P. Anderson, PE. Agnes M. Ring, AJC.P. Marvin L. Sorvala, PE. Jerry A. Bourdon, PE. Mark R. Rolfs, P.E. Jerry D. Penzsch, P.E. Richard E. Turner, P.E. Mark A Hanson. P.E. Thomas E. Angus, P.E. Cecilio Olivier, P.E. Glenn R. Cook, P.E. David O. Loskota, P.E. Daniel J. Edgerton, P.E. Gary W. Morien, P.E. Thomas E. Noyes, PE. Robert C. Russek, A.I.A. Mark A. Seip, PE. Karen L. Wiemeri, P.E. Robert G. Schunicht, P.E. Howard A. Sanford, P.E. Philip J. Caswell, P.E. Keith R. Yapp, P.E. Susan M. Eberlin, C.P.A. Donald C. Burgardt, P.E. Ismael Martinez, P.E. Michael P. Rau, P.E. Ted K. Field, PE. Mark D. Wallis. PE. Charles A. Erickson Michael T. Rautmann, P.E. Thomas R. Anderson, A.I.A. Leo M. Pawelsky Robert R. Pfefferle, P.E. Gary F, Rylander, PE. Harlan M, Olson Thomas W. Peterson, PE. Miles B. Jensen, P.E. Michael C. Lynch, P.E. L. Phillip Gravel III, PE. April 22, 1992 Mr. Kirk McDonald City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 4c' �q' Re: Geotechnical Services for City Hall Addition City Project No. 489 BRA Project No. 34146 Dear Kirk: We have received the geotechnical report for the project prepared by American Engineering Testing. Enclosed is one (1) copy for your use. Also enclosed is the invoice from American Engineering Testing for the geotechnical engineering services. In accordance with their proposal, the invoice is for $1,600.00. This invoice should be paid directly by the City. If you have any questions, please call me at 636 -4600. Yours very truly, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. erry D. Pertzsch 2335 West Highway 36 • St. Paul, Minnesota 55113 • 612 -636 -4600 AMERICAN PH. 612-659-9001 �0��0������ FAX ~~~~ ~"""^`=��^"" 2102 UNIVERSITY AVE W. TESTING INC ST- PAUL. wm e5114 nz CITY OF NEW HOPE c/oBONESTROO & ASSOC 2335 WEST HIGHWAY 36 ROSEVILLE, MN 55113 CITY HALL ADDITIONS NEW HOPE, MINNESOTA JOB PREPARATION 20.0C) MOBILIZATION 212.30 DRILLING 819.75 LABORATORY TESTS 103.00 REPORT AND PROJECT MANAGEMENT 648.90 CREDIT PER PROPOSAL -203.95 PLEASE REFER TO INVOICE NUMBER 920792 WHEN REMITTING A FINANCE CHARGE OF 1.5% PER MONTH ASSESSED AFTER 301DAYS 0 04 REFERENCE: CITY HALL INVOICE NO: 920792 SALESPERSON DATE OF INVOICE STEVE KOENES st< 04/16/92 SHIP TO � �� Zhaflk � p �� � I TOTAL 1 1,600. 00 COUNCIL -. Originating Department City Manager By: Kirk McDonald Manaeement Assistant an Approved for Agenda 7 -27 -92 Agenda Section Development & Plannine Item No. - O RESOLUTION AWARDING CONTRACT FOR CITY HALL REMODELING /FRONT AND REAR BUILDING ADDITIONS AT 4401 XYLON AVENUE NORTH (IMPROVEMENT PROJECTS #472 AND #489) On May 26th the City Council passed a resolution approving plans and specifications for the City Hall remodeling /front and rear building additions and ordered advertisement for bids on the project. Bids were opened on July 15th and the City Engineer and Architect will be presenting the bids to the Council on July 27th and will be recommending an award on the bids. The enclosed resolution, which accepts the bid, has been intentionally left blank and the bid amounts will be inserted prior to the meeting. The front addition is being proposed so that an elevator can be incorporated into the front entry to provide access to both the lower and upper level floors for the disabled, in accordance with the 1991 American Disabilities Act, and the majority of the cost would be funded with CDBG monies. The rear addition, which would provide additional office space, would be financed with bond fund balances from previous capital improvement projects. The cost estimate for the base bid, which includes the front entry addition, restroom remodeling, garage improvements, signage, utilities, Council Chamber ramp, mechanical and landscaping (excluding fountains) is $468,500. Alternate 1, second story office addition, has a cost estimate of $300,000. The cost estimate for Alternate 2, which includes finishing the second story office area addition, sprinklers, corridor and lower floor restroom remodeling, is $125,000. The front fountains, which are being bid as Alternate 3, have a cost estimate of $25,000. Total estimated project cost = $918,500. Staff recommends approval of the resolution. KX Review: Administration: Finance: kiam oloz CITY OF NEW HOPE RESOLUTION NO. 92 -136 RESOLUTION AWARDING CONTRACT FOR CITY HALL REMODELING /FRONT AND REAR BUILDING ADDITIONS AT 4401 XYLON AVENUE NORTH (IMPROVEMENT PROJECTS #472 AND #489) WHEREAS, pursuant to an advertisement for bids for City Hall Remodeling /Front and Rear Building Additions at 4401 Xylon Avenue North, Improvement Projects #472 and #489, bids were received, opened and tabulated according to law, and the following bids were received complying with the advertisement: George W. Olsen Construction, Inc. $ 853,600 KM Building Company $ 949,000 - Palani Construction $1,069,000 Morcon Construction $1,071,000 The Builders, Inc. $1,524,000 WHEREAS, it appears that George W. Olsen Construction, Inc. is the lowest responsible bidder, NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, Minnesota: 1. The Mayor and Clerk are hereby authorized and directed to enter into the attached contract with George W. Olsen Constsruction, Inc. for the City Hall Remodeling /Front and Rear Additions at 4401 Xylon Avenue North, Improvement Projects #472 and #489, according to the specifications therefor approved by the City Council and on file in the office of the City Clerk. 2. The City Clerk is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposits of the successful bidder and the next lowest bidder shall be retained until a contract has been signed. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota, this 27th day of July, 1992. ayor Attest: City Clerk J A Bones t roo R OEM Associates Engineers & Architects July 16, 1992 Mr. Dan Donahue, City Manager City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: City Hall Remodeling File No. 34146 Dear Mr. Donahue, Otto G. Bonestroo, P.E. Howard A. Sanford, P.E. Robert W. Rosene, RE.* Keith A. Gordon, P.E. Joseph C. Anderlik, P.E. Robert R. Pfefferle, P.E. Marvin L. Sorvala, P.E. Richard W. Foster, P.E. Richard E. Turner. P.E. David O. Loskota, P.E. Glenn R. Cook, P.E. Robert C. Russek, A.I.A. Thomas E. Noyes, P.E. Jerry A. Bourdon, P.E. Robert G. Schunicht, P.E. Mark A. Hanson, PE. Susan M. Eberlin, C.P.A. Michael T Rautmann, P.E. *Senior Consultant Ted K. Field, P.E. Thomas R. Anderson, A.I.A. Donald C. BurgardL P.E. Thomas E. Angus, P.E. Gary F. Rylandec P.E. Ismael Martinez, P.E. Michael P. Rau. P.E. Agnes M. Ring, A.I,C.P. Thomas W. Peterson, P.E. Michael C. Lynch, P.E. James R. Maland, P.E. Jerry D. Pertzsch, PE. Kenneth P. Anderson, P.E. Mark R. Rolfs, P.E. Mark A. Seip, P.E. Gary W Morien, P.E. Daniel J. Edgerton, P.E. Philip J. Caswell, P.E. Mark D. Wallis, RE Miles B. Jensen, P.E. L. Phillip Gravel 111, P.E. Karen L. Wiemeri, P.E. F. Todd Foster, P.E. Keith R. Yapp, P.E. Shawn D. Gustafson, PE. Cecilio Olivier, P.E. Charles A. Erickson Leo M. Fal lsky Harlan M. Olson James F Engelhardt Bids were opened yesterday for the City Hall Remodeling Project. The low bidder was George W. Olsen Construction. This is a top - quality firm with a good reputation and much experience. They are especially suited for this project because they do their own masonry work. We recommend awarding the contract to George W. Olsen Construction. In addition, we recommend accepting Alternate 1 and Alternate 2. Benefits to the City are: Base Bid ADA approved handicapped access to both levels of City Hall. New use $551,200.00 for vacated firing range. Additional space on lower floor. New landscaping. New entrance to Police Station. Improved signage. Alternate 1 Extra space for future expansion at economical cost . n�i.�' ;22 pPrcv�r:.t ii�i e�iti3 L Alternate 2 Additional finished space at economical cost (46 percent under estimate). $69,300.00 Partial fire protection for corridors. Positioning City to add complete fire protection in future. Handicapped accessible door hardware where required throughout building. The effects of scale economies are apparent. The Base Bid is over the estimate. However, the total cost of Base Bid, Alternate 1 and Alternate 2 is 5 percent under the final estimate. This option offers the best balance of cost and benefit. Page L 341.46.cor �� In conclusion, we recommend: 1. Awarding the construction contract to George W. Olsen Construction. 2. Awarding Alternates 1 and 2 as well as Base Bid. Total contract amount $853,600.00. Please call if you have any questions or need more information. Yours very truly, BCJNF.STI2O0, ROSENTE, Ar -& e c,SO —LkTES I" C Robert C. Russek, A.I.A. Associate Principal RCR:li Page 2. 34146.cor ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 1:30 P.M., C.D.S.T. on Wednesday, July 15, 1992, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: City Hall Remodeling - Project No. Add a two -story entry with elevator. Department. Remodel the police garage. Chambers. Provide two site signs, install screen and relandscape site. Add an entry vestibule to the Police Make revisions to rest room and Council a new 6" water service, install equipment Alternates include adding a second story to the police garage for offices, sprinkling the building and other renovation to the existing building. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636 -4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5 %) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty -five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $60.00. See "Information to Bidders" for plan /specification deposit refund policy. The City Council 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 City. Daniel Donahue, Manager City of New Hope, Minnesota 34146 JA Sonestroo Bidder Base Bid Address Telephone No. Roserx 0 Anderilk & Associates City, State, Zip Faz No. `" ` """"`° u. P , PROPOSAL CITY HALL REMODELING FILE NO. 34146 NEW HOPE, MINNESOTA 1992 Opening Time: 1:30 P.M C.D.S.T. Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: Opening Date: Wednesday, July 15, 1992 The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W.Trunk Highway 36, St. Paul, Minnesota 55113, as follows: BASE BID I /wepropose to furnish all materials and labor for the site work, demolition, general construction, mechanical and electrical construction for the front entry, police entry. Rest room revision, garage improvements, site signs, 6" water main, landscape, equipment screens and Council chambers ramp for the LUMP SUM of: 34146TRO P -1 ALJEENATE NO.I I /wepropose to furnish all materials and labor for the general construction, mechanical and electrical construction of the space above the garage and the stairs leading to the garage, except for those items contained in Alternate No. 2. ADD or DEDUCT the LUMP SUM of: $ ALTERNATE NO, 2 I /wepropose to furnish all labor and materials for the general construction, mechanical and electrical construction and all the interior partitions, floor, wall and ceiling finishes for Rooms 403, 404, 406, 407, 408, 409, and 410. Also to provide fire sprinkler system for both old and new parts of the building. Make corridor revisions and change out all hardware in the existing building. Make lower floor restroom revisions. All for the LUMP SUM of: $ ALTERNATE NO. 3 I /wepropose to furnish all labor and materials for the general construction, mechanical and electrical construction required to install two fountains in lieu of shrubs for the LUMP SUM of: $ 34146TRO P -2 Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (Signed) (A Corporation) (An Individual) Name of Bidder (A Partnership) Signer Title Printed Name of Signer 34146.PRO P -3 sonstroo Project Name City Hall Remodeling Rosen NEM Pro et t N 1 File No. 34146 � Anderllk & i' Assodates " Bid Opening 1:30 p.m., C.D.S.T., Wednesday, July 15, 1992 Owner New Hop=MIN BID TABULATION Tabulation of Five Low Bids of Five Received i hereby certify that this is an exact reproduction of bids received *RobedrtRussek, A.I.A. Reg, No. 17388 BT -i Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Bid tio. 5 George W. Olsen KM Building Co. Palani Construction Morcon Construction The Builders, Inc. Constructio Co, Inc. Inc. Inc. Inc. No. Item Unit Unit QtV Price Total Unit Prize Total Unit Price Total Unit Price Total Unit Price Total Base Bid i Furnish materials and labor to remodel City Hall including front entry, police entry, restroom revision, garage improvements, site signs, 6° water main, landscape, equipment screens and council chambers ramp for a LUMP SUM of 551,200.00 626,500.00 754,000.00 745,000.00 804,000.00 BT -i 3 Furnish materials and labor to remodel specified interior partitions, floor, wall and ceiling finishes. Provide fire sprinkler system for both parts of building. Make corridor revisions and change out all hardware in existing BT -2 Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 George W. Olsen KM Building Company Palani Construction 141orcon Construction The Builders, Inc. Construction Co., Inc. Inc. Inc. Inc. No Item Unit Unit Price Total unit Price Total Unit Price Total Unit Price Total Unit Price Total Alternate No. 1 2 Furnish materials and labor to remodel space above garage and the stairs leading to the garage (except Alternate No. 2 items) for the LUMP SUM of 233,100.00 254,700.00 225,000.00 280,000.00 460,000.00 Alternate No. 2 3 Furnish materials and labor to remodel specified interior partitions, floor, wall and ceiling finishes. Provide fire sprinkler system for both parts of building. Make corridor revisions and change out all hardware in existing BT -2 No. Item building. Make tower floor restroom revisions. All for the LUMP SUM of Bid No. 1 Bid No. 2 Bid No. 3 Bid No. 4 Bid No. 5 George W. Olsen KM Building Company Palani Construction Morcon Construction The Builders, Inc. Construction Co., Inc. In c. Inc. Inc. Unit Unit Unit Unit Unit Unit Qtty, Price Total Price Total Price Total Price Total Price Total 69,300.00 67,800.00 85,000.00 46,000.00 260,000.00 Alternate No. 3 4 Furnish materials and labor to install two fountains in lieu of shrubs for the LUMP SUM of 25,700.00 32,000.00 15,000.00 30,000.00 50,000.00 BT -3 Bid No- 1 Bid No. 2 Bid No. 3 Bid No. 4 Bid Nn. S Bid Bond, Five Percent Five Percent Five Percent Five Percent Five Percent Cert. check, Cash deposit Firm George W. Olsen KM Building Company, Inc. Palani Construction, Inc. Morcon Construction, Inc. The Builders, Inc. Construction, Inc. By Richard N. Olsen John Ryan P. Palanisami Jerry Jullie S. Craig Moleski Title President President President President President Address 1902 S. Greeley St. 1620 Central Ave. NF 5661 International Pkwy 5905 Golden Valley Road 8100 Wayzata Boulevard BOX 20 City, state, Stillwater, MN Minneapolis, MN Minneapolis, MN Golden Valley, MN Minneapolis, MN Zip Code 55082 554LI 55428 55422 55426 Telephone (612) 439 -5410 781 -2062 533 -9465 546-6066 (612) 545 -3217 Fax x0. (612) 439 -8555 781 -2351 533 -9586 546 -3129 (612) 545 -3209 BT-4 MAINTENANCE COSTS: JANITORIAL SERVICES $20,441 ESTIMATED $25.541 LABOR POOL CURRENT COSTS FOR TOTAL OPERATING SUPPLIES COSTS BLDG EXPANSION COST UTILITY COSTS: __________________ __________________ $24 __________________ __________________ ______________ $8.800 ______________ $30.937 [3AG $3 $820 $4.100 WATER/SEWER 1.243 258 1.501 ELECTRIC 12,500 __________________ 4.500 17.000 $17.023 __________________ __________________ ______________ $5 __________________ ______________ $22.601 MAINTENANCE COSTS: JANITORIAL SERVICES $20,441 $5.100 $25.541 LABOR POOL 1598 500 2,086 OPERATING SUPPLIES 2.300 1.000 3.300 __________________ __________________ $24 __________________ __________________ ______________ $8.800 ______________ $30.937 INSURANCE $5.000 __________________ __________________ $2.200 ______________ $7.200 TOTAL ESTIMATED COSTS $46.380 $14.378 $80,738 CO 00 0 0 NVId 311S 0 A 00 t 0 000 0 o co o 0 0 0 C) 0 Q 0 0 o S ao (b o n n TWIH AMO-, pj ! 4 T7YH AM LOS t4 f--4 I I I ILA 'All-I 3nN3AV NOIAX Ns OMUSOG OL OU 3341 - -3 3AWS AR 11131M a3j33jn K31&4 WIAN" 1�m 33S WA I tot Hn at ON39 fill am /' Ns OMUSOG OL OU 3341 - -3 3AWS AR 11131M a3j33jn K31&4 WIAN" 1�m 33S WA I tot Hn at ON39 fill am • • �� �� ;• s ;r 8 �� �� �.. NVld 800 - 136 ' 83MOI Al" Mom ft'sma vmv mao qwH am" xcRamoo -- wr wlw,..w cm Hr—) I All 3." W.Wmw ua�—/ • • NYId ?J L4 Tikn 83ddn , ""lassos 11 11 11 r _ 111'.. =�� I�! lii!!IIII!II . �� .... uirnn:nn un .;Iu:unnu nub REFER 11 11 11 11 11 11 inn. . - 11 11 x`11 X11 11 111��! - __ . 11 rl 11 11 11 11.11 11 11 WIN IN I �IIlli i l!Ii m x CD '11 O rf l D r to BWC -R(A7! PlM[ING_NOIES. '. r autr P[x,r wtEPw. n srrcurrP r - r . r - r nNU NNVrgaN MaeP,.Nrur� Mm Pt t[FT RMt MrOr SrnCP S r•pTASt cone W rPN «nr - -- -PtMKR HM COUARS 1 WK iN[ P[r SI1U([O (1VFPNiGM PLACE .- Uv[N (.rn. 14tK nN , tOO*S , apPCi[O CMV !«V+t wtd -- t aPPNC Nst.EUr+oN vanc[ss ,t.P.,Ot rtr. can J «.V( N_l MNK.(O, d3[ASEO [tP MSrwi[O NO utAV NRM PUOi$ N[o RUUT ENDS r.EEN l PMPP.FO. CONE. FIf�aV � L E 3 p I w rwP .oae nNP+a ro c arsrwc nw.t . caNN« Nm [Vn *PtG PFC. NI- (NEV^NNt PNN:r mrrc.r rqS[ +O trrST.rG SCM[N, a _(D_SCREEN DETAIL r nPr.�O C . eve. (1 PLANTER CURB DETAIL 1.1 - - M. [, d +PUrtP .00P nNs uc« .iP[ a rPNPNo CMQ 1. POIIRO CdC..ODiPC 9 TRASH SCREEN DETAIL soar a!r - +• - e PIE DETAIL w xwt M. Nt SRt. W 1YO« d� fMl LOC-t [cacti ro Wtd � \ 1PNttNO M ( D SIGN � -, DETAIL ,CME -r, . c BENCH D ETAIL xxt ,• -P - NON NUN. tMM 1.[Arm s.e t.RRR eloa.c [IYINn1d ,wRnrit NP+.iit.x m. l,[C.[KO OOK. ( D CUR DETAIL ' SEAU f -t' -r r - r d> W M FOts m Nt • ♦ p . .E - � ' a ■'_� IM TIrARD 'Pd00 lENPI tIEM UrN,OR— t r raPrtr oa[e. ' r.�it[.N 1 �Wrd twA,an n( .00P 1RN.1c ' a.aNn[ wtrwa NIP rAUP m.-� " VIEW _TRASH SCREEN DETAIL P[NPr 101 llp ro SuwoPr tt[ud t 7o CdS. Sl/e SIGN DETAIL xut air-, - i g B N� Q i" RCfl: ME s ,nP «NG R[ lNrOtCCNY 1tPN [M HC SrnKt PrOS. P[tNNN[ PNE KiOrt3. d R[Nf. n PLANTER WALL DETAIL tq Sf F ('u> ;F OUNT AIN DETAIL MCO WR(R - -- -PtMKR HM COUARS PLACE .- Uv[N (.rn. ODIC. ■OOt SETOE[1ENT) or oCcoM[ VE ROCK. 17 OA WOE (3) ♦ t2a MCERE+N (aPd,nt- O7 m PENT ttoct ,' -or WL -WES. rwev2r wow STN[E SOLE - SEE SPCC. scA sorro[, a , O m- MRt I L PENCE SLiBUe DETAIL PL ANTING DETAIL V Na�suu IKL _ ULUS VNN(t A11N. /' . � � O.,IEPN T OC Pn[r11S1 Cd W alM O � L E 3 p I w rwP .oae nNP+a ro c arsrwc nw.t . caNN« Nm [Vn *PtG PFC. NI- (NEV^NNt PNN:r mrrc.r rqS[ +O trrST.rG SCM[N, a _(D_SCREEN DETAIL r nPr.�O C . eve. (1 PLANTER CURB DETAIL 1.1 - - M. [, d +PUrtP .00P nNs uc« .iP[ a rPNPNo CMQ 1. POIIRO CdC..ODiPC 9 TRASH SCREEN DETAIL soar a!r - +• - e PIE DETAIL w xwt M. Nt SRt. W 1YO« d� fMl LOC-t [cacti ro Wtd � \ 1PNttNO M ( D SIGN � -, DETAIL ,CME -r, . c BENCH D ETAIL xxt ,• -P - NON NUN. tMM 1.[Arm s.e t.RRR eloa.c [IYINn1d ,wRnrit NP+.iit.x m. l,[C.[KO OOK. ( D CUR DETAIL ' SEAU f -t' -r r - r d> W M FOts m Nt • ♦ p . .E - � ' a ■'_� IM TIrARD 'Pd00 lENPI tIEM UrN,OR— t r raPrtr oa[e. ' r.�it[.N 1 �Wrd twA,an n( .00P 1RN.1c ' a.aNn[ wtrwa NIP rAUP m.-� " VIEW _TRASH SCREEN DETAIL P[NPr 101 llp ro SuwoPr tt[ud t 7o CdS. Sl/e SIGN DETAIL xut air-, - i g B N� Q i" RCfl: ME s ,nP «NG R[ lNrOtCCNY 1tPN [M HC SrnKt PrOS. P[tNNN[ PNE KiOrt3. d R[Nf. n PLANTER WALL DETAIL tq Sf F ('u> ;F OUNT AIN DETAIL L o x ' ►•�' lit '► i 11 Base Bid - ADA approved handicapped access to both levels of City Hall. $551,200.00 for vacated firing range. Additional space on lower floor. New landscaping. New entrance to Police Station. Improved signage. A lternate (� Extra space for future expansion at economical cost 2-33, 10 . :1 0 kA pe: civet und r L e.s. t7 te New use Alternate 2 Additional finished space at economical cost (46 percent under estimate). $69,300.00 Partial fire protection for corridors. Positioning City to add complete fire protection in future. Handicapped accessible door hardware where required throughout building. The effects of scale economies are apparent. The Base Bid is over the estimate. However, the total cost of Base Bid, Alternate 1 and Alternate 2 is 5 percent under the final estimate. This option offers the best balance of cost and benefit. MOW F :1 I � , JT59 m6is 1 41 Certificate of Insurance This is to certify that the insurance policies (described below by a policy number) written on forms in use by the company have been issued. This certificate is not a policy or a binder of insurance and does not in any way alter, amend or extend the coverage afforded by any policy referred to herein. ISSUED TO NAME AND MAILING ADDRESS OF INSURED AGENT OF RECORD ISSUING DATE CITY OF NEW HOPE GEORGE W. OLSEN CONSTRUCTION CEDARLEAF, CEDARLEAF & CEDARLEAF 08 04 92 4401 XYLON AVE N COMPANY 360 W LARPENTEUR AVE NEW HOPE MN 55428 1902 S GREELY ST ST PAUL MN 55164 STILLWATER MN 55082 Policy Policy * *Unless otherwise indicated, this policy Co. Effective Date Expiration Date affords full coverage under the Workers Type of Insurance No.* Policy Number (MO /DA /YR) (MO /DA /YR) Compensation laws of all states (except states where coverage can be provided only Workers 2 0313 00 114108 04 10 92 04 01 93 by State Funds, and Canada) and as desig- Compensation** nated in the policy and endorsements for Fart Two (Employers Liability). SPECIAL PROVISIONS /LOCATIONS /SPECIFIED AUTOS: LOCATION: MINNESOTA "IF ANY POLICY DESCRIBED ABOVE IS CANCELED BY THE ISSUING COMPANY DURING THE POLICY TERM FOR OTHER THAN NONPAYMENT OF PREMIUM, THE ISSUING COMPANY WILL MAIL NOTICE 30 DAYS BEFORE THE EFFECTIVE DATE OF SUCH CANCELLATION TO THE PARTY NAMED ABOVE." 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 policy (policies) described above is subject to all of the terms, exclusions and conditions of such policy (policies) during the term(s) thereof. *The entry of a number in this column means that the coverage is afforded by the company designated by the same number. PRODUCER NO. ISSUING OFFICE REGION *ISSUING COMPANY NO. 01. WAUSAU LLOYDS 0929 PO BOX 1357 MPL 02. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company MINNEAPOLIS MN 55440 -1357 03. WAUSAU UNDERWRITERS INSURANCE COMPANY (612) 830-1700 07. WAUSAU GENERAL INSURANCE CO NY Y UT�AL INSU CE C MPANY 11d►U B S S£r IJSURA �C / "� Authorized Repr ative Section 04200-3: 8.02.B. Should read: Preglazed concrete masonry units. B. Pre-Glazed Concrete Masonry Units: 1. Pre-glazed concrete block shall meet all requirements of Paragraph A above. 2. Pre-glazed concrete block shall be as manufactured by Spectra-Glaze or approved equal. Color shall be selected by Architect and approved by Owner. Section 10100: 2.02.17. Should read "Quantity: Two". Section 10400: 2.03.E. Should read "8-1/2" and 1" thick. Section 16500: 2.02 Ballasts: Change the first sentence to read: "A. Fluorescent ballasts for F34TI2 lamps:". Section Product 07500 07811 08340 34146ad2.ADD Roof Membrane Gencorp "Genfleie' EPDM Ballasted Roof System Plastic Skylights Counter Fire Shutter &W Atlas Roll-Lite Wephone, No. Section 04200-3: 8.02.B. Should read: Preglazed concrete masonry units. B. Pre-Glazed Concrete Masonry Units: 1. Pre-glazed concrete block shall meet all requirements of Paragraph A above. 2. Pre-glazed concrete block shall be as manufactured by Spectra-Glaze or approved equal. Color shall be selected by Architect and approved by Owner. Section 10100: 2.02.17. Should read "Quantity: Two". Section 10400: 2.03.E. Should read "8-1/2" and 1" thick. Section 16500: 2.02 Ballasts: Change the first sentence to read: "A. Fluorescent ballasts for F34TI2 lamps:". Section Product 07500 07811 08340 34146ad2.ADD Roof Membrane Gencorp "Genfleie' EPDM Ballasted Roof System Plastic Skylights Counter Fire Shutter &W Atlas Roll-Lite PLAN SHEETS Porcelain & Quarry Tile Panelboards, Luminaire Type B Type C Type CB Type D Type E Type EB Type F Type G Type H Type J Type K Type L Type X Universal Quarry With Rubble Tile Challenger KLP Prescolite, Miroflector Prescolite, Lithonia Gotham Litecontrol Lithonia Gotham Lithonia Gotham Kim Lithonia, LSI Kim, Greenlee Luraline Hydrel General Electric Prescolite, Teledyne Big Beam Fire Alarm System Faraday Sheet C4 Sign Detail G: 8-1/2" high aluminum letters. Lighted from front. The two masonry panels having "ADMINISTRATION" and "POLICE" signage should be 6'-8" long. Sheet S1 Foundation Plan for Existing Garage/New Office Addition. Note that Detail G/S4 is cut through the south wall of the new stairwell at the northwest corner of the existing garage. Sheet S2 Floor Plan for Main Entrance. In Note 1, note that slab control joint is Detail A/S4 and slab construction joint is Detail B/S4. Floor Plan for Police Entrance. Not that slab expansion joint F/S4 applies on the south side of the entrance, i.e. adjacent to the existing building. 34146ad2ADD A-2 Sheet S3 III! III I Note that steel roof deck is support on the north and south side of the elevator shaft by angle per detail K/S6. Delete Detail LJS6 on the east end of the 14K3 joist adjacent to the existing building. Note that the W16x36 beam on the east side of the entrance is a two span continuous beam from the southeast T.S. 4 x 4 column to the existing building. Note that Detail J/S7 applies to east, south and west sides of the entrance on the south end of the plan. Roof Framing Plan for Office Addition (Alternate No. 1). Note that there are mechanical units on roof. For size and location, see sheet M2. Weight of each unit is 1000 pounds. Change masonry lintel above windows to W8 x 10 lintel. Canopy Framing Plan. Note that Detail K/S7 applies at each comer of 6" stud wall. Sheet S4 Detail K Delete light broom finish on stair treads. Sheet S5 Detail F. Note that stair treads are shown in Detail K/S4. Detail L Note that stair treads are shown in Detail K/S4. Sheet S6 Detail C. Replace 8" bond beam with W8 x 10 steel lintel with 1/4 inch plate welded to bottom flange similar to Detail P/S6. Delete angle 6 x 3-1/2 x 5/16. Provide flashing and weep holes as shown in Detail P/S6. Detail J. Note that where steel beam is above brick pier, stop steel studs at bottom of beam. Attach L4 x 3 x 1/4, LLV, to top of bottom flange. Sheet S7 Detail F. Note detail applies to existing steel stairs in area of plan shown in Detail D/S7. Note that two stringers need to be modified. 34146ad2.ADD A-3 Sheet A4 Roof pitch @ entry canopy is 6/12. Sheet A16 Details HAM and G/A16 (3-1/2!' Lt. Gauge Metal Studs at Building Fascia). Bottom elevation is 934.75. The top elevation is 939.0. ah-eetEl The type "E" luminaires shown in the entrance canopy shall be type "EB" luminaires as they appear in the specifications. ADDENDUM #1 - Figures 1.2.3: 6x6 pressure treated posts are to be replaced with 5x5xl/4" tube steel posts @ 5' - o.c.. ADDENDUM #1 - Eig qre2 Section B - ADD 5/8" of Durock Wall Paneling continuous between Tedlar Panel and 5/8" plywood sheathing. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST TRUNK HIGHWAY 36 ST. PAUL, MINNESOTA 55113 34146ad2.ADD A-4 SECTION 3 OF THE HOUSPTIG AND URBAN DEVELMMIT ACT OF 6 Aa evidence of Compliance, the undersigned certifies that he/she Signed Date ell sit i f! iffiwffiMm . ..... Aj IL am ev ff-DAL—M ............................. lmv �. I �61 W111 "I M , (Suircat r1 (Sfngaftm) (7 ffaft and ?itle) W — II - M. YMM R 21 kv) •a 51 11 OPenimg Tme 1.30 PM� CDS T. Opwing DaW_ Wc&esday, July 15, 1992 Section 02200: Add paragraph 2.02 - Drain Tile: Heavy duty perforated flexible corrugated polyethylene drain pipe with geotextile fabric sock and required accessories. Install per manufacturer's instructions. Section 08100: Paragraph 2.02.13.2. Change the door face sheet gauge to 20 gauge. Paragraph 2.02.D.3. Delete this paragraph. Section 10200: Add paragraph 2.02.D. The elevator louver shall be operable with a hand crank on the exterior side of the louver which will close off the opening. Section 15950: Add the attached Section 15950 - EMCS System and Points List. Section 15980: Furnish two position low voltage Heating/Cooling change-over solenoid valves for Units S-1, S-2, and FC-1. Valves shall be similar to Honeywell V5045 with V2045 - 24 volt operator. Valve body size shall be same as pipe size. Section 15985: Delete entire control sequence for Fan-Coil Unit FC-1. Unit FC-1 will be r controlled by the new automation system furnished in Section 15950, included in this Addendum. 34146.ADD A-1 Bidkkr ToW Bm Bid Axkkcw TckThow No. W W — II - M. YMM R 21 kv) •a 51 11 OPenimg Tme 1.30 PM� CDS T. Opwing DaW_ Wc&esday, July 15, 1992 Section 02200: Add paragraph 2.02 - Drain Tile: Heavy duty perforated flexible corrugated polyethylene drain pipe with geotextile fabric sock and required accessories. Install per manufacturer's instructions. Section 08100: Paragraph 2.02.13.2. Change the door face sheet gauge to 20 gauge. Paragraph 2.02.D.3. Delete this paragraph. Section 10200: Add paragraph 2.02.D. The elevator louver shall be operable with a hand crank on the exterior side of the louver which will close off the opening. Section 15950: Add the attached Section 15950 - EMCS System and Points List. Section 15980: Furnish two position low voltage Heating/Cooling change-over solenoid valves for Units S-1, S-2, and FC-1. Valves shall be similar to Honeywell V5045 with V2045 - 24 volt operator. Valve body size shall be same as pipe size. Section 15985: Delete entire control sequence for Fan-Coil Unit FC-1. Unit FC-1 will be r controlled by the new automation system furnished in Section 15950, included in this Addendum. 34146.ADD A-1 Section 16500: 2.01 Luminaires: Add the following luminaire type: Letja�bol Descril Lti • M=_' A. Fluorescent dimming ballasts shall be electronic or non-electronic and provide a dimming range of 1% to 100%. Dimming shall be smooth and without flicker. Ballasts shall comply with FCC Part 18 regulations, be UL listed, Class P. Dunming controls shall be manufactured by the ballast manufacturer; Lutron, or equal. Section Product Manufacturer 0800 Moduline Windows Empire House 07800 Skywall Skylights 07811 Skylights Wasco Products 13120 Sky Tech Solariums 14200 Elevator R & 0 Elevator 15450 Submersible Pump Weil 15525 Ball Valves Muessco, Watts 15525 Strainers Muessco 15781-4 Variable Volume Trane - Varitrac 15861-2 Exhaust Fan Trane, Carries 15861-3 Exhaust Fan Trane 15936 Grilles & Registers Cames 34146ADD A-2 0 of Sheet Cl: Add a type "N" floodlight in front of the sign located on the comer of Xylon Ave. and the entrance to the parking lot. Locate luminaire approximately 10 feet due east of the sign, aimed at the center portion of the sign. The side panels of the sign will not be floodlighted. Sheet C3: Details for solid screen are attached detail fi gures 1, 2, and 3. Sheet Dl: Remove the three exhaust fans on the west wall of the Firing Range. Move the floor mounted fan 8'-0' to the south and reinstall it in the existing wall opening. Provide wall brackets. Sheet A2: 1. Temporary stairs shall be 44" wide with 7" risers and 11" treads. The handrail shall be mounted 36" above the tread nose to a 42" high knee walls covered with 1/2 plywood on the interior sides of wall. 2. See detail Figure 4 for ramp and ramp handrail. I;II gill iq��Iiq,11111111 1111�111 • 111 ! 3 • Sheet Al2: Detail F/Al2. The partition shall be 5/8" gypsum board each side of studs with 3" sound Batts. Sheet S2: 1. Floor Plan for Main Entrance. Note that tube column on masonry piers are T.S. 4x4xl/4, typical of four locations. For connection to masonry foundation, see Detail A/S7. 2. Floor Plan for Police Entrance: Note that tube column in northeast comer of entrance is T.S. UU1/4. Note that connection of base to masonry foundation is similar to Detail A/S7. Sheet Ml: 34146ADD A-3 ceiling supports, IMF connection, ana Trarmillon a1r, - -, P r Make duct connection to existing wall louver with T' deep watertight drip pan. Extend reconnect power and control wiring at new location". i "Run 4!' discharge fine down through floor slab so that the building leaving inve�j elevation is approximately 914 feet and provide about 4'-Y • cover." M • WF E103 as follows: "Disconnect and remove the existing discharge line where shown on Sheet Cl back to the existing sump pump. Install a new discharge line and connect to new NM-101 similar to that described above for new sump pump. Include check valve, isolation valves, cleanout, wall sleeves, etc. Provide about Y-G' cover." 3. Add the following: "Fire Sprinkler Legend: The open circles represent upright sprinkler heads, solid circles represent pendant heads in finished ceilings, and triangles represent sidewall heads." 4. Refer to the 1/4" Scale Mechanical Room 101 plan: Add the following: "New 314" cold water piping to Fountain Vault, including backflow preventer, shutoff, faucet, insulation, etc., and connection to existing in Room E100 shall be bid under Alternate No. 3". "Provide 3" PVC fountain drains, 6" cleanout and 6" PVC storm drain and connection to 6" PVC drain tile, all as shown on Sheet C1, under Alternate No. 3. In addition connect fountain control box drain to the underground system (not shown) under Alternate No. 3." "Install and connect a 6" round flexible outside air duct to the plenum return box under the fan coil unit FC-1. Provide damper in intake and set for 100 CFM O.A. Outside air duct shall transition to 10" x 4" in Room 101, and shall go through the floor above into Room 201 with a fire damper, and then up through the roof with a drip leg to an intake gooseneck with bird screen over the inlet." Sheet M2: 1. Delete occupied and unoccupied space thermostats in Room 104 for Unit FC-1, and substitute a new automation system space temperature sensor. 34146ADD A-4 2. Refer to the fire rated ceilings in Rooms 401, 411, 412, and parts of Room 410 (See Sheet A14 for extent • fire rated ceiling): Provide approved ceiling dampers in all ceiling penetrations in fire rated ceilings (approximately seven (7) supply air diffusers and five (5) transfer grilles). I Add the following: "Fire Sprinkler Legend: Open circles shall represent upright sprinkler heads, solid circles represent pendant heads in finished ceilings, and triangles cepresent sidewall heads. 1. Delete all type "CB" luminaires in rooms 401 and 402 (conference). Provide dimmablv fluroescent ballasts and controls in lieu of these. 2. Show condensing unit C-1 on grade relocated to the roof over new entrance near the skylight. 3. Add condensing units C-1A, C-113, and C-2A on the roof over room 411. Show 3/4" 3#10, 1#10 ground back to panel LP-Cl and 3 additional 30A/3P circuit breaker in the panelboard. Provide local disconnects if required. 4. Extend a dedicated 20 amp., 120 volt circuit to room 103 for an automation panel. BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. 2335 WEST TRUNK HIGHWAY 36 ST. PAUL, MINNESOTA 55113 34146.ADD A-5 ADDENDUM NO. 1 NEW HOPE, MINNESOTA CITY HALL REMODELING FILE NO. 34146 SHEET M3 Add the following schedules to Sheet M3: DX COOLING COIL SCHEDULE TOTAL /SENS. EXIST McQUAY UNIT MODEL NO AREA SERVED CFM ENT.AIR- LVG.AIR CLG.CAP,MBH COIL SIZE SP COIL MODEL S- 1 /LS -LS -108 Council 3000 79 59 79.0/66.3 355" x 30" 0.40" 5EF0804C- Face Split S -2 /LS -104 Police 1500 79 - 59 37.9/31.7 27.5 11 x 18" 0.37" 5EN0903C. VERIFY THAT COIL SIZE MATCHES EXIST. HTG/CLG COIL SIZE CONDENSING UNIT SCHEDULE UNIT NO SERVES McQUAY MODEL NO. ARI CAPACITY, MBH C -1A S -1 AD036H 36.0 C -1B S -1 SAME AS C -1A C -2A S -2 SAME AS C- 1A VOLT MIN. CIRC. AMPS NOTES 208/3Ph 20.2 30 Low Ambient Control "f •: ,:: a �:..�• y.. °w. on N • • As s o ciates CITY I- •► 2335 W*O 141ghmy 30 • r i• r N ------------- GEIEUIOP S-E 0— .-ta --I FJRMER El LO R PECA!ED colJENS'+G UNITS Td EQUIPMENT SCREEN PLAN AND ELEVATION Sonestroo n Posen NEW HOPE, MINNESOTA -- MDR Anderlik & CITY HALL REMODELING FIGURE ADD. 1 Associates Ehgf—.ry & Archif�fj 341461 DWG 7-6-92 COVM. 34146 $1. 1..Vt . Wi.s.k" I X 8 VERTICAL CEDAR SIDING -, 6 X 6 PRESSURE TREATED POST — 6 X 6 PRESSURE TREATED WOOD •• " -• BLOCKING .._.._!l , 3" TEDLAR ACCOUSTICAL BOARD. GLUE WITH SILICONE TO 5/8" PLYWOOD SHEATHING. 5/8" PLYWOOD SHEATHING 1 . 1 X 8 HORIZONTAL 8._ 1 , -4 „ CEDAR SIDING SECTION E SCALE: 1 " =1' -0" EQUIPMENT SCREEN DETAILS l.lnu a er,r.r- ALL WOOD TO BE STAINED. COLOR CHOSEN TO BE BY ARCHITECT. f -1 X 8 HORIZONTAL CEDAR SIDING -- 3" TEDLAR ACCOUSTICAL BOARD. GLUE WITH SILICONE TO 5/8" PLYWOOD SHEATHING.. - --5/8" PLYWOOD SHEATHING <r I SECTION G SECTION H SCALE: 1" =1' -0" SCALE: 1 " =1 ' -0" CITY HALL REMODELING 34146A20.DWG 7 -6 -92 COMM. 34146 FIGURE in 8onestroo now Rosene Anderlik 3 Associates Onglneere 6 Architects St. Paul a Milwaukee - 8" 1 ' -4 8" 8" g" 5/8" PLYWOODI SHEATHING =1:27 1 8 VE TICAI SECTION D 8 C AR SI ING SCALE: 1 " =1' -o" SECTION F ALL WOOD TO BE 3" TEDLAR ACCOUSTICAL 6 X 6 PRESSURE STAINED. COLOR CHOSEN TO BE BY ARCHITECT. BOARD. GLUE WITH SILICONE TREATED WOOD SCALE: 1 _ TO PLYWOOD SHEATHING. 3" TEDLAR to ' ACCOUSTICAL CHICKEN WIRE PANELS 5/8" PLYWOOD to 6 X 6 PRESSURE TREATED POST 1 X 8 VERTICAL CEDAR SIDING tO CHICKEN WIR "— 5/8" PLYWOOD SHEATHING 1 . 1 X 8 HORIZONTAL 8._ 1 , -4 „ CEDAR SIDING SECTION E SCALE: 1 " =1' -0" EQUIPMENT SCREEN DETAILS l.lnu a er,r.r- ALL WOOD TO BE STAINED. COLOR CHOSEN TO BE BY ARCHITECT. f -1 X 8 HORIZONTAL CEDAR SIDING -- 3" TEDLAR ACCOUSTICAL BOARD. GLUE WITH SILICONE TO 5/8" PLYWOOD SHEATHING.. - --5/8" PLYWOOD SHEATHING <r I SECTION G SECTION H SCALE: 1" =1' -0" SCALE: 1 " =1 ' -0" CITY HALL REMODELING 34146A20.DWG 7 -6 -92 COMM. 34146 FIGURE in 8onestroo now Rosene Anderlik 3 Associates Onglneere 6 Architects St. Paul a Milwaukee r ------------ -� El 1 GEVEa <rOR SEED � R<x5 I I FJRr -+Ea aELOC<'ED CN'L�ER e CONDENyNG O i UNIT$ I � 1 e m I n. a •oe .4�I m[ TJ EQUIPMENT SCREEN PLAN AND ELEVATION Bonestroo NEW HOPE, MINNESOTA Aosene MDR CITY HALL REMODELING FIGURE ADD. 1 Andertik d " Associates 34146A20.DWG 7 -6 -92 COJl, 34146 Enp;n�sn 6 Archlf► fs 31. Poufs Mt:wa tea 1 - vcoC a..ct.rc r bLA Y![[4 WALL MASONRY PRESSURE TREATED TOP PLATE S' TEDLAR ACCOUSTICAL PANEL ATTACHED TO 1/2" PLYWOOD W/ SILICON GLUE 112" PLYWOOD SHEATHING PRESSURE TREATED 2 X 4 WOOD NAILERS CHICKEN WIRE 2 X 6 PRESSURE TREATED STUDS ® 4' -0" O.C. ATTACH TO WALL WITH CONC. EXPANSION BOLTS. 2 X 8 CEDAR CAP 2 X 8 CEDAR CAP 6 X 6 TREATED WOOD PLATE 6 X 6 TREATED WOOD PLATE 1 X 2 STOP TYP. o PRESSURE TREATED o I PRESSURE TREATED 2 X 6 WOOD STUDS 1 ` 2 X 6 WOOD STUDS @ 2' -0" O.C. I �r @ 14' °0" O.C. HORIZONTAL 1 X 8 ALL WOOD TO BE ' ' vi HORIZONTAL 1 X 8 ALL WOOD TO BE I CEDAR SIDING CEDAR SIDING S PACED 1/2" APART .-F -. STAINED. COLOR CHOSEN I SPACED 1/2" APART 5/8" PLYWOOD SHEATHING i ..I - STAINED. COLOR CHOSEN PRESSURE TREATED PRESSURE TREATED . i.' i '. TO BE BY ARCHITECT. 6 X 6 HORIZONTAL -'t.' I' 6 X 6 HORIZONTAL 1' 1 1 X 2 STOP TYP. I 1 X 8 CEDAR SIDING �N VERTICAL. SPACE 1/2" 1 X 8 CEDAR SIDING VERTICAL. SPACE 0 8" r In 1 AND ALTERNATE SIDES. i I . I TEDLAR ACCOUSTICAL a SECTION B SECTION C a SCALE: 1 /Z "" =1 ' -0" SCALE: 1 /2" =1 ' -0" PANEL. GLUE W/ SILICON TO PLYWOOD 8 PRESSURE TREATED 2 X 6 BLOCKING ZD EQUIPMENT SCREEN SECTIONS I- PRESSURE TREATED I 2 X 6 BLOCKING Rosestroo osene NEW HOPE, MINNESOTA 5/8" PLYWOOD SHEATHING I Anderiik B FIGURE ADD. 2 Associates CITY HALL REMODELING PRESSURE TREATED WOOD POSTS ® 10' -0" O.C. SET IN 4' -0" DEEP X 1' -6 "0 CONC. >< PRESSURE TREATED I WOOD POSTS ® 10' -0" O.C. I SET IN 4' -0" DEEP X I 1' -6 '0 CONC. St. Paul s Milwaukee 34146A20.DWG 7 -6 -92 COMM. 34146 - -CHICKEN WIRE I /-CONC. WASH 10 /-CONC. WASH WALL MASONRY PRESSURE TREATED TOP PLATE S' TEDLAR ACCOUSTICAL PANEL ATTACHED TO 1/2" PLYWOOD W/ SILICON GLUE 112" PLYWOOD SHEATHING PRESSURE TREATED 2 X 4 WOOD NAILERS CHICKEN WIRE 2 X 6 PRESSURE TREATED STUDS ® 4' -0" O.C. ATTACH TO WALL WITH CONC. EXPANSION BOLTS. ii ALL WOOD TO BE ' ' vi ALL WOOD TO BE .-F -. STAINED. COLOR CHOSEN i ..I - STAINED. COLOR CHOSEN `o . i.' i '. TO BE BY ARCHITECT. -'t.' I' TO BE BY ARCHITECT. 1' 1 I I I I I . I SECTION A SECTION B SECTION C SCALE: 1 /Z "" =1 ' -0" SCALE: 1 /2" =1 ' -0" SCALE: 11Z=1'-0" EQUIPMENT SCREEN SECTIONS Rosestroo osene NEW HOPE, MINNESOTA Anderiik B FIGURE ADD. 2 Associates CITY HALL REMODELING Engineers 6 Architects St. Paul s Milwaukee 34146A20.DWG 7 -6 -92 COMM. 34146 INSTALL NEW TOILET PARTITIONS IN EACH ROOM. REMOVE EXISTTNG PARTITIONS. 36 "X1 1 2 0 G.B. / " 18 "X1 1/2 0+ G.B. �'i 42 "X1 1/ '0 G.B. b a 1' -0" ��. WOMEN PAPER HOLDER i MEN JANITOR GRAB BAR DETAIL COUNCIL 207 NO SCALE 205A 206A PATCH EXISTING WALLS AND INSTALL RAMP. WOOD FRAMED W/ 2X8 ® - 1' -0 7' -0" FLOOR FROM THE REMOVAL 16" O.C. AND COVERED OF PLUMBING FIXTURES AND W/ 5/8" PLYWOOD 1' -00 TYP. TOILET PARTITIONS WITH MATCHING AND CARPET. ' — MATERIALS. UP PROVIDE BRACKET MOUNTED STAIRWAY 413 HANDRAIL ALONG WALL TO 1 MATCH HANDRAIL. — " HANDRAIL DETAIL UPPER LEVEL FLOOR PLAN NO SCALE SCALE: 118"=V-0" INTERIOR REVISIONS Sonestroo NEW HOPE, MINNESOTA Rosene CITY HALL REMODELING FIGURE ADD. 4 Anderlik 3 Associates 34146A22.DWG 7 -6 -92 COMM. 34146 Engineers d Architects St. Paul a Milwaukee SECTION 00 4 • • , FILE •'. 34146 NEW HOPE, MINNESOTA DIVISION 0 - CONDITIONS OF THE CONTRACT 00001. TABLE OF CONTENTS 00002. PROFESSIONAL CERTIFICATION 00030. ADVERTISEMENT FOR BIDS 00100. INFORMATION TO BIDDERS 00300. BID PROPOSAL 00610. WAGE RATES RECEIPT OF MATERIAL RE: FEDERAL LABOR STANDARDS RESPONSIBILITIES OF THE CONTRACTOR AND SUBCONTRACTOR ON FEDERALLY REGISTERED PROJECTS LABOR STANDARDS TABLE OF CONTENTS FEDERAL LABOR STANDARDS PROVISIONS (HUD 4010) CONTRACTOR /SUBCONTRACTOR CERTIFICATION FORM SECTION 3 COMPLIANCE CERTIFICATION FORM HUD LETTER TO ISAACSON HUD LETTER TO WAARA U.S. DEPT. OF LABOR GENERAL WAGE DECISION MN 91 -7 EQUAL EMPLOYMENT OPPORTUNITY OBLIGATIONS PACKET EEO TABLE OF CONTENTS EEO EXECUTIVE ORDER AND IMPLEMENTING REGULATIONS EO CLAUSE 11246 EXHIBIT "A" FROM FEDERAL REGISTER VOL. 43 NO. 204 APPENDIX "A" APPENDIX "B" EXHIBIT "A" EXHIBIT "B" EXHIBIT "C" EXHIBIT "D" EXHIBIT "E" EXHIBIT "F'° 008.4 OF • J1'11 D. 34146 T -1 DIVISIO GENE RAL • 01010. SUMM'' OF •' 01030. ALTERNATES 01200. PROJECT 01300. SUBMITTALS 01400. QUALITY CONTROL 01410. • , 01500. • • ! CONTROLS 01600. AND EQUIPMENT 01700. ! • CLOSEOUT DIVISI •' 02070. SELECTIVE DEMOLITION 02102. •' AND GRUBBING 02105. • t AND SEDIMENT CONTROL 02200. • • •' 02221. EXCAVATING, BACKFILLING AND COMPACTING 02300. WATER MAIN 02331. BITUMINOUS 02736. STORM ' 02820. FOUNTAINS 02860. 02930. 02950. 103 &Tj 61 Lei • ' 1 iii •• •, • DIVISION 4 - MASONRY 04200. UNIT MASONRY DIVISIO 05210. JOISTS 05310. DECKING 1 , 11 . COLD FORMED METAL FRAMING 05500. . ; f', • Fill ss! ! 06100. ROUGH 06200. CARPENTRY 06240. • . ) PLASTICS 34146 'T -2 DIVISION 7- - THERMAL AND MOISTURE PROTECTION 07110. WATERPROOFING 07200. INSULATION 07270. FIRESTOPPING 07410. PREFORMED METAL WALL AND ROOF PANELS 07500. MEMBRANE ROOFING 07620. SHEET METAL FLASHING AND TRIM 07720. ROOF ACCESSORIES 07811. PLASTIC SKYLIGHTS 07920. CAULKING DIVISION 8 - DOORS AND WINDOWS 08100. METAL DOORS AND FRAMES 08200. WOOD DOORS 08340. COILING COUNTER DOORS 08400. ENTRANCES AND STORE FRON I 08600. WOOD WINDOWS 08700. FINISHED HARDWARE 08810. GLAZING DIVISION • - FINISHES 09250. GYPSUM DRYWALL 09300. CERAMIC TILE 09510, ACOUSTICAL TREATMENT 09650. RESILIENT FLOORING 09680. CARPETING 09760. FLOOR TREATMENT 09900. PAINTING 09950. VINYL WALL COVERING DIVISION 10 - SPECIALTIES 10100. MARKERBOARDS & BULLETINBOARDS 10160. METAL TOILET COMPARTMENTS 10200. LOUVERS AND VENTS 10400. SIGNS If i t , I ts 4 M • A DIVISION 12 - FURNISHINGS 12690. FLOOR MATS 34146 T-3 DIVISION 13 - SPECIAL CONSTRUCTION DIVISION 14 - CONVEYING SYSTEM 14212. HYDRAULIC ELEVATORS DIVISIO 15 010. REQUIREMENTS DEMOLITION 15260. MECHANICAL SYSTEMS INSULATION 15330. WET PIPE r r • SYSTEMS PLUMBING PIPING PLUMBING r PLUMBING • • HYDRONIC PIPING HYDRONIC SPECIALTIES 15672. RESIDENTIAL • . 15781. PACKAGED ROOFTOP AIR CONDITIONING UNITS 15835. TERMINAL 15852. ♦ COIL UNITS 15861. EXHAUSTFANS 15890. DUCTWORK DUCTWORK •• AIR O r INLETS 15980. INSTRUMENTATION 15985. SEQUENCE OF OPERATION 15990. ADJUSTING AND BALANCING 15995. DIVISION ELE 16050. BASIC ELECTRICAL MATERIALS AND METHODS • ' RACEWAYS 16120. WIRES AND CABLES • ,0 WIRE CONNECTIONS AND CONNECTING DEVI 16170. CIRCUIT ♦ r MOTOR DISCONNECTS 16420. SERVICE ENTRANCE 16450. SECONDARY GROUNDING 16470. PANELBOARDS 16500. 16720. FIRE End of Section 34146 T -4 o 1 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. I,'V,/jLV"'W I U1 - 1 Date: June 15 1992 Reg. No. 17388 I hereby certify that this plan and specification was prepared by me or under my direct su ervision and that I am a duly Registered Professional Enaineeer the laws of the State of Minnesota. D. Pkrtzsch, P.E. Reg. No. 17383 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Prnfe. innal Engineer undo the laws of the State of Minnesota. Date: June 15 1992 Reg. No. 14260 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. A. Sanford, P.E. Date: June 15 1992 Reg. No. 7566 I hereby certify that this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. 34146 Date: June 15 1992 Reg. No. 12840 Edward Greacen, P.E. Sealed bids will be received by the City of New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 1:30 P.M., C.D.S.T. on Wednesday, July 15, 1992, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for the following: City Hall Remodeling - Project No. Add a two-story entry with elevator. Add an entry vestibule to the Police Department. Remodel the police garage. Make revisions to rest room and Council Chambers. Provide two site signs, install a new 6" water service, install equipment screen and relandscape site. Alternates include adding a second story to the police garage for offices, sprinkling the building and other renovation to the existing building. Plans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of forty-five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of $60.00. See "Information to Bidders" for plan/specification deposit refund policy. The City Council 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 City. Daniel Donahue, Manager City of New Hope, Minnesota 34146 1. BID PROCEDURE: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall be submitted on the sepaiate Proposal Form designated "BID COPY" and not in the specification book. The Proposal containing the bid shall be submitted in a sealed envelope. 2. DEPOSIT AANNDQ REFUND: Plans and specifications may be obtained for the deposit amount stipulated in the Advertisement for Bids. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, refunds will not be given for these additional sets. Refunds of deposit will be made to all bidders, subcontractors, and suppliers who return plans and specifications, in good condition, within 15 days of the bid date provided they: a) Were a prime bidder who submitted a bona-fide bid to the Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: a) Low prime bidder, or b) Successful low subcontractors and suppliers who notify the receptionist within 15 days of the bid. Refunds of deposit will also be made, for one set of plans and specifications only, to those planholders who return plans and specifications at least 18 hours before the bid-letting hour. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specifications for which no refund will be made. 1989 General eonestroo Bidder George W. Olsen Construction Rosen Co. Inc. Base Bid $551,200.00 Address 1902 S. Greeley St. - Box 20 Telephone No. (612) 439 -5410 Anderiik & Associates E "P mi " ""`° P "" """""'°° — City, State, Zip Stillwater, MN 55082 Ci Fax. No. (612) 439 -8555 PROPOSAL CITY HALL REMODELING FILE NO. 34146 NEW HOPE, MINNESOTA 1992 Opening Time: 1:3 P. C.D.S.T. Opening Date: Wednesday, July 15, 1992 Honorable City Council City of New Hope 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspections and investigations deemed necessary, having studied the plans and specifications for the work including Addenda Nos. 1 & 2 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with your Clerk and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 W.Trunk Highway 36, St. Paul, Minnesota 551.1.3, as follows: Furnish materials and labor to remodel City Hall including front entry, police entry, restroom revision, garage improvements, site signs, 6" water main, landscape, equipment screens and council chambers ramp for a LUMP SUM of Alternate No. 1 Furnish materials and labor to remodel space above garage and the stairs leading to the garage (except Alternate No. 2 items) for the LUMP SUM of $233,100.00 Alternate No. 2 Furnish materials and labor to remodel specified interior partitions, floor, wall and ceiling finishes. Provide fire sprinkler system for both parts of building. Make corridor revisions and change out all hardware in existing building. Make lower floor restroom revisions. All for the LUMP SUM of il 9,300.t) Q Alternate No. 3 Furnish materials and labor to install two fountains in lieu of shrubs for the LUMP SUM of " . Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ __Five Percent (5 %) of amount bid , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, ( A Corporation George W. Olsen Construction Co Inc (An Individual) Name of Bidder (A Partnership) (Signed) Richard N. Olsen Signer President Title RICHARD N. OLSEN Printed Name of Signer All federally assisted construction projects of $2,000 or more, including the rehabilitation of non - residential structures and residential structures with eight or more units, must prepare project bid specifications. The bid spec's must include the attached information packet for Labor Standards and Equal Employment Opportunity and the applicable Prevailing Wage Determination (attached). This information must be included in its entirety, in the order received, in the bid spec's. SUBMIT TWO COPIES OF THE COMPLETED PLANS AND SPEC'S TO THIS OFFICE NO LATER THAN FIVE WORKING DAYS PRIOR TO SOLICITING BIDS. Below is language recommended for use in the Instructions to Bidders section of the bid specs. In addition, these responsibilities should be clearly identi- fied in a Table of Contents located at the front of the bid specification, AND the required certifications should be submitted with the contractor's bid/ proposal (see attached format). GENERAL CONDITIONS OF THE CONTRACT COMMUNITY DEVELOPMENT BLOCK GRANT REGULATIONS Fair Labor Standards (HUD 4010) The contractor and all subcontractors shall comply with all provisions of the Federal Fair Labor Standards Provisions which are included in these project specifications. Payment of Prevailing Wages The contractors and all subcontractors are responsible for the payment of wages in accordance with the Federal Wage Decision included in these project specifi- cations. Section 3 Comvliance Certification Form To the greatest extent feasible, opportunities for training and employment will be given to lower - income residents and contracts for work be awarded to business concerns located in or owned by persons residing in the project area. Equal Emplo,yMent Opportunity The contractor, subcontractor and material supplier with contracts of $10,000 or more must comply with provisions of the Equal Employment Opportunity Provi- sions included in these project specifications. Preconstruction Conference A preconstruction conference will be held prior to the start of construction. Payroll Reporting Weekly payroll reports (WH -347) must be submitted to the City or its designee within seven days of the end of the payroll period. DATE: TO: CDBG Program Administration, Hennepin County OPD FROM: Bidding Contractor SUBJECT: RECEIPT OF MATERIALS M , representing, (Officer /Owner of Company) (Name of Company) , hereby certify that I have received the Federal Labor Standards package and Wage Determination No. MN91 -7 w/3 mods, dated 08 -09 -91 , and the Equal Employment Opportunity Compliance package as applicable to construction work for New Hope citv hall addition w/ e levator (removal arch barriers) XVIII, #094 (Project Name, Year, Number) Signature Date Following is information concerning required forms and who must submit them. These forms will be found within the federal requirements materials. The appropriate forms must be submitted by contractors and subcontractors prior to entering into a work contract under Federal Labor Standards, Equal Employment Opportunity, and Federal Wage Determination provisions. Form titles are in bold print. Contractor and Subcontractor Certifications All participating contractors and subcontractors must complete this form. Note: All contractors and subcontractor please write your federal tax identification number along the top of this form. Section 3 of the Housing and Urban Development Act of 1968 All participating contractors and subcontractor must complete this form. Equal Employment Opportunity Compliance Certificate (Exhibit "B ") All contractors and subcontractors, where the individual contracted amount is equal to or greater than $10,000, must complete this form. Construction Contractor Identification Data (Exhibit "C ") All contractors and subcontractors, where the individual contracted amount is equal to or greater than $10,000, must complete this form. Subcontractor /Self Employed Owner Eligibility Subcontractors who operate without any construction or trade employees must complete this form. If all those who perform work at the job site are owners in the subcontracting entity, and are not employed wage earners, completion of this form may exempt the subcontractor from weekly payroll reporting require- ments. Contractors are asked to duplicate the forms as necessary so that each of the participating contractors and /or subcontractors can submit all required documents. If you have any questions please call Rod Waara, Hennepin County Labor Standards Representative, on 348 -5420. LSFRMCVR.WP s ugmw DATE: Revised April 10, 1986 TO: Contractor FROM: Urban Hennepin County SUBJECT: Responsibilities of Prime Contractor and Subcontractor on Federally Assisted Projects As a contractor or subcontractor on federally assisted projects you have specific responsiblities in the area of Labor Standards and Equal Employment Opportunity. These responsibilities are outlined below. Additional information on the responsibilities outlined below can be found in the attached information packets. Forms to be filled out and submitted with your bid are contained in these packets. LABOR STANDARDS 1. Compliance with HUD 4010 Federal Labor Standards Provisions on all Community Development funded projects of $2,000 or more. 2. Compliance with Prevailing Wage Requirements. 3. Submittal of completed Contractor Certificati 4. Submittal of signed Section 3 Compliance Certificate along with bid. by prime contractors and subcontractors along with bid. 3. Submittal of with — bid. :onstruction Col ificati 4. Employment goals and timetables for women and minorities. 5. Completion of Monthly Employment Utilization Report. (optional) 6. On contracts for $50,000 or more and you have more than 50 non-construction employees you must have a written (AAP) Affirmative Action Plan. To be submitted with bid. 7. Contracts for supplies and services over $10,000 must include the E.E.O. Clause of Executive Order 11246. If you have any questions on this material and your contract/subcontract responsi- bilities contact the Urban Hennepin County administrative office at 348-6418 or write to same at: 822 South Third Street, Suite 310 Minneapolis, MN 55415 RT;l :��1I7JT+I24 Contents: 1. HUD - 4010 Federal Labor Standards Provisions* 2. Contractor /Subcontractor Certification Forms 3. Section 3 Compliance Certification Form 4. Prevailing Wage Rates (Attached) 5. Payroll Reporting Form (Handout at Pre - Construction Conference) 6. Employee Interview Form (Handout at Pre - Construction Conference) * Effective January is 1986; Repeal of Daily Overtime Compensation Requirements. HUD -4010 (2.76' Zia 1, APPLICABILMY The P Pr ogram t he work covered by this Contract pertains is being assisted by the United States of Ame f ollowing Federal Labor Standards Pro e ihcluded in this Contract pursuant to the provisions applicable to such Federal assist- t iR' • ' ` '" �; ' .7+.., .' � " :..�'� ' .'1G � :. s`,A� fix..` afford- e d In case of underpayment of wages by the Contractor or by any subcontractor to laborers or mechanics employed by the Contractor or subcontractor upon the work covered by this Contract, the Local Public it u n de r this C on t rac t s hall any payments due the Contractor, so much thereof as the Local Public Page 1 of 13 Pages ANTICIPATM COSTS OF MME MUFM Paw ' of 1:1 Put's Huo-4010 (2-76) in excess of 8 hours or in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in parWaph (a). (d) Subcontracts. The Contractor shall insert in any subcontracts the clauses set forth in paragraphs (a), (b), and (c) of this Section and also a clause requiring the subcontractore to include these °:_:_®• in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. Page :1 ot 13 Paw-s � page 4 of 13 Pages HUD-4010 (2.76) So person under the age of sixteen years and no person who, at thz timI is serving sentence in a penal or correctional institution shall be employed on the work covered by this Contract. 9- EMOYMENT OF I"RM OR MCHIMICS NOT LISTED IN AYORMAM WAGL3 DMEWWATION DECISION Page 5 of 13 Pages HUO-4010 (2-76) 11. pOSTING WAGE DET EM4nWIOK DECisioNs AND AUMORIZED WAGE DEDUCTIONS Page 6 of 13 P0 ges HUD-4010 (2-76) Page 7 of M Pntgc HUD-4010 (2-76) .�:. ,, � , HUD-4010.1 (2-76) Mt SO-CALLED 6 "ANTI-KICXBACK ACr' AND REGULATIONS PROMULGATED PURSUANT THERETO BY THE SECRETARY OF LABOR, UNITED STATES DEPARTMENT OF LABOR TITLE 18. U.&C.. %ection 874 (Replaces section I of the Act of June 13, 1934 4 48 Stal. 948, 40 U.S.C.. see. 276b) pwsu=t to the Act of June 25. 1948, 62 Slat. 862) KICKBACKS FROM FUSLJC WORKS EMPLOYEES w6wvrr, lov foorow, fall I filid"Atis on. 4 or dwrd qlf lingo d6mi" (n Dole e0liftlaq 1166-1 to. 4 or Iq an" #d IVI flu"llarr *h at -4f :-vrr indwro. anv lorrmin 4-111196yed on tlw 0 4w ro 40f any loulalio 1961ilglif4g. pult wwk, .of Wadding far w#wk finionarril in willole 'It in pwi loy lopwt$4 4of wVnil. ("Doof thr I I Ito grive fait any lowt 4 tile 4 1wri j wilia-la lar iis rntitW unvl" hi% d-tingral opt o 48811 1w filis"I 'mot Ingwr Ilion $ JXX) Ow 111111rim)"O'll total fmwr tluw five vealit, far lugh. Subtitle A — Offkc of ft Swwary of Laboir PART 3—CONTRACTORS AND SURCOWMACTORS ON VUBUC BUILDING OR PUBLIC WORK FINANCED EN wm0LE on IN PART BY WANS OR GRANTS FROM THE UNI'MD STATES 9�� . e .. .. .». ».»< � :eb©« �� :m ym� m,v ry C :� «< « a, , a: e< enfureewnt of < r r : � � w. ««s »� d� ;� °s: .y.weekly wtm� on m a v a� � � � « ©» « :a» :w ,x <: ,.. . w? »\m » e ° >� © »* : .. a . «a<m«««a. 3w 6«r « »2 :w e«erda : e ��,m w � :� «e: e� .r :m w:2 «« » :<«:, ..f. . .I : «,, . « %.y w ::« z:w yi em dutiffm %,s d :x zax « «»a w « m Wok. rwsw =.. . a (r) 1110 M111WHI'MA Of 10 perim"I phau IMI apoy ho any n"Arwe Uf 521MM ow lo"'. 11pion a wilro Gmhng 11 Ilk lwaol of a Fo•deral agenry, Otte so-4-ro-lWy d IAMW MMY pnmwr mrawnid& on, alul rwispikons fro"M im"i mdy"i ho -m h 4 o"othino", a® ilk Srovio i►r) oil .alotbr ilea) spvqgj 29 VA. 41 W B, 11)(11, a. anormird at :13 FUL I H I INN jady 17, 1 'NO! I Zection 3.4 Submission of weekly Slaterments 11W tile pmrrvafion and insjwcfi49n of weekly payroll recor(M E vonsirao•iior Shall pro-M-rov 116 vorehle pa rqdl wroprahk (got a Im-rwd of flower yeart froone d-de ►of 101#0106 of 11" voongract. The pa® ndl rr•unk shall two nut arr► wahly aml n"upirlOy thr name am! addw%- of ra•h 6114ini 18141 lci4 f d@ 't vla-mifivalicon, ror ut pay daily anal anA4 lmmWv d h4otorft %wked, deduction- inadv, and as 111.11 ormigra Imul. hisli pis® roill ro-viirdn 4tall W Inwir avedshh. 01 all lMWS mW hylorrib" Iq thr riontra•ting offire-r nor In. jiotlisinzt-d Irlon.-westaiive. anal 11 aullvoonzo4l n-prrvw111a6vv% 44 aloe Deparloolvoll lof 1ANW. ciction 3.5 Payroll deductioca permKsible wialloul opplication ao or approval of Ilia Secret2iry of Ubor. I bdurlions mah umhT dir in dr Jumicoom dra•dwol no dir joaragap6 of thit, wrli4m ma) 62• inmir M411toul aplolbabon 16D andappmWal to( the Sevrroar® of IAIMW: (a) . .% ny d l• a l lw ij o p jnao in mob IS nmpiw"Hia "f FrdnaL Stair, or hwal ljW, w484 ir. F rderal #or Mall W hIJ U fUng bWaMr ja%C1 91041 FO-114T&I -41`4-ial W41WN1 MUM (hp Any dr of some. 1►rmitin4y p6d to dn- rniploy". ap as louna Rdr powle,ay"Wni of Wage. w►" 'Wh pwpm "M mmir Inklmoul WWUM tor 11forro•A. % "IM)IOR fi isr a pf udgry j, re h, h l mvn mun oQ Mir" cwh aor 1. r h h Woo M V 1 1114- JHTMm vivipkD� Vol in urle mainwr an in gwr Inin cumplete fref-doono td 6Ahlar «@@ @0001 u1 IN- 141val".4-11 finad-4. (r) 111® drdurinuo of amounl% ri•quiroA J voksta jo tea 1w paid uo ainAlorr. toul", doededut lion s, in fa ,W tof dit• Nm"W*W, m6lonlrMAW Ur MD) alfuwroi pvMD11, of % 1Wn colowowl 4W v HMU�MNMMW 9�� ,:.3 FEB 18 1986 Bob Isaacson, Staff Planner Urban Hennepin County A2353 Goverment Center Minneapolis, MN 55487 11 11, -AP I - � • I � I - • • ffmiijff�j n�' sUBJECr: Repeal of Daily Overtime Compensation Requirements Applicable tt Employees Performing on Federal and Federally Assisted Contracts Accordingly, BUD will not enforce CWHSSA daily overtime provisions which were executed prior to Janaury 1, 1986, for contract work performed after that date. However, any daily overtime violations will be enforced on contracts execu b January 1, 1986, which took place PRICR to January 1, 1986. If you have any questions, concerning this matter, please contact our Labor Relations Director, Richard Nark, at (612) 349-3015. �M Ilicoas T. Feeney Area Mmager '117 769 754 398 June 9. 1992 REQUESTED Rodney M. Waara, Planner Hennepin County 822 S. Third Street, Suite 3M Minneapolis, MN 55415 Dear Mr. Waara: Subject: CDBG Project - Construction of front addition wit elevator @ 4401 Xylon Avenue North, New Hope (City Halli This Wage Decision does not include an expiration date but may • modified • superseded before the contract award. Modifications and/or supersedeas decisions dated after the contract award will not be applicable. You should review the Wage Decision for additional wage ra classifications that are needed and immediately notify HUD so th these additional classifications can • established. I If you have any questions concerning labor requirements, please f eel f ree to contact our Labor Relations Branch at (612) 370-3015. very sincerely yours, Richard Nark Labor Relation?s�qDi Wage Decision No.:MN• 1-7 w/3 mods. dated 08-09-91 Labor Relations Project No.:92-CO5-00002 Enclosures: HUD 4010, Labor Standards Checklist, HUD 308 Wag Determination Request Form IS RECEIVEO JUN 1 t [1 milkii;'E''k jiim� A 11-3 " a EYFFTMR��I�vl' �-� ACounty (ies) ANOKA, BENTON, CARLTON, CARVER, COOK, DAKOTA, HENNEPIN, ITASCA, KOOCHICHING, LAKE, RAMSEY, ST. LOUIS, SCOTT, SHERBURNE, STEARNS, WASHINGTON construction Type: Building & Residential Basic Fringe Hourly Benefits Rates Def ion ons) *INSTJLATORS/ASBESTOS WORKERS (See classificat 19i .8 5.05 : Area 1 21.38 2.63 Area 2 19.15 3.50 BOILERMAKERS *BRICKLAYERS; STONEMASONS: 18.81 4.51 Area 1 17.30 3.01 Area 2 17.03 3.40 Area 3 17.63 2.80 Area 4 17.00 2.00 Area 5 CARPENTERS; MILLWRIGHTS.; piLE DRIVE UMN; & SOFT FLOOR LAYERS: Building Construction: Area 1: Commercial: 17.36 4.62 rm Carpenters & Pile drive en Insulators (other than.deScription 17.36 4.40 of Residential) Residential: 15.41 4.62 Carpenters; piledrivermen remodeling (Erection of 0- r of wood Insulators frame s t ru cture, 4 stories or less; the re- structue modeling of any existing residential 15.4r1 4.40 4 s t o ries or less) Area 2: 17.61 4.87 Millwrights Area 3: 16.03 4.27 Soft Floor Layers Area 4: Commercial inclu. 4 story Apartments: Carpenters; Millwrights; & Pile- 14.93 1.50 drivermen Residential, inclu® single dwellings, duplexes, row houses, town houses, to exceed & walk-up apartments not 3 stories in height above ground: 12.00 1.50 Carpenters Area 5: 14.93 1.50 Carpenters Area 6: Carpenters; S Floor Layers 15.00 16.04 1.85 1-.85 Millwrights Area 7: dwellings, 3 Multi- family wood frame stories or less: 13-85 3.40 Carpenters All other work: 16.30 3.40 Carpenters; S Floor Layers 16.70 3.40 Millwrights 588 (Aug. 9, 1991 VOL. 11 15.04 1.00. 14.64 1.40 14.35 .70 14.09 2.80 18.32 1.00 16.47 14.12 13.18 11.30 .85 .85 .85 .$5 17.76 15.17 15.42 17.38 17.13 16.88 17.13 14.57 16.88 17.53 16.63 17.03 16.54 15.85 16.35 1.4.15 16.70 4.82 3.25 3.25 3.40 3.40 3.65 3.65 2.05 3.65 3.40 3.65 2.52 3.01 .95 1.80 1.80 2.00 17.53 3.52 17.58 .95 16.35 2.05 16.54 3.01 15.75 27% 17.50 4.51+ 12.5% mN91-7 18.10 4.51t 12.51 Ca ble Splicers *Area 2: Commercial, inclu. residential quar- ters over 3 stories: 19.18 34.5% Electricians 19.68 34.5% cable Splicers *Residential, inclu. all new familY dwellings up to a inclu. 4-plexeSP remodeling, rewiring# all residential & repairing in apartment buildings u p to & inclu. a 400 ampere service limited to 3 floors occupied as living quarters floors, & non- 15.39 26.75% elevator apartment bldgs. *Area 3: Electrical installations over $150,000- 17.95 3.20 + 13.5% Electricians 18.95 3.20 + 13.5% Cable splicer Electrical Installations under $150,000- 15.26 3.20 + 13.5% Electricians 16.26 3.20 + 13.5% Cable Splicers 18.81 Area 4 + 11% 25% *Area 5: *Residential up to,and inclu. 6-Plexes 10.40 2.84+ 3% under I roof commercial Building: 17.60. 34.5% Electricians 18.15 34.5% Cable Splicers *ELEVATOR CONSTRUCTORS*- *Area 1: 19.15 5.67+ a+b Mechanics 70%jR 5.67+ a+b Helpers 50 J Helpers (Prob.) *Area 2: 16.85 5.67+ a+b Mechanics 70%JR 5.67+ a+b Helpers 50-%JR Helpers (Prob.) *GLAZIERS*. 18.91 4.14 *Area 1 11.47 c+d Area 2 16 .40 2.70+ a *Area 3 *IRONWOR1 19.30 5.74 *Area 1 16.67 5.60. Area 2 *LATHERS: 18.60 4.66 *Area 1 16.75 3.91 *Area 2 *MARBLE SETTERS; TERRAZZO WORKERS; TILE SETTERS: 590 (Aug. 9 , 1991) *Area 1: Marble Setters' 17.65 3.69 *Tile Setters 18.35 4.02 *Area 2: Marble Setters & Tile Setters 17.01 2.60 *Area 3: Terrazzo Workers 20.86 2.10 *MARBLE SETTERS' FINISHERS; TERRAZZO WOR KERS' FINISHERS; & TILE SETTERS' FINI SHERS: Marble Setters' Finishers; Tile Setters' Finishers 15.75 3.62 Terrazzo Workers' Finishers; & Floor . Machines 18.46 1 .85 Base Machine 18.79 1.85 *PAINTERS: *Area 1, Brush; Roller & Wall Paper Hanger 18.61 3.71' Sandblaster; Spray; Steel; Swing Stage & Epoxy 19.36 3.71 Residential of 8 units or less 14.75 3.71 Drywall Taper: Residential 3 stories or less in . 1 Height 14.73 3 .87 All other work 18.41 3.87 Sander: Residential 3 stories or less in height 14.73 3.87 All other work 13.97 3.87 Area 2: Brush; Roller 13.33 2.11 Sandblasters; spray; Steel, Stage, Ben, Tank; Steeplejacks 14.33 2.11 Belt, Storage 10.48 1.91 Sanders 13.97 1.91 Tapers *Area 3: Commercial and industrial Repaint & Residential: Brush; Roller 16.11 2.93 Paperhanger; Spray; Steel; & Taping 16.71 •2.93 New Commercial & New Industrial: Brush; Roller 17.11 2.93 Paperhanger; Spray; steel; & Taping 17.71 2.93 *Area 4: Brush; Drywall Finishers; & Paper- hangers 18.06 4.28 Drywall Sander 13.54 4.28 Sandblaster; Spray; Swing Stage, Boatswain Chair, Window Tack, Safe- ty Belt, & Erected Structural Steel 18.81 4.28 *PIPEFITTERS; PLUMBERS; & STEAMFITTERS: Area 1: pipefitters & Ste fitters: 591 (Aug. 9, 199 VOL. 11 MN91-7 20.77 5.76 Commercial 10.88 2.39 Residential 16.55 9.36+ f plumbers Area 2: plumbers & Ste fitters: 16.33 3.86 Commercial 18.33 3.86 industrial Residential, Inclu. Single & mul- tiple family dwellings UP to & inclu. loo unit apartment houses 13.36 3.86 3 stories above ground Area 3: pl & Steamfitters: 17.06 4.55 Commercial Residential, single family dwellings & 2 -story apartment buildings of 20 14.75 4.55 units or less tR es Definitions): 4 (See Classifica 16.75 P 4.70 Area idential Light Commercial and 16.80 5.47 industrial Area 5: pipefitters & Steamfitters 17.64 20-13 7.60 4.92 plumbers *Area 6: Heavy commercial & Industrial over 19.73 5.21+ 9 $25,000-000 Light Commercial not Residential & 14.12 3.10+ 9 to exceed $25,00 *pLASTERERS: 17.40 4.22 Area 1 15.90 4.22 Area 2 16.54 3.01 *Area 3 15.50 1. Area 4 12-95 .40 Area 5 RS *ROOFS : 18.18 3.57+ h Area 1 17.13 2.02 *Area 2 *Area 3: 17.13 2.17 *Roofers 17.63 2.17 *pitch 14.23 1.57 Area 4 *SHEET METAL WORIKERS. Area 1: 19.42 4.63+ i ' commercial 11.81 2.57 Residential *Area 2: Commercial Building 17.08 8.44 4.40 4.40 R 17.33 2.29+ 3% Area 3: Commercial Building 11.09 2.29+ 3% Residential Area 4: 592 (Aug. 9 , 1991) i4 W Co=ercial 15.98 3.11+ 3% Residential 68$JR 3.11+ 3-% SOUND & COMMUNICATIONS INSTALLERS: Area 1 15.30 17 °5/8% Area 2 15.80 .86+ j +k +l *SPRINKLEER FITTERS: *Area 1 18.78 7.46+ is *Area 2 19.01 4.75 LANDSCAPERS & SOD LAYERS for all work, except Residential of 4 units or less 8.10 1.85 *LABORERS (Building): *Area 1. Class 1 15.65 4.25 Class 2. 15.80 4.25 Class 3 16.05 4.25 Class 4 16.35 4.25 Class 5 13.10 3.90 Area 2e Plasterer Tenders 17.81 2.07 Area 3s Class 1 11.75 1.35 Class 2 11.80 1.35 Class 3 11.85 1.35 Class 4 11.90. 1.35 Class 5 12.00 1.35 Class 6 12.05 1.35 Class 7 12.10 1.35 Class 8 10.10 1.35 Area 4: Class 1 12.15 2.90 Class 2 12.30 2.90 Class 3 12.55 2.90 Class 4 12.85 .2.90 Class 5 10.25 2.90 Area 5® Class 1 10.40 .65 Class '2 10.50 .65 Class 3 11.60 .65 Class-4 11.65 .65 Class 5 11.75 .65 Class 6 11.80 .65 Class 7 8.50 .65 *LABORERS (Sate Preparation, Excavation & incidental Paving): *Area 1: 14.40 4.25 Class 1 14.55 4.25 Class 2 14.60 Class 3 14.75 .4.25 4.25 Class 4 14.85 4.25 Class 5 15.10 4.25 Class 6 11.15 3.55 Class 7 593 (Aug. 9, 1991) VOL. 11 91 -7 11.60 3.85 11.75 3.85 11.80 3.85 11.95 3.85 12.05 3.85 12.30 3.85 8.90 3.45 14.05 3.98 14.20 3.98 14.25 3.98 14.40 3.98 14.50 3.98 14.75 3.98 10.50 3.73 14.48 3.55 14.63 3.55 14.68 3.55 14.83 3.55 14.93 3.55 15.18 3.55 11.33 2.90 10.85 2.20 11.00 2.20 11.05 2.20 11.20 2.20 11.30 2.20 11.55 2.20 8.90 2.10 21.29 3.95 20.95 3.95 20.15 3.95 19.54 3.95 19.20 3.95 19.03 • 3.95 17.52 3.95 16.40 3.95 15.84 3.95 18.92 3.95 18.37 3.95 18.19 3.95 18.07 13.82 3.95 *Area 2: 17.31 3.95 Group 1 16.86 3.95 Group 2 16.69 3.95 Group 3 16.56 3.95 Group 4 13.99 3.95 Group 5 13.12 3.95 Group 6 *Area 3: 15.30 3.95' Group 1 14.37 3.95 Group 2 14.17 3.95 Group 3 14.06 3.95 Group 4 12.35 3.95 Group 5 11.75 3.95 Group 6 TRUCK DRIVERS (Building) Area 1: Boom Truck operator 16.25 15.90 2.65 2.65, Ready-Mix; Tractor Trailer Mechanic; Fork Lift operator; Tandem 15.80 2.65 or 3 Axles Farm Tractor;, Single or 2 Axles; DUMPS 14.95 2.65 11.75 Area 2 10.40 Area 3 *TRUCY, DRIVERS (Landscape ® Sad, Trees, Shrubs Black Dirt on Building) jo.10 2.65 Single Axles; Farm Tractors 10.25 2.65 Tandem Axles Truck-Train Combinations 10.40 2.65 *TRUCK DRIVERS (Site Preparation, Exca- vation & Incidental Paving): *Area 16050 2078 Group 1 15.95 2.78 Group 2 15.85 2.78 Group 3 15.60 2.78 Group 4 *Area 2: 13.02 2.78 Group 1 12.51 2.78 Group 2 12.36 2.78 Group 3 12.36 * 2.78 Group 4 *Area 3: 15.55 2.78 Group 1 15.00 2.78 Group 2 14.90 2.78 Group 3 14.65 2.78 Group 4 VOL. 11 (Sit preparation, Excavation, & Incidental Paving) 595 (Aug. 9, 1991) ELECTRICIMS 597 (Aug. 9, 1991) mt�� Anoka, Carver, Dakota Hennepin a Ramsey Counties AREA 2: Lake & St. Louis counties AREA 1: Anoka, Benton Carver,.Dakota, Hennepin, Ramsey, Scott, Sherburne, Stearns, & Washington counties St. - Louis AREA 2: Carlton, cook, Itasca, Koochiching, ke Counties AREA 1: Anoka, Carver, Hennepin, . Scott, & Sherburne (E 2/3) Counties. AREA 2: Benton, Sherburne ( 1/3), & Stearns Counties 6 AREA 3: Carlton, Cook, Itasca, Koochiching, Lake & St. Louis Counties AREA 4: Dakota, Ramsey & Washington Counties PIPEFITTERS; PLUMBERS$ & STEAM PITT MLS AREA 1: Anoka, Carver, Dakota, Hennepin, Ramsey, Scott, Washington Counties AREA 2: Benton, Sherburne, & Stearns Countied AREA 3: Carlton, Cook, Lake, a St. Louis (S 1/3) Counties AREA 4: Itasca, Kocchiching & St.. Louis (N 2/3) Counties 7r;p . • VOL. 11 #6), Koochiching (Exclu. E. • a N-S line from the Canadian borderto Pelland, the western. right" o way of U.S. Hwnj #71 from Pelland to Big Falls & Minn. HWY ifl, & Stearns (Ex�.'lu- E. of the western right-of- wal of Minn. Hwy- t1 Counties* MM AREA 1: Anoka, Carver, Cook, Dakota, Hennepin, Lake, Ramsey, St.Louls, Scott, Sherburne, & Washington Counties 1P AREA 2: Benton, Itasca Koochichinq & Stearns Counties AREA 3: Carlton & Itasca (E. of T.H. 6). Counties INSULATORS/ASBESTOS WORKERS' Includes Application Of All Insulating Materials, Protective .Coverings, Coatings & Finishings To All Types of Mechanical - systems PIPEFITTERS; PtUMBERS; STEAMFITTERS Light commercial &.Residential: Residences, Apartment Buildings, Shops, Malls Downtown Properties, Hotels, Motels Under 1.00 Units; Hospitals & Institutional Work Under $125,000. Industrial: Manufacturing Plants, Steel & Mining Industries & Power Plants; Hospitals & Institutional Work Over $125,000. 1 11 d e - • AREA 3: CLASS 1: General; Demolition & wreckingf Torchman Demolition; Hot Tar Caulker & cooker Concrete Joint Saw Op.; & Damp Proofer below rM �� P1595M dynamite, etc. CLASS 5: Flagpersol CLASS 3: Chain Saw; Concrete Drii1ing; Concrete Mixer operator; Concrete Sawer; Concrete Vibrator; Ditch & other work more than 8 below starting level of manual work; Formsetter; Joint Sawer, Mortar; Pneumatic Tools, Jackhammer, Paving Buster, Chipping Hammer, 603 (Aug. 9, 1991) VOL. 11 i� I ,C491-7 Qw==&- . %- --- - welding Machine operator (temporary heat); oiler or Greaser; GROUP 9: Mechanical Space Heater Elevator operator POWER EQUIPMENT OpEpATORS CLASSIFIC 604 (Aug- 9, 1991) rU4= (site Preparation, Excavation, & Incidental Paving) ALL A2_EAS : GRCUP. 1: Helicopter Pilot; Crane w:,_ over 135 Boom, excluding jib; Dracline and/or other similar equipment with Shovel; type controls 3 cu. yds. & over Mfg. rated cap.; Pile Driving when 3 Drums are in use GROUP 3: Dual Tractor; Elevating Grader; Pumperete; Scraper - Stru-M Cap. 32 cu. yds. & over; Self-propelled Traveling soil Stabilizer 11 GROUP 5: Air Compressor, 600 CFM or over; Bituminous Roller (under 8 tons); Bituminous Rubber Tired Roller; Bituminous spreader & Bituminuous Finishing Machine (Tender) (Power); Concrete Distributor & Spreader Finishing Machine; Longitudinal Float, Joint Machine, & Spray; Concrete Mixer on jobsite 14S & under; Concrete Saw (multiple blade) (power operated) ; Form Trench Digger (power) * Front End VOL. II UNDERGROUND WORK: Tunnels, Shafts, etc. ® $.25 Premium; Under Air Pressure $.50 Premium TRUCX DRIVERS CLASSIFICATIONS (Site Preparation, Excavation, & Incidental Paving) FOOTNOTES: a. E contributes 8% of regular hourly rate to vacation Pay credit for employees who have worked in the business more than 5 4!� fa- Pw who have worked in business less than 5 service; 2 weeks' paid vacation Decoration Day paid vacation; 12 or more yearl f. 1 Paid Holiday: D g. 2 Paid Holidays:. C & D h. 1 Paid Holiday: D i. 1 Paid Holiday: D j. 1 yr.'s service— 5 days' pd. vac.; 2 yrs.' service - 10 days' pd. vac.; 6 yrs. service ® 11 days' pd. vac.; 7 yrs.' service - 12 days' pd. vac.; a yrs.' service - 13 days' pd. vac.; 9 yrs.' service ® 14 days' pd. vac.; 10 yrs.' service - 15 days' pd. vac.; 11 yrs.' service - 16 days' pd. vac.; 12 yrs.' service ® 17 days' pd. vac.; k. 9 paid holidays: New Year's Day$ Memorial Day; 4th of July; Labor Day; Thanksgiving Day; Christmas Day & I Floating Holiday 1. 1/2 day of sick leave for each full month of employment not exceed 6 days in a calendar year m. 6 Paid Holidays: B,C,D,E, Friday before Labor Day, and Columbus Day WELDERS: Receive rate prescribed for craft performing operation to which welding is incidental Unlisted classifications needed for work not included within the scope • the classifications listed may be added after award only as provided - in the- labor standards--contract- clauses-.. (29 CER,_ 5-5- -(a)_.-(-I) E Q U A L E M P L O Y M E N T O P P O R T U N I T Y ( E E 0 ) OBLI GATI ONS UNDER F E D E R A L L Y - F U N D E D OR A S S I S T E D CONSTRUCT I ON CONTRACTS OR SUBCONTRACTS 1 J U N E 1 9 7 9 Revised August 16, 1982 EQUAL EMPLOYMENT OPPORTUNITY INFORMATION PACKET All prime contractors and subcontractors who sign a Federal or Federally assisted construction contract assume the obligation of assuring equal employment opportunities to all people regardless of race, creed, color, sex, or national origin. The purpose of this packet is to inform you of your responsibilities regarding equal employment opportunity and to serve as a guide in accomplishing this. Responsibilities Summarized If your contract is: A. $10,000 or more you are responsible for: 1. Compliance with the E.E.O. Clauses of Executive Order 11246 as amended (Exhibit A). 2. Submittal of E.E.O. Compliance Certificate prior to award of contract (Exhibit B). . 3. Submittal of Construction Contractor Identification Data Form (Exhibit C). 4. Employment goals and timetable for women and minorities as published in Appendix A & B (Exhibit A). 5. Submittal of Monthly Employment Utilization Report Form CC -257 submitted by the 5th of each month (Exhibit D). Submit to address shown on form. — 6. Inclusion of E.E.O. Clause in all contracts for Supplies or Services over $10,000. 7. Compliance Review and Enforcement Procedures. B. $50,000 or more and you have more than 50 non - construction employees you are responsible for: 1. Compliance with 1 -7 above. 2. Contractor must have an approved (AAP) Affirmative Action Plan. To be submitted with bid. C. Supplies and Services The E.E.O. Clause of Executive Order 11246 as amended is required in all contracts over $10,000 for Supplies or Services. TABLE OF CONTENTS This implementation instruction has been developed within the parameters of the applicable named regulations herein. Furtheri more definitive interpre- tations may be requested of the Regional Office involved as necessary. OBLIGATIONS OF CONTRACTING AGENCIES, APPLICANTS /GRANTEES, NON- CONSTRUCTION rnNTRar.TnRS _ 1. Solicitations - EEO Inclusions Page 1 2. Notification to OFCCP of Awards Page 1 3. Administering Agency Obligations Page 1 4. Applicant /Grantee Obligations Page 1 OBLIGATIONS OF CONTRACTORS /SUBCONTRACTORS 1. Prime Obligations to Subcontractors Page 1 2. Prime /Subcontractor EEO Clause Obligations; Certi- ficates Required Prior to Award of Contract; Gen- eral Obligations. Page 1 -2 3. Prime /Subcontractor Obligations; Goals, Timetables and Affirmative Action Steps. Page 2 -3 4. Prime /Subcontractor Monthly Reporting Requirements. Page 3 -4 5. Prime /Subcontractor Obligation to Undergo Review of Compliance and Enforcement Procedures. Page 5 EXHIBITS (Clauses /Notices /Specifications to be Included in Contracts /Subcontracts may be found as follows:) A. Executive Order 11246 EEO Clauses Construction Contractor Affirmative Action Requirements -Goals and Timetables Disabled Veteran and Vietnam Era Veteran Affirmative Action Clause Handicapped Workers Affirmative Action Clause B. Equal Employment Opportunity Compliance Certificate C. Construction Contractor Identification Data D. Monthly Employment Utilization Report - CC257 (Sample only) E. Sample EEO Policy Statement F. Listing of Region V Office Locations and Jurisdictional Area Section 60- 1.4(b) Section 60 -4.2 Section 60 -4.3 Appendix A & B Section 250.4 Section 741.4 EXECUTIVE ORDER 11246, AS AMENDED BY 11375 EQUAL EMPLOYMENT OPPORTUNITY (EEO) AND IMPLEMENTING REGULATIONS, CHAPTER 60-1, 60-3, 60-4, 60-20,-60-50, 60-250 AND 60-741. OBLIGATIONS OF CONTRACTING AGENCIES, APPLICANTS/GRANTEES, NON-CONSTRUCTION CONTRACTORS 1. Federal contracting agencies, applicants/grantees and non-construction contractors must include the provisions of 60-4.2 in all solicitations for offers and bids on all federally funded or assisted construction contracts or subcontracts over $10,000. Further, all subsequent construction contracts/subcontracts must include the EEO Clause of Executive Order 11246, as amended, (also required under chapter 60- 1.4(a)) and the provisions of 60-4.2 and 60-4.3, Notice and Standard Specifications. Contracts/sub- contracts awarded directly by a federal agency must also include the EEO Clause of 60-250 ($10,000 floor) and 60-741 ($2,500 floor). 2. Administering agencies must include the provisions of 60-1.4(b) as a condition of any grant, contract, loan, insurance or guarantee involving federally assisted construction over $10,000. 3. Contracting Officials (defined as federal contracting agencies, applicants/ grantees or non-construction contractors who award contracts/subcontracts over $10,000) must obtain required certifications from applicable prime and subcontractors PRIOR to award.(See Exhibit B for detailed certifications required). 4. Each contracting official must notify the Office of Federal Contract Compliance (OFCCP) Regional-Office in which the work is to be performed within 10 days of the date of an award of a contract/subcontract over $10,000 which is federally funded or assisted indicating the data shown in sections 1 and 2 of the attached Construction Contractor Identification Data form. Region V of OFCCP covers the states of Minnesota, Wisconsin, Michigan, Illinois, Indiana and Ohio. 5. Applicants/grantees who are recipients of federal funds for assistance in con- struction projects are subject to the obligations contained in 60-1.4(b). 6. Holds preconstruction conference with contractor at least 10 days prior to start of work. OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS: 1. Primes and subcontractors of any tier are subject to the same obligations and it is the responsibility of each to keep their subcontractors fully informed. The term contractor hereafter includes primes and subs and the term contract includes primes and subs. 2. EEO Clauses in contracts (whether physically present or by operation) cover the entire workforce of a contractor; craft and non-craft employees in all locations. a. EEO posters are required to be posted at construction and office sites. b. Unions must be notified of the EEO policy of the company and such notifi- cation must be posted at construction and office sites. Sample policy statement is attached. c. Applicable job opportunities must be listed with the State Employment Service. (Craft positions are not usually considered applicable). OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS (CONTINUED) d. All contractors (primes and subs) must include the EEO Clause of Executive Order 11246, as amended. Contracts/subcontracts awarded directly by a federal agency must also include the EEO Clauses of 60-250 ($10,000 floor) and 60-741 ($2,500 floor). e. Contractor Certifications must be made in writing by primes and subs to contractin officials (or primes) prior to award of a contract/ subcontract. ?Use Exhibit B). f. An EEO Coordinator must be designated to monitor the compliance with all EEO provisions. g. Personnel records must be identifiable by race, sex, job title and location of work performed in order to comply with reporting and show evidence of good faith affirmative action efforts. h. Technical assistance may be requested of your local OFCCP Area Office as it relates to your compliance with EEO provisions. 3. Construction Contractor Affirmative Action Requirements - Goals and Timetables. (Applies to construction craft positions only). (See Exhibit A): a. Under Chapter 60-4.2 and 60-4.3 of the regulations, federally funded or assisted contracts or subcontracts over $10,000 must include the applicable provisions of this chapter, effective May 8, 1978. Contracts awarded prior to May 8, 1978 remain subject to the regulation that existed at the time of award except for administrative procedures such as where reports are filed, etc. This chapter of the regulations requires that contractors make every good faith effort to achieve the goals and time tables for women and minorities as published in Appendix A and B. These provisions are applicable by performance of such a federal contract even if they were not physically included in the contract. Work performed by construction craft workers (includes working foreperson, apprentices, journey persons, trainees) in non-covered areas is subject to the affirma- tive action requirements for minorities in the EEO Clause of the contract. Availability statistics for minorities for these areas can be provided to you upon request so you have have a guide as to what proper minority representation should be in non-covered areas in your crafts. b. Notification of award of all subcontracts over $10,000 must be submitted to Regional Office of Federal Contract Compliance Programs (OFCCP) within 10 days after the date of award of any such subcontract by a prime or a sub. The notification must include the data shown in Sections 1 and 2 of the attached Construction Contractor Identification form. (Exhibit C). c. Minority goals are applicable to the aggregate workforce of contractors and subcontractors in the covered area - NOT just the federal projects. Female goals are applicable to the contractor/subcontractor aggregate workforce regardless of area, again, NOT just federal projects. Goals are a percentage of the total craft hours worked in a covered area. M OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS (CONTINUED) d. Goals are to be achieved uniformly throughout the length of the contract - NOT to be achieved by the end of the contract. Goals are to be achieved in each trade and should be achieved evenly on all projects, both federal and non-federal. Transfers of minorities or women from job to job for the sole purpose of meeting goals is a violation of the regulations. e. Hours worked by non-craft supervisory personnel (such as non-working foreperson) are not attributable to craft hours. Working foreperson hours will be counted as craft hours. Trainee/apprentice hours must be in an approved program, trainee must be employed by contractor during training, and contractor must have firm job offer for the trainee after completion of training (based upon available opportunities) in order to attribute training hours to crafts. f. All contractors and subcontractors that are signatory to an approved Hometown Plan and using *signatory craft local unions and who neither have been removed from *voluntary status are subject to: (1) Individual Compliance with the Plan provisions and the EEO Clauses in their federal contracts. (2) Providing documentation to demonstrate their compliance with the provisions of the Plan. (3) Removal from the voluntary status and sanction action for failing to have taken good faith to achieve their individual fair share of the Plan's goals or for violation of the EEO Clause. (4) All reporting requirements contained herein. (*Signatory (voluntary compliance) craft unions are Part I trades; all non- signatory or removed craft unions (trades) are Part II and are subject to 60-4 specifications.) g. In the event goals are not achieved the contractor is responsible for carrying out every good faith effort and must be able to demonstrate evidence of having made such efforts. These efforts consist of compliance with Chapter 60-4 requirements and at least the conduct of those specific affirmative action steps contained at 60-4.2(a). NOTE: that involvement with voluntary organizations (Hometown Plans, etc.) or union provisions may NOT be used as an excuse for not achieving goals, nor may it be used as an excuse for not taking the affirma- tive steps. 4. Monthly Employment Utilization Report (MEUR). (CC-257 and Lists of Projects): a. This report is due to the OTCCP Area Office in which contractor's permanent address (pay office_ location exists, regardless of where the work is being performed. Attached is a listing of all Region V Area Offices and their jurisdiction by county. In cases where a contractor's permanent address is located outside of Region V, the CC-257 will be submitted to the Area -3- OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS (CONTINUED) Office in Region V in which the project is located. In cases where an approved Hometown Plan exists, signatory contractors employing recognized Part I trades must also supply copies of applicable CC-257's to the Hometown Plan Administrative Committee. b. CC-257's are due in from all applicable contractors/subcontractors by the 5th of month following the award of the contract/subcontract. It should be noted that non-reporting or untimely reporting could be cause for enforcement proceedings against the specific contractors/ subcontractor in violation. Prime contractors will not be penalized for a subcontractor's noncompliance provided it has carried out its own duties of keeping the subcontractors informed of their obligations. In order to accomplish timely reporting, hours should be cut off as of the end of the 3rd pay period of the month and reflect the previous 4 or 5 week period. All CC-257's are to be signed by an officer of the company being reported. c. In preparing CC-257's, it is suggested that a calculator that runs a tape of figures be used to retain a record of the statistical accumula- tion and how it was done. This type of documentation is necessary when your CC-257's are validated during a review process. d. A CC-257 must be filled out for each covered area in which you have a federal project and must report aggregate hours worked by all crafts (working supervision, journey persons, apprentices) in the area whether on federal or non-federal jobs. Listing of all currently covered areas for minorities may be found in Chapter 60, Part 60-4, Appendix B, of the Code of Federal Regulations, Title 41. e. In addition, a CC-257 indicating total hours worked by all crafts in all areas collectively must be submitted by the 5th of each month to cover female goal requirements. This report should cover all crafts paid out of the permanent address location except in permanent address is outside Region V, then it should report all crafts working in Region V. f. CC-257 reports continue to be filed during the length of the federal contract(s) even if all work on federal projects is suspended for any reason (whether, etc.). Negative reports are required. Final CC-257's should be clearly marked as such. Goals are applicable to the aggregate workforces during the entire length of the federal contract/subcontract period. g. A listing of all federal projects in Region V indicating the data shown on the attached Contractor identification Data form, Section 2, must be submitted with the initial CC-257 filing. The listing should also show non-federal projects in Region V indicating name and location. h. Subsequent listings of projects are to indicate only new and/or completed federal and non-federal projects and are to be filed monthly with subsequent CC-257 filings. 0 OBLIGATIONS OF FEDERAL CONSTRUCTION CONTRACTORS AND SUBCONTRACTORS (CONTINUED) 5. Compliance Review and Enforcement Procedures: a. Time and records must be made available to OFCCP Area Offices as necessary for informal compliance and on-site compliance review activity. This process is a means by which this agency will determine whether or not you have complied with the applicable EEO regulations covering your entire workforce on the basis of your being a federal contractor or subcontractor. This process will include validation of the CC-257 submissions and visits to actual job sites for interview of workers as applicable. Following are data or other applicable actions that you are obligated to provide or perform: (Refusal to provide time or records would result in a noncompliance status). (1) An officer of the company with authority to make binding legal commitments be present during the review process. Other personnel involved with the employment processes of your company must be available as well. (2) All original payroll records relating to construction craft employee hours worked indicating race, sex, job title and status, and where the work was performed. (3) Listings of all current employees, applicants for employment, new hires, promotions, transfers, terminations, indicating dates of hire or application, date of personnel action taken, indicating race, sex, job titles and reasons for terminations or non-selections of applicants. (4) Written evidence of all good faith efforts made to comply with the affirmative action requirements of the regulations relating to your entire workforce. b. In the event the review of your compliance results in finding of non- compliance, it will be necessary that you make firm written commitments to correct all identified deficiencies, possibly in a formal Conciliation Agreement. Corrective actions will include making up minority or female work hours that may have been lost as a result of lack of good faith efforts. If the company is unwilling, refuses or does not respond to the agency request for written commitments, the noncompliance finding would be followed up with enforcement action as follows: (1) A show cause notice would be issued to the contractor giving 30 days to indicate why enforcement proceedings should not be instituted. (2) Non-resolution of the allegations of deficiency in the show cause notice within 30 days would result in a recommendation to issue company a 20-day notice to request a hearing prior to sanction action to terminate, cancel and debar the contractor from doing business with the federal government. (3) Breach of commitments in a Conciliation Agreement or direct violations Of the EEO Clauses (such as discrimination) may be processed directly through a hearing without the benefit of a show cause notice. M Exhibit "A" E.O. CLAUSE 11246 E.O. 11246 as Amended (b) FEDERALLY ASSISTED CONSTRUCTION CONTRACTS. Except as otherwise provided, the following language shall be included as a condition of any grant, contract, loan, insurance, or guarantee involving federally assisted construction which is not exempt from the requirements of the equal opportunity clause: '.2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Department and the Secretaxy of Labor Yage 1 of 3 Page 2 Exhibit "A" sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the Department or the Secretary of Labor pursuant to Part II, Sub -part D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the Department may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee) ; refrain from extending any further assistance to the applicant under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. (c) SUBCONTRAC Each rionexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. Authority: Part 130.15 (b) issued under Sec. 201, Executive Order 11246, 30 F.R. 12319; and 41 CFR 60- 1.4(b)(c). Page 3 of 3 Exhibit "A" 60-4.2 Solicitations (a) All Federal contracting officers and all applicants shall include the notice set forth in paragraph (d) of his section and the Standard Federal aqual Employment Opportunity Con - tructiCTn Contmet Spec.-ifle dloris set orth in § 60-4.3 of this part in all so- wttatiom for offers and bids- on all Mederal and federally assisted con - trtiction contracts or subeontracts to re performed in geographical areas lesignated by the Director pursuant 0 § 60-4.6 of the part. Administering gencies shall require the inclusion of he notice set forth in paragraph (d) f this section and the specifications et forth in §60 -4.3 of this part as a ondition of any grant, contract, sub - ontract, loan, insurance or guarantee avolving federally assisted eonstruc- ion covered by this part 60-4. (b) All nonconstruction contractors overed. by Executive Order 11246 and lie implementing regulations shall in- lude notice in paragraph (d) of his section in all construction agree - lents which are necessary in whole or i part to the performance of the cov- red nonconstruction contract. (c) Contracting officers, applicants nd nonconstruction contractors shall iven written notice to the Director 'ithin 10 :corking days of award of a ontract subject to these provisions. 'lie notification shall include the ame, address and telephone number f the contractor: employer identifica- ion number: dollar amount of the ontract. estimated starting and com. letion dates of the contract the con - ract numben and geographical area i which the contract is to be per. armed. (d) The following notice shall be in- [tided in. and shall be a part of, all so. citations for offers and bids on all 'ederal and federally assisted con- RULES AND REGULATMO dS struction contracts or subcontracts in excess of $10,000 to be performed in geographical areas designed by the Di- rector pursuant to § 60 -4.6 of this part (see 41 CPR 60-4.2(a)) NOTICS or REQUIREMENT Pon APPIRMAnvE Acriolr To ENSL EQUAL EMPLOYMENT OPPORTUNITY (ExEcurrvE ORDER 11246) 1.. The Offeroes or Bidder's attention is called to the "Equal Opportunity Clause" and the - Standard Federal Equal Employ- ment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in per- centage terms for the Contractor's aggegate workforce ia each trade on all construction work in the covered area, are as follows: Goals for Goals for female Timetables minority . participation in participation for- each trade each trade See Attached Appendix B A These: goals are applicable to all the Con- tractors construction work (whether or not it. is Federal or federally assisted) performed in the covered area The is compliance with the Ex. ecutive Order and the rears ioa s x.41: Cs'R Part 69-4 shall be based on its implementa, Lion of the Equal Opportunity Clause, spe- cifie affirmative action obligations required by the set forth in 41 CPR 60- 4,3(a>. and its efforts to meet the goals es- tablished for the geographicsi area where the contract resulting from thia solicitation is to be performed. The hours of minority and female employment and t raining must be mbstantially uniform throughout the length. of the contract. and in each trade. and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from proj- ect to project for the sole purpose of meet- ing the Contractor's goals shall be a viola- tion of the contract. the Executive Order and the regulations in 41 CPR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any con- struction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor: employer identification number. estimated dollar amount of the subcontract: estimated starting and completion dates of the sub- contract: and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the con- tract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any). ' § 60-4.3 Equal opportunity clause4. (a) The equal opportunity clause published at 41 CFR 60- 1.4(a) of this 49255 chapter is required to be included in. and is part of, all nonexempt Federal contracts and subcontracts, including construction contracts and subcon- tracts- The equal opportunity clause published at 4.1 CFR 60- 1.4(b) is re- quired to be included in, and is a part of. all nonexempt federally ` assisted construction contracts and subcon- tracts. In addition to the clauses de- scribed above, all Federal contracting officers, all applicants and all noncon - struction contractors, as applicable, shall. include ` the specifications set forth in this section in all :Federal and federally assisted construction con- tracts in excess of $10,000 to be per- formed in geographical areas: designat- ed by the Director pursuant to § 60 -4.6 of this part and in construction sub- contracts in excess of $10,000 neces- sary in whole or in part to the per - formanc of nonconstruction- Federal contracts and subcontracts -- covered under the Executive Order. STANDARD EQUAL EMPLOYMENT ;OP- PORTUNITY CONSTRUCTION CONTRACT SPECl- PICATIONS (EsicuTm ORDER: 11246) 1. As used in these specifications:. .a. "Covered area:' means the geographical area described in the soiteitation from which this contract rts - b. • Dfrector" means Director, Office of Federal Contract Compliance . Programs. United States Department of Labor, or any. person to whom the Director delegates au- thority: c. "Eanployer identification number" means the Fede Security number used on. the Employers Quarteriy Federal Tact. Return. U.S. Treasury Department Form 941. d. • Tylinority" includes. (i) Black (all persons hat.ng origins in any of the Black African racial groups not of Hispanic origin): W) Hispanic (all persons of Mexican, Puerto Rican. Cuban. Central or South American or other Spanish Cuiture or origin, regardless of race): (iii) Asian and Pacific Islander (all persons having , origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent,or the Pacific Islands): and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Sub- contractor at any tier, subcontracts a por- tion of the work involving any construction trade., it shall physically Include in each subcontract in excess of $10.000 the provi- sions of these specifications and the Notice which contains the applicable goals for mi- nority and female participation and which . is set forth in the solicitations from which this contract resulted. 3. It the Contractor is participating (pur- suant to 41 CFR 60 -4.5) in a Hometown Plan approved by the - U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those Exhibit "A," 49256, trades which have unions participating in the Plan. Contractors must be able to dem- onstrate their participation in and compli- ance with the provisions of any such Home- town Plan. Each Contractor or Subcontrac- tor participating in an approved Plan is indi- vidually required to comply with its obliga- tions under the EEO clause, and to make a good faith effort to achieve each goal.under the Plan in each trade in which it has em -' pioyees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcon- tractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards pro- vided in paragraphs 7a through p of these specifications. The goals set forth in the so- licitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minor- ity and female utilization the Contractor should reasonably be able to achieve In each, contruction trade -in which it has employees in the covered area. The Contractor is ex- pected to make substantially uniform pro - gress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a col- lective bargaining agreement, to refer either minorities or wome shall excuse the Con- tractor's obligations under these specifica- tions, Executive Order 11246, or the regula- tions promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and -- trainees to be counted in meeting the goals, such appren- tices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commit- ment to employ the apprentices and train- ees at the completion of their. training, sub - Ject to the availability of employment op-� portunities. Trainees must be trained pursu- ant to training programs approved 6y the U.S. Department of Labor. 7. The Contractor shall take specific af- firmative actions to ensure equal employ- ment opportunity. The evaluation of the' Contractor's compliance with these specifi- cations shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these ef- forts fully, and shall implement affirmative action steps at least as extensive as the fol- lowing: a. Ensure and maintain a working environ- ment free of harassment, intimidation, and coercion at all sites; and in all facilities at which the Contractor's employees are as- signed to work. The Contractor, where pos- sible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, super- intendents. and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific atten. tion to minority or female individuals work- ing at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to commu- nity organizations when. the Contractor or its unions have employment opportunities available: and maintain a record of the orga- nizations' responses. other training by any recruitment ,our( the Contractor shall send written notific don to organizations such as the above, c scribing the openings, screening procedur( and tests to be used in the selection prose: J. Encourage present minority and fema employees to recruit other minority perso and women and, where reasonable, provif after school, summer and vacation emplo merit to minority and female youth both ( the site and in other areas of a Contracto( work force. k. Validate all tests and other selection r quireents where there is an obligation do so under 41 CFR Part 60 -3. 1. Conduct, at least annually, an invento. and evaluation at least of all minority ar female personnel for promotional opport nities and encourage these employees seek or to prepare for, through appropria training, etc., such opportunities. m. Ensure that seniority practices, is classifications, work assignments and oth personnel practices. do not have a discrirr natory effect by continually monitoring , personnel and employment related activiti to ensure that the EEO policy and the Co tractor's obligations under these specific tions are being carried out. n. Ensure that all facilities and compar activities are nonsegregated except that se to or single -user toilet and necessa( changing facilities shall be provided ' assure privacy between the sexes. o. Document and maintain record of a: solicitations of offers for subcontracts fro minority and female construction contra tors and suppliers, including circulation solicitations to minority and female contra: for associations and other business ;asso( ations. P. ,Conduct a review, at least annually, all supervisors' adherence to and perforr ance` under the Contractor's EEO polici and affirmative action obligations. 8. Contractors are encouraged to partic pate in voluntary associations which assi in fulfilling one or more of their affirmato action obligations -(7a through p). The e forts of a contractor association. joint cos tractor- union, contractor - community, ( other similar group of which the contract( is a member and participant, may be asset ! ed as fulfilling any one or more of its oblig tions under 7a through p of these Specific; tions provided that the contractor active;' participates in the group, makes ever effort to assure that the group has a:pos live impact on the employment of <mino ities and women in the industry, ensur( that the concrete benefits of the progra( are reflected in the Contractor's minorir and female workforce participation; makes' good faith effort to meet its individual goa and timetables, and can provide access r documentation which demonstrates the e festiveness of actions taken on behalf of th Contractor. The obligation to comply. hov ever, is the Contractor's and failure of suc a group to fulfill an obligation shall not be defense for the Contractor's noncompiianc 9. A single goal for minorities and a sep:' rate single goal for women have been estai lished. The Contractor, however, is require to provide equal employment opportunit and to take affirmative action for all mino, ity groups, both male and female, and a women, both minority and non- minorit! Consequently, the Contractor may be in i•i( lation of the Executive Order if a particula group is employed in a substantially disp-, rate manner (for example. even though th 0-4.3,Continued T'ULES AND REGULATIONS Exhibit "A" . *EGISTIR, VOL 43, MO. 204-FRIDAY, OCTOBER 20 , 1978 8/21/78 U.S. DEPARTMENT OF LABOR Appendix "A" EMPLOYMENT STANDARDS ADMINISTRATION OFFICS OF FROCRAL CONTRACT COMPLIANCS PROGRAMS WOMEN AND MINORITIES IN CONSTRUCTION (Rep Tint from Federal Register, Volume 43, No. 88 — Friday, May 5, 1978, Pages 19473-19474) (4510-271 Dated: April 25. 1978. WaaoX J. ROUGrAV. Director, OFCCP. Goals and Timetables Goals Timetable (Percent) From Apr. 1, until Mar. 31, 1979 3.1 From Apr. 1, 1979 until Mar. 31, 1980 5.0 From Apr. 1, 1980 unti 1 6.9 APPEl111IX 9 Federal Register / Vol. 44, No. 175 / 1 I iday, September 7. 197 / Notices Appendix B Until further notice, the following goals and timetables for minority utilization shall be included in all Federal or federally- assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective covered areas. The goals are applicable to the contractor's aggregate on -site construction work- force whether or not part of that workforce is performing work on a Federal or federally- assisted construction contract or subcontract® MINNESOTA ECONOMIC AREA IA Clinton IA Guthrie 096 Minnoepolis -St. Paul, MN IA Des Moines IA Jasper IA Henry IA Jefferson SMSA fA L� IA Keokuk 0120 Mnneapoas -SL Pad, MN -WI _ ....................... 2.9 IA Louisa IA Lures MN Anoker IA Muscatine IA Madison MN Carver MO Clark IA Maha°ke MN Chisago MN Dakota MN Hennepn MR amsey MN Scott MN Washington MN Wright MN S1. Croix am SL Cloud. MN ....... ............... ........................ MN Benton MN Sherburne MN Steams SA............„......... ....................... ................ .— MN Atkin MN Big Stone MN Blue Earth MN Brown MN Cass MN Chippewa MN Crow Wkq MN Douglas MN Fanbedt MN Goodhue MN Gram MN loans MN Kanabec MN Kand"N MN Lac W P aris MN Le Suds MN McLeod MN Martin MN Meeker MN Mae Lam MN Mornsol MN Nicollot . MN Pins MN Pope MN R MN Rice WN Sibley MN Steverts MN Swift MN Todd . MN Traverse MN wadena MN w M saw N watomean MN Ye" Medicine, W1 Bums" " Pierce VA Polk 097 Rochester, MN OW Rochester. MN...__._..... .... ........................... MN Olmsted Nita-SMSA counsel ..... _ ..... ... ............ ... ................ MN Dodge MN F llmore MN Freeborn MN Mower MN Steele MN W IOWA ECONOMIC AREA 090 Dubuque, IA VIM Dubuque. IA _._ _.. ... ............................ IA Oubugw ibn,SMS tbunbers ...... ... ............................ l Jo Davis" IA Aaamakee 1A Clayton M Delaware ;&A Jackson M Wieneshek M Gram VA 0.5 2.2 1.4 0.9 0.6 0.5 100 Cedar Rapids, IA SMSA t360 Cedar Rapids. IA ................ ........... ............ ».... IA Linn Non -SMSA counties .............. ...... ................ __............. tA Benton IA Cedar IA Iowa IA Johnson IA Jones IA Washington 101 Wat erloo, IA SMSA 6920 Waterloo -Cedar Fails. IA.........._ ..............._.» IA Black Hawk Non -SMSA counties ........ ...».. ......... »................. »... to Bremer IA Buchanan IA Buser IA Cerro Gordo ° IA Chickasaw IA Fayette IA Floyd IA Franklin IA Grundy IA Hancock IA Hardin IA Howard IA Mitchell IA Wirnegdp IA Worth 102 Fat Dodge. IA Non -SMSA counties ............._. ._........._.,.._.... ...... .... IA Buena Vista iA Calhpn IA Carro6 IA Clay IA Dickinson IA Emmet IA Greens IA Hamilton IA Humboldt IA Kossuth IA Palo Alto IA Pocahontas IA Sac IA Wooster IA Wright 103 Slow City. IA SMSA 7720 Sioux City, IA-NE ............ .... ....... ..._..._.._».. IA Woodbury NE Dakota N on -SMSA counties...-. .......... ................... ». »...... »„. IA Cherokee IA Crawford IA ids IA Monone IA O'Brion IA Plymouth IA Sioux NE Antelope NE Cedar NE Cummg NE Dixon NE Knox , NE Madison NE Pierce NE Stanton NE Thurston NE Wayne SO Bon Homme SO Clay SO Union SO Yankton 1.7 1.5 4.7 2.0 0.4 1.9 4.2 IA Manon IA Marshall IA Monroe IA Poweshak IA Ringgold IA Story IA Tama IA Union IA Van Buren IA Wapello IA Wayne MISSOURI ECONOMIC AREA 105 Kansas Crty, MO SMSA 3760 Kansas City. MO- KS ....... ............................... KS Johnson KS Wyandotte MO Cass MO Clay MO Jackson MO Platte MO Pay 4150 Lawrence. KS...... .............. ...� KS Douglas 7000 St. Joseph, MO .............. .............. .._........_.._.. MO Andrew MO Buchanan Non -SMSA counties .......... .......................... »_.__ KS Anderson KS Atchison KS Brown KS Dornphan KS KS Leavonworth KS Linn KS Miami MO Atchison MO Bates MO Benton MO Caldwell MO Carroll MO Clinton MO Oav*ss MO Dekalb MO Gentry MO Grundy MO Harrison MO Henry MO Holt MO Johnson MO Lafayette MO Livingston MO Mercer MO Nodaway MO Pettis MO S®bne MO Worts 106 Columba. MO SMSA 1740 Columbia. MO ............. _ ............. .._.......:.:.._ MO Boors N on -SMSA counties .................. ........................... »... MO Adair MO Audram MO Callaway MO Camden MO Chariton MO Cole MO Cooper MO Howard MO Knox MO Linn MO Macon MO Miller MO Mon Beau 127 72 3.2 100 63 40 § 60r1S0.a Affirmative action clause. Each agency and' each contractor and subcontractor shall include the following affirmative action clause in each of its covered government con- tracts or subcontracts (and modifica- tions, renewals, or extensioM thereof if not included in the original con- tract): AFFIRMA't LYE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (a) The contractor will not discriminate against any employee or applicant for em- ployment because he or she is a disabled veteran or veteran of the Vietnam era in regard to any position for which the em- ployee or applicant for ernpIcYramt is guftli fied- The contractor agrees to take affirma- tive action to employ, advance in employ- ment and otherwise treat qualified disabled veterans and veterans of the Vietnam era without discrimination based upon their dis- ability or veterans status in ail employment practices such as the following: Employ- ment upgrading, demotion or transfer, re- cruitment; advertising, layoff or termina- tion, rates of pay or other forms of compen- sati6n, and selection for training, including apprenticeship. (b) The contractor agrees that all suitable employment openings of the contractor which, exist at the time of the execution of this contract and those which occur during the performance of -this contract, including those not generated by this contract and in- cluding those occurring at an establishment of the contractor other than the one where- in the contract is being performed but ex- cluding those. of independently operated corporate affiliates, shall be listed at an. appropriate local office of the State employ- ment service system wherein the opening occurs. The contractor further agrees to provide such reports to such local office re- garding employment openings and hires as may be required. State and local government agencies hold- ing Federal contracts of $10,000 or more shall also list all their suitable openings with the appropriate office of the State,em- pioyment service, but are not required to provide those reports set fortk irr para- graphs (d) and (e). (c) - luisting of employntent ope with the employment Ice system -Pursuant to this clause shall be made at least concur- rently with the use of any other recruit- ment source or effort. and shall involve the normal obligations which attach to the plac- ing of a bona fide job order, including the acceptance of referrals of veterans and non - veterans. The listing of employment open- ings does not require the hiring of any par- ticular job applicant or from any particular group of job applicants, and nothing herein is intended to relieve the contractor from any requirements in Executive Orders or regulations regarding nondiscrimination in employment. (d) The reports required by paragraph (b) of this clause shall include, but not be limit- ` ed to, periodic reports which shall be filed at least quarterly with the appropriate local office or; where the contractor has more than one hiring location in a State, with the central office of that State employment service. Such reports shall indicate for each hiring location (1) the number- of "individ- uals hired during the reporting period. _(2) the number of nondisabled veterans of the Vietnam era hired, (3) the number of dis- abled veterans of the Vietnam era hired, and (4) the total number of disabled veter- ans hired. The reports should include cov- ered veterans hired for on -the -job training under 38 U,S.C. 1787. The contractor shall submit a report within 30 days after the end of each reporting period wherein any Per- formance is made orr this contract Identify- ing data for each hiring location. The con- tractor shall maintain at each hiring loca- tion copies of the reports submitted until the expiration of one year after final pay- ment under the contract,. during which time these reports and related documentation shall be made available, upon request, for examination by any authorized representa- tives of the contracting officer or of the Sec- retary of Labor. Documentation would in- clude personnel records respecting job opgn- ings, recruitment and placement. (e) Whenever the contractor becomes con - kractually bound. to the listing provisions of this clause, it shall advise the employment service system in each State where it has es- tablishments of the name and location of each hiring location in the State, As long as the contractor is contractually bound- to these provisions and has so advised the State system, there is no need to advise the State system of subsequent contracts. The contractor may advise the State system when it is no longer- bound by this contract clause. (f) This clause does not apply to the list- ing of employment openings which occur and are filled outside of the 50 States, the District of Columbia, Puerto Rico, Guam. and the Virgin Islands` (g) The provisions of paragraphs (II (c), (d), and (e) of this clause do not apply to openings which the contractor proposes: to fill from within his own organization or to fill pursuant to a customary and traditional employer -union hiring arrangement. This exclusion does not apply to a particular opening once an employer decides to consid- er applicants outside of his own organiza- tion or employer -union arrangement for that opening. (h) As used in this clause: (1) "All suitable employment openings" includes, but is not limited to, openings which occur in the fol- lowing job categories: Production and non- production; plant and office: laborers and Exhibit "A" mechanics; supervisory and nonsupervisor technical; and executive, administrati% and professional openings as are compenss ed on a salary basis of less than $25.000 p year. This term includes full -time emplo went, temporary employment of more the 3 days' duration, and part -time employmer It does not include openings which the co tractor proposes to fill from within his ov organization or to fill pursuant to a custor ary and traditional employer -union hirir arrangement nor openings in an education institution which are restricted to studen of that institution. Under the most comp( ling circumstances an employment openi) may not be suitable for listing, inciudit such situations where the needs of the Go ernment cannot reasonably be otherwi supplied. where listing would be contrary national security, or where the requiremei of listing would otherwise not be for tl best interest of the Government. (2) "Appropriate office of the State er ployment service system means the loc office of the Federal -State national syste of public employment offices with assign responsibility for serving the area where tl employment opening is to be filled, inelu ing the District of Columbia. Guam. Puer Rico, and the Virgin Islands. (3) - Openings which the contractor pr poses to fill from within his own organi2 tion means employment openings f which no consideration will be given to p( sons outside the contractor's organizati (including any affiliates, subsidiaries: at the parent companies) and includes ai openings which the contractor proposes fill from regularly established "recall lis (4) - openings which the contractor pt poses to fill pursuant to a customary a) traditional employer -union hiring arrant ment" means employment openings whi the contractor proposes to fill from uni halls. which is part of the customary a, traditional hiring relationship which exi: between the contractor - and representath of his employees. (0 The contractor agrees to comply w'i the rule:;, regulations, and relevant orders the Secretary of Labor issued pursuant the Act. (j) In the event of the contractor's n( compliance with the requirements of tl clause, actions for noncompliance may taken in accordance with the rules. regu tions, and relevant orders of the Secrets of Labor issued pursuant to the Act. ik) The contractor agrees to post in c( spicuous places, available to employees a applicants for employment, notices in form to be prescribed by the Director, p vided by or through the contracting offic Such notice shall state the contractor's of gation under the law to take affirmat action to employ and advance in empb went qualified disabled veterans and vet ans of the Vietnam era for employment, a the rights of applicants and employees. (1) The contractor will notify each tat union or representative of .corkers w which it has a collective bargaining agr ment or other contract understanding, t) the contractor is bound by the terms of t Vietnam Era Veterans Readjustment Ass, ance Act, and is committed to take affirr five action to employ and . advance in e ployment qualified disabled veterans a veterans of the Vietnam era. (m) The contractor will include the prc sions of this clause in every subcontract purchase order of $10900 or more unl exempted by rules, regulations, or orders the Secretary issued pursuant to the Act, that such provisions will be binding uI each subcontractor or vendor. The contr for will take such action with respect to , subcontract or purchase order as the Dir for of the Office of Federal Contract Cc pliance Programs may direct to enfo such provisions, including action for n compliance. 60 - 4.3 Continued RULES AND REGULATIO Contractor has achieved its goals for women generally, the Contractor may be in viola- tion of the Executive Order if a. specific mi- nority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action stand- ards to discriminate against any person be- cause of race, color, religion, sex, or national origin. 11. The Contractor shall not enter jnto any Subcontract with any person or firm de- barred from Government contracts pursu- ant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Oppor- tunity Clause, including suspension, termi- nation and cancellation of existing 'subcon- tracts as may be imposed or ordered pursu- ant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Pro- grams. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Execu- tive Order 11246, as amended. 13. The Contractor. in fulfilling its obliga- tions under these specifications, shall imple- ment specific affirmative action steps, at least as extensive as those standards pre- scribed in paragraph 7 of these specifica- tions, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Execu- tive Order, the implementing regulations, or these specifications, the Director shall pro- ceed in accordance with 41 CPR 60-4.8. I+.. The Contractor shall designate a re- sponsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name„ address, tele- phone numbers, construction trade, union affiliation if any, employee identification number when- assigned, social security number, race, sex, status (e.g., mechanic, ap- prentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and loca- tions at which the work was performed. Records shall be maintained in an easily un- derstandable and retrievable form: however, to the degree that existing recorda_ satisfy this requirement, contractors shall not be required to maintainseparate records. 15. Nothing herein provided shall be con- strued as a limitation upon the application of other laws which establish different standards of compliance or upon the appli- cation of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1 and the Community Development Block Grant Program). (b) The notice set forth in 41 CFR 60 -4.2 and the specifications set forth in 41 CFR 60 -4.3 replace the - New Form for Federal Equal Employment Opportunity�Bid Conditions for Feder- al and Federally Assisted Construction published at 41 FR 32482 and com- monly known as the Model Federal EEO Bid Conditions, and the New Form shall not be used after the regu- lations in 41 C7R Fart 60become ef- fective. Exhibit "A" Exhibit "B" EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE CERTIFICATE As used in this certificate the term "subcontract" includes the term "purchase order" and all other agreements affectuating purchase of supplies or services. If this certificate is submitted as part of a bid or proposal the term "Seller" shall deemed to refer to the Bidder or Offeror, or Subcontractor or Supplier. This certi- ficate shall be renewed annually. Notwithstanding the foregoing, the certifications made herein shall remain applicable until completion of all nonexempt contracts/ subcontracts awarded while this certificate is in effect. The undersigned Seller certifies the following to hereinafter referred to as Buyer: A. REPORTS: Within thirty (30) days after Buyer's award to Seller of any contract/ subcontract and prior to each March 31 thereafter during the performance of work under said subcontract, the Seller shall file Standard Form 100, entitled "Equal Employment Opportunity Employer Information Report EEO-l" in accordance with instructions contained therein, unless Seller has either filed such report within 12 months preceding the date of award or is not otherwise required by law or regula- tion to file such a report. B. PRIOR REPORTS: Seller, if it has participated in a previous contract or sub- contract subject to the Equal Opportunity Clause (41 C.F.R. Sec. 60-1.4 (a)(1) through (7), or the clause originally contained in section 301 of Executive Order No. 10925, or the clause'contained in section 201 of the Executive Order No. 11114, has filed all required compliance reports. Seller shall obtain similar representations indicating submission of all required compliance reports, signed by proposed subcontractors, prior to awarding subcontracts not exempt from the Equal Opportunity Clause. C. CERTIFICATION OF NONSEGREGATED FACILITIES: Seller certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Seller agrees that a breach of this certifi- cationlis a violation of the Equal Opportunity Clause in this certificate. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom or otherwise. Contractor further agrees that (except where it has obtained identifical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES. A Certification of Nonsegregated facilities, as required by Section 60-1.8 of Title 41 of the Code of Federal Regulations, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions The penalty for making false statements 1001). of the Equal Oppo rtuntiy Clause. (Note: in offers is prescribed in 18 U.S.C. D. AFFIRMATIVE ACTION COMPLIANCE PROGRAM Prior to 120 days after receipt of any subcontract in the amount of $50,000 or more from Buyer, Seller, if it has 50 or more non- construction employees and is not otherwise exempt under 41 C.F.R. Part 60 -1, shall have developed for each of his establishments a written affirma- tive action compliance program as called for in 41 C.F.R. Sec. 60 -1.40. Seller will also require its lower -tier subcontractors who have 50 or more employees and receive a subcontract of $50,000 or more and who are not otherwise exempt under 41 C.F.R. Part 60 -1 to establish written affirmative action compliance programs in accordance with 41 C.F.R. Sec. 60 -1.40. E. Seller certifies that it is not currently in receipt of any outstanding letters of deficiencies, show cause, probably cause, or other such notification of noncompliance with EEO regulations. Executed this day of Firm Name By Title Seller Exhibit "C" CONSTRUCTION CONTRACTOR IDENTIFICATION DATA ® (FOR AWARD NOTIFICATIONS) Section 1 Prime Sub Sect ion 2 Funding Agency and Location URBAN HENNEPIN COUNTY COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM, 300 S. 6 th Street, Minneapo is, MN 5 34 rantee Agency Name ano Location contracting Agency ompany Prime ame City o Address, City, State, Zip Code City of ontracting gency ompany ontact Point Name Area Code and Phone Number (612) Project Name and Number Year , Project # Project City, County, State, Zip Code Hennepin innesota Contract /Subcontract Aware Contract /Subcontract Doll Contract /Subcontract Numb Estimated Contract /Subcon natp ` cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts of federally assisted construction contracts 123456789 FEMALE: 3. 1 TO: U.C3. DFPT. OF I-ABOR NAME AND LOCATION OF CONTRACTOR FEDERAL Eli XYZ COMPANY FUNDING INDIANA & JONES AVE. AGENCY INDIANAPOLIS, IND. 46402 DOD 5. 6. WORK HOURS OF EMPLOYMENT (Federal & Non-Federal) 9. UCI rCONSTRUCTION TOTAL ALL BLACK ASIAN OR AMERICAN Total All NUMBER OF NUMBER OF TRADE TR Classifications EMPLOYEES BY TRADE INot of Hispanic Origin) HISPANIC PACIFIC ISLANDERS INDIAN on ALASKAN MINORITY PERCENTAGE FEMALE ALE PERCENTAGE EMPLOYEES MINORITY EMPLOYEES NATIVE Journey worker 1200 100 310 1 (570 of (100 o f 7 1 3 CARPENTER APPRENTICE 160 160 total of total of 1 1 TRAINEE 1460) 1460) SUB-TOTAL 1360 100 310 160 39,0 6.8% 8 1 4 Journey worker 300 2 PLASTERER APPRENTICE TRAINEE Journey worker 960 160 (160 of 6 1 IRON WORKER APPRENTICE total of TRAINEE Journey worker 610 290 (290 of 4 2 APPRENTICE total of ASBESTOS WORKER YRAINEE 610) SUB-TOTAL 610 290 47.5% 0 4 2 Journey worker 3250 140 480 160 160 (1140 of (320 of 20 1 5 ELECTRICIAN APPRENTICE 300 180 160 180 total of total of 2 1 1 1 TRAINEE 3870) 3870) SUB-TOTAL 3550 320 640 180 160 160 29.5% 8.3% 22 2 6 1 TOTAL JOURNEY WORKERS 6320 240 1080 160 260 160 (2860 of (420 of 39 2 11 TOTAL APPRENTICES 460 180 160 180 160 total of total of �;_RAND TOTAL 678o 42o 1240 1801 320 260 160 30.0% 5.8% 42 3 1 1. COMPANY OFFICIAL'S SIGNATURE AND TITLE LEPHONE NUMBER (include area code) 13. DATE SIGNED PAGE Susan Strongheart, President 7-234-5678 12-29-78 11 A31 0 OF OMIR APPROVAL NO. 44-R 1396 FORM CC-257 (Rev. 9/78) b.-a. The total number of male hours and the total number of female hours worked by each specified group of minority employees in each classification. Classification ...... ............................The level of accomplishment or status of the worker in the trade (Journey Worker, Apprentice, Trainee) 7, Minority Percentage .. ............................The percentage of total minority work -hours of all work -hours (the sum of columns 6b, 6c, 6d, and 6e divided by column 6a; just one figure for each construction trade). S. Female Percentage ... ............................For each trade the number reported in 6a. F divided by the sum of the numbers reported in 6a. M and F. 9. Total Number of Employees ........................Total number of male and total number of female employees work- ing in each classification of each trade in the contractor's aggregate work force during reporting period. 10. Total Number of Minority Employees .................Total number of male minority employees and total number of female minority employees working in each classification in each trade in the contractor's aggregate work force during reporting period. it-is the policy of — to afford equal opportunity for employment to all indivi duals regardless of race, color, religion, sex, or national origin. The corporation is basically committed to this policy by our status as a Federal Government contractor. We are far more strongly bound to the policy by the fact that adherence to the principles involved is the only acceptable American way of life. Therefore, this corporation will take affirmative action to ensure that we will (1) recruit, hire and promote all job classifications without regard to race, color, religion, sex or national origin, except where sex is a bona fide occupational qualification; (2) base decisions on employment so as to further the principle of equal employment opportunity; (3) ensure that promotion decisions are in accord with principles of equal employ- ment opportunity by imposing only valid requirements for promotional opportunities; (4) ensure that all personnel actions such as sponsored training, education, tuition assistance, social and recreation programs will be administered without regard to race, color, religion, sex or national origin, except where sex is a bona fide occupational qualification. Additionally intends full compliance with Handicapped and Veteran Affirmative Action requirements. The successful achievement of a nondiscriminatory employment program requires a maximum of cooperation between management and employees. In fulfilling its part in this cooperative effort, management is obliged to lead the way by establishing and implementing affirmative procedures and practices which will ensure our objective, namely equitable employment opportunity for all. Minority and Female employees are encouraged to participate in all company activities and refer applicants. I have designated the (General Superintendent of Indiana Operations) to be assisted by the (Project Superintendent), to direct the establishment of and to monitor the implementation of personnel procedures to guide our affirmative action program. This official is charged with designing and implementing audit and reporting systems that will keep management informed on a monthly basis of the status of the equal employment opportunity area. Supervision has been made to understand that their work performance is being evaluated on the basis of their equal employment opportunity efforts and results, as well as other criteria. It shall be a responsibility of supervisors to take actions to prevent harassment of employees placed through affirmative action efforts. S A M P L E SIGNATURE: TITLE: (PRESIDENT) *NOTE: Prime and Subcontractors with contracts of $500,000. or more, must designate in their policy statement the liaison officer who will administer the.Contractor's "Minority Business Enterprises Program". DEPARTMENT OF LABOR REGION V, CHICAGO ESA /OFCCP AREA OFFICE JURISDICTION BY COUNTY MINNEAPOLIS AREA OFFICE Area Director United States Department of Labor ESA /OFCCP 220 South Second Street Minneapolis, Minnesota 55401 AC (612) 370 -3177 SECTION 00860. LIST OF DRAWINGS PART 1 - GENERAL G1. Title Sheet Cl. Utility /Site Plan C2. Landscape Plan and Exterior Lighting Plan C3. Equipment Screen Plan and Details C4. Site Details D1. Demolition Plan Al. Lower Level Floor Plan A2. Upper Level Floor Plan A3. Main Entrance - Floor Plan A4. Building Elevations A5. Building Sections A6. Wall Sections A7. Wall Sections A8. Wall Sections A9. Interior Elevations A10. Room Finish Schedule All. Door and Window Schedules Al2. Door and Window Details A13. Stairway and Shipsladder Plans and Details A14. Roof Plan and Details A15. Roofing Details S1. Foundation Plans S2. Floor Plans S3. Roof Framing Plans S4. Structural Notes and Details S5. Structural Details S6. Structural Details S7. Structural Details Mi. Lower Level Floor Plan - Mechanical M2. Upper Level Floor Plan - Mechanical M3. Schedules and Details El. Main Entrance - Elect. Plans E2. Garage & Second Floor Area - Elect. Plans E3. Panelboard Schedules End of Section 00860 -1 3414651 SECTION 01010. SUMMARY OF WORK PART 1 - GENERAL 1.01 PROJECT DESCRIPTION A. Contractor shall supply all labor, materials, transportation, apparatus, equipment and services required to provide the general construction, mechanical and electrical work for the front entry, Police entrance, rest room revision, garage improvements (without treads and risers), site signs, 6" water main, landscape, equipment screens and council chamber ramp. B. Requirements of sections in Division 0 and Division l extend and apply to all work and material supplied by contractor, subcontractors, material suppliers and shall be included as a part of each section of this specification. 1.02 DIVISION OF CONTRACT A. The general contractor shall be the prime coordinator of the work and their schedule and progress shall govern the work of other contractors and subcontractors. The general contractor shall notify their subcontractors and other contractors within a reasonable time of phases or items of the work requiring the incorporation of their work. The subcontractors and other contractors shall, after such notification and within a reasonable time, proceed with the furnishing, installation, laying out or incorporation of their work so as not to delay or impede the general contractor or job progress. 1.03 WORK UNDER SEPARATE CONTRACTS A. The Owner retains the option of issuing separate contracts for other work in connection with the project. B. The Owner shall remove the existing lawn sprinkler system within the areas marked by the General Contractor and reinstall the system after the project is completed. 1.04 OWNER A. The City of New Hope is designated as the Owner. 1.05 ARCHITECT /ENGINEER A. Bonestroo, Rosene, Anderlik & Associates, Inc., is designated as the Engineer /Architect. 01010 -1 34146S1 1.06 LAYOUT A. The general contractor shall lay out all work, including stairs, partitions and openings in partitions. This layout shall be for the use of all trades. Each subcontractor shall then lay out their own work and be responsible for any damages to their work or that of others occasioned by their errors or failure to check properly and verify all measurements. B. Subcontractors for all phases of the work and the prime contractor for mechanical and electrical work are responsible for lay out of their work, and they shall base their lay out on the work lines established by the general contractor. 1.07 EXAMINATION OF THE SITE A. It is required and expected that each contractor, before submitting a proposal for work required under this specification, - shall visit the site, make a thorough examination of existing conditions, take all necessary measurements, and thoroughly familiarize themselves with all existing conditions and all of the limitations pertaining to the work herein contemplated. B. No additional compensation will be allowed because of the contractor's misunderstanding as to the amount of work involved or their lack of knowledge of any of the conditions pertaining to the work based on their failure to make examination of the site. C. The submission of a proposal shall be considered assurance that the contractor has visited the site and made a thorough examination of conditions and limitations. 1.08 EXAMINATION OF THE DOCUMENTS A. Extent of specifications and drawings defining work to be performed under this project are listed in the Table of Contents and List of Drawings, respectively, and any addenda subsequently issued amending those sections. It is the bidder's sole responsibility to verify that they have received all sheets of drawings and specifications. No claim for additional compensation will be allowed due to lack of complete information at time of bid. B. It is expected that in the event that any of these specifications are not clear or if there are any discrepancies, these will be brought to the attention of the Architect /Engineer prior to submission of bids and a decision in writing will be rendered as soon as possible. 01010 -2 3414651 C. The Divisions 2 through 16 primarily apply to the various trade divisions, but contractor and all subcontractors shall be bound to the information and requirements of the complete set of specifications. Mention or indication of extent of work under any work Division or Specification Section is done only for the convenience of contractor and shall not be construed as describing all work required under that Division or Section, nor establishing any trade or jurisdictional requirements. 1.09 CONTRACT PERIOD A. The project completion date, specified in the Supplementary Conditions shall.be one hundred fifty (150) calendar days. 1.10 LIQUIDATED DAMAGES A. Liquidated damages, as specified in the Supplementary Conditions, shall be Three Hundred Dollars ($300.00) per calendar day. Refer also to GC -10, Delays and Extensions of Time. 1.11 SEQUENCE OF WORK /OWNER OCCUPANCY A. The general sequence of work shall be at the option of the contractors, except as outlined below and subject to the approval of the Architect /Engineer and the Owner. However, work shall be carried on simultaneously at as many points as will, in the judgement of the Architect /Engineer and Owner, enable the work to be completed within the prescribed time. The Contractor shall submit a coordination plan, which shall be based on the phases outlined below, for Owners approval. End of Section 01010 -3 34146S1 SECTION 01030. PART 1 - GENERAL 1.01 DESCRIPTION A. This section identifies each alternate by number, and describes the basic changes to be incorporated into the work as part of that alternate. Refer also to the technical specifications and drawings for information. B. Alternates may be accepted by the Owner in any order and may be used to determine the low bidder. 1.02 DESCRIPTION OF ALTERNATES A. Alternate No. 1: Furnish labor and materials for all site work, general construction, mechanical construction and electrical construction required for the following: 1. To remove the existing roof and provide wall openings required for entrances and other mechanical /electrical openings (see Section 02070). 2. To construct the building shell roofing and windows above the existing garage. 3. Install stair in stair well 306. 4. Provide mechanical and electrical systems as detailed in specification for area over garage. 5. Provide exterior wall insulation and cover with taped and sanded gypsum drywall. 6. Build interior walls; provide finishes for walls, floors and ceilings, install doors, movable partitions and coiling doors; install mechanical grilles and electric lights and trim for Rooms; 306, 401, 402, 411, 412 and 413. B. Alternate No. 2: Furnish all labor and materials for all the general construction, mechanical construction and electrical construction for the following: 1. Build interior walls; provide finishes for walls, floors and ceilings, install doors, mechanical grilles and electric fixtures and trim for Rooms: 403, 404, 405, 406, 407, 408, 409 and 410. 01030 -1 3414651 2. Install fire sprinkler system for both the existing building and the new additions. 3. Make corridor revisions in the existing building. 4. Change out hardware in the existing building. 5. Make revisions to the lower floor rest room. C. Alternate No. 3: Replace shrubs and planter with water fountains and pools at two locations. End of Section 01030 -2 34146S1 SECTION 01200. PROJECT MEETINGS PART 1 - GENERAL 1.01 PRECONSTRUCTION MEETING A. A preconstruction meeting will be scheduled within five days after receipt of signed contract documents. B. The contractor shall provide attendance by authorized representatives of the contractor and all major subcontractors. 1.02 PROGRESS MEETINGS A. Progress meetings may be scheduled by the Architect. B. 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. C. Subcontractors, material suppliers, and others may be invited to attend project meetings in which their aspects of work are involved. End of Section 01200 -1 3414651 SECTION 01300. SUBMITTALS PART 1 - GENERAL 1.01 PROGRESS SCHEDULE A. Prepare and submit an estimated progress schedule for the work prior to the issuance of the Notice to Proceed. B. Maintain one copy of the progress schedule at the job site. C. During construction revise the progress schedule as necessary to conform to the current status of the work. Submit revised copies of the progress schedule, as required. 1.02 SUBCONTRACTOR LIST A. Prepare and submit a complete list of all subcontractors. Include the subcontractors name, address, telephone number, and contact person. 1.03 SUBMITTAL LIST A. Prepare and submit a complete and comprehensive schedule of all submittals anticipated to be made during the project. B. Include a list of each item for which contractors drawings, shop drawings, product data, samples, guarantees, or other types of submittals are required. 1.04 SHOP DRAWINGS AND PRODUCT DATA A. Submit five copies of shop drawings and product data required. Three copies will be retained and two copies will be returned to the contractor. Submit a reproducible sepia of all drawings larger than 11" x 17 ". B. Shop drawings and product data shall be submitted with the contractor's stamp of approval. Shop drawings and product data submitted without this stamp will not be reviewed and will be returned to the contractor for their approval and resubmission. C. Shop drawings and product data shall be clearly identified as to project, contractor, manufacturer, specification section and item submitted. Any substitutions or deviations from the requirements of the contract documents shall be noted in writing. D. Make all shop drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the work. 01300 -1 3414651 E. Clearly mark each copy of product data to identify information being submitted and delete information which does not apply. Supplement standard information as necessary. Show dimensions and other selected characteristics. F. Maintain one copy of approved shop drawings and product data at the site with the record drawings. 1.05 SAMPLES A. Samples shall be clearly identified as to project, contractor, manufacturer, specification section, product, type, color range, texture, finish and other identifying data. B. Samples shall be acccompanied by a letter of transmittal with the contractor's approval and other supporting information. C. Submit two samples of each item required, unless otherwise specified. The Owner will retain one approved sample and the Architect /Engineer will retain one. D. Provide all samples required for color schedules for both interior and exterior finishes within 30 days after the Notice to Proceed is issued. 1.06 TEST REPORTS A. Submit three copies of all inspections, tests and approvals required in the contract documents. End of Section 01300 -2 3414651 SECTION 01400. QUALITY CONTROL PART 1 - GENERAL 1.01 TESTING LABORATORY SERVICES A. Cooperate with the Owner's selected testing laboratory and all others responsible for testing and inspecting the work. B. The Owner will pay for initial testing services when owner is required to pay for tests herein. See technical sections for who is to pay for the tests. C. When the initial tests indicate noncompliance with the contract documents, all subsequent retesting shall be performed by the same testing agency and the costs for retesting shall be paid by the contractor. 1.02 SAMPLES A. Unless otherwise provided in the specifications, the contractor shall provide all materials, samples, mock -ups or assemblies for all tests specified in various sections of specifications or as directed by Architect /Engineer. 1.03 TESTING STANDARDS A. Tests shall be provided and accomplished in accordance with the standard used as the reference for the particular material or product, unless other test methods or criterion are specified. In the absence of a reference standard, tests shall be accomplished in accordance with applicable ASTM Standards of Test Methods. 1.04 QUALIFICATION TESTING A. In addition to tests specified, should the contractor propose a product, material, method of assembly that is of unknown or questionable quality to the Architect /Engineer, the Architect /Engineer may require and order suitable tests to establish a basis for acceptance or rejection. Such tests will be paid for by the contractor, or by the subcontractor requesting approval. "Standard" test reports or reports on "similar" material will not be accepted. B. The Owner and Architect /Engineer reserve the right to require certifi- cation or other proof that the material, assembly, equipment or other product proposed to be furnished for this project is in compliance 01400 -1 3414651 with any test or standard called for. The certificate shall be signed by a representative of the independent testing laboratory or a re- sponsible official of the firm supplying the product, as acceptable to the Owner and Architect /Engineer. The certificate shall be a 'sworn statement and shall be notarized. C. Any tests required for any phase of the equipment that may item use, shall be Architect /Engineer. 1.05 INSPECTIONS to qualify the contractor or any of their workmen work, and any test of a method, system or be required by specification or law to qualify the made or taken without cost to the Owner or A. Should specifications, Architect /Engineer's instructions, laws, ordinances, or any public authority require any work to be inspected or approved, contractor shall give timely notice of its readiness for inspection and a reasonable date fixed for such inspection. If any work should be covered up without approval or consent of approving agency, or Architect /Engineer, it must be uncovered for examination at contractor's expense. End of Section 01400 -2 3414651 SECTION 01410. SPECIAL INSPECTIONS PART 1 - GENERAL 1.01 SECTION INCLUDES A. This section includes inspection and testing requirements to comply with the special inspection requirements of the Uniform Building Code Section 306. B. The Owner will designate a special inspector and testing agency prior to project award. 1.02 PAYMENT A. The Owner will hire and pay for services of a special inspector and independent testing laboratory. B. The contractor shall pay for all testing described in the individual sections of the contract specifications. 1.03 SPECIAL INSPECTOR RESPONSIBILITIES A. Observe the work assigned for conformance with the approved plans and specifications. B. Submit inspection reports to the building official, the engineer of record, and the Owner. C. Bring non - conforming items to the immediate attention of the contractor for correction. If uncorrected, report non - conforming items to the engineer of record and the building official. D. Submit a final signed report stating whether the work requiring special inspection was, to the best of their knowledge, in conformance with the approved plans and specifications and the applicable workmanship provision of the Uniform Building Code. 1.04 TESTING AGENCY RESPONSIBILITIES A. Test the work assigned for conformance with the approved plans and specifications. B. Submit reports of the test results to the building official, the engineer of record, and the Owner. C. Bring non - conforming items to the immediate attention of the contractor for corrections. If uncorrected, report non - conforming items to the engineer of record and the building official. 01410 -1 3414651 D. Submit a final signed report stating whether the work requiring special inspections was, to the best of their knowledge, in conformance with the plans and specifications. 1.05 CONTRACTOR RESPONSIBILITIES A. Post the Special Inspection and Testing Schedule within the office at the project site. B. Provide not less than 24 hour notification to the parties designated on the schedule for inspection and testing. C. Provide the special inspector and testing agent access to the approved plans and specifications at the project site. D. Retain at the project site, all reports submitted by the special inspector and testing agent. E. Correct in a timely manner, all deficiencies identified by the special inspector and testing agent. F. Provide the special inspector and testing agent safe access to the work requiring observation or testing. 1.06 FABRICATOR RESPONSIBILITIES A. Submit a Certificate of Compliance to the building official and the engineer of record that all work was performed in accordance with the approved plans and specifications. 1.07 SPECIAL INSPECTION AND TESTING SCHEDULE A. Concrete Formwork: 1. Conform to Section 03100. 2. Special Inspector: a. Inspect all formwork prior to placing concrete. B. Concrete Reinforcement: 1. Conform to Section 03200. 2. Special Inspector: a. Inspect placement of all reinforcing steel prior to placing concrete. 01410 -2 34146S1 C. Cast -in -Place Concrete: 1. Conform to Section 03300. 2. Special Inspector: a. Inspect placement of concrete. 3. Testing Agency: a. Test all concrete in accordance with Section 03300. D. Bolts Installed in Concrete: 1. Conform to Section 03300 and 05500. 2. Special Inspector: a. Inspect installation of all bolts prior to placing concrete. b. Inspect placement of concrete around all bolts. E. Precast Concrete: 1. Conform to Section 03400. 2. Special Inspector: a. Inspect installation of precast units. b. Inspect installation of connections. 3. Fabricator: a. Submit certificate of compliance. F. Masonry: 1. Conform to Section 04200. 2. Special Inspector: a. Inspect preparation of masonry prisms. b. Inspect installation of all load bearing masonry units. C. Inspect installation of all reinforcing. 01410 -3 3414651 d. Inspect all grout placement. e. Periodic inspection of non -load bearing masonry units. f. Inspect installation of steel lintels. 3. Testing Agency: a. Test masonry prisms. G. Structural Steel 1. Conform to Section 05500. 2. Special Inspector: a. Verify AWS certification of all welders. 3. Testing Agency: a. Visual inspection of all field welding. b. Radiographic testing of all full penetration butt welds. 4. Fabricator: a. Submit certificate of compliance and verification of AWS certificates for all welders. H. High Strength Bolting 1. Conform to Section 05500. 2. Special Inspector: a. Inspect tension indicating device for all high strength bolts or check torque on bolts. End of Section 01410 -4 34146S1 SECTION 01500. TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.01 GENERAL A. Arrange for and provide temporary facilities and controls. Pay all costs until final acceptance of the work. B. Make all temporary connections to utilities and services, in locations acceptable to the Owner, Architect, and local authorities having jurisdiction. Furnish all necessary labor and materials. Maintain connections and remove the temporary installation and connections when no longer required. Restore the services and sources of supply to proper operating condition. C. Pay costs for temporary electrical power, temporary water, and temporary heating. 1.02 PROJECT IDENTIFICATION A. No signs or advertisements will be allowed to be displayed on the premises without the approval of the Architect. B. One construction sign shall be provided by the Contractor and shall be subject to the review of the Architect and the approval of the Owner. Text and lettering shall be provided for at a later date. C. Erect the construction sign on the site where directed approximately 4 ft x 8 ft in size, of 3/4 in. plywood with suitable frame, moldings, and supports. Use Douglas Fir Overlaid Plywood, Grade B -B high density, exterior, good two sides, complying with PS -1. The sign shall be primed and given two coats of approved white paint. Lettering shall be black of an approved type, size, and layout as directed by the Architect. Sign shall contain the name of the Owner, Architect, Contractor, and such other reasonable information as the Architect or Owner may require. 01500 -1 3414651 1.03 TEMPORARY CONSTRUCTION OPENINGS A. Provide openings in slabs, walls, and partitions for moving in large pieces of equipment. Close and restore openings and finish them after the equipment is in place. Structural modification, if required, shall be subject to review by the Architect. 1.04 TEMPORARY FENCE A. Provide and maintain a temporary fence to enclose designated areas at the job site. Provide gates for access to the enclosed area. Gates shall be of substantial construction, cross - braced, hung on heavy strap hinges, and shall have suitable hasps and padlocks. Submit shop drawings of fence and gates for review of Architect and Owner. Paint the fence with two coats of an approved paint. B. Remove the fence upon completion of the work or as directed by the Owner. 1.05 TEMPORARY FIELD OFFICES A. Provide and maintain a field office with a telephone at the job site. In addition, provide a temporary office with not less than 200 sq. ft. of space for the use of the Architect and Construction Superintendant at the construction site. The office shall be complete with light, heat, air conditioning, toilet facilities, electric water cooler, plan racks, four - drawer metal file with lock, shelves for samples, tables, chairs, and janitor service. When it becomes possible to establish an office in the building, office accommodation of approximately the same size as those in the field offices, including the services above, shall be provided and maintained until the issuance of a certificate of substantial completion. Field and temporary offices shall be removed when no longer required. Provide a telephone for the Architect and pay all charges for installation and calls including long distance calls. B. Construction shanties, sheds, and temporary facilities provided as required above, or for the contractor's convenience, shall be maintained in good condition and neat appearance. 1.06 TEMPORARY HEAT AND VENTILATION A. Provide temporary heat as required during construction to protect the work from freezing or frost damage, and to ensure suitable working conditions. In areas of the building where work is being conducted, the temperature shall be maintained as specified, but not less than 45 * F. Under no circumstances shall the temperature be allowed to reach a level that will cause damage to any portion of the work. :01500 -2 34146S1 B. Temporary heating shall be by smokeless portable unit heaters of type listed by Underwriter's Laboratories, Factory Mutual, and the Fire Marshall. Pay for fuel, maintenance, and attendance required in connection with the portable unit heaters. Interior or exterior surfaces damaged by the use of these space heaters shall be replaced by new materials or be refinished. C. The building shall be considered enclosed when it has reached the stage when exterior walls have been erected, the roof substantially completed, exterior openings closed up either by the permanently glazed windows and doors or by adequate temporary closing, and the building is ready for interior masonry and plastering operations. D. After the building, or any major portion thereof, has been enclosed the permanent heating system may be used for temporary heat. E. When the permanent heating system, or a suitable portion thereof, is in operating condition, the system may be used for temporary heating, provided that the Contractor (1) obtains approval of the Architect; (2) assumes full responsibility for the entire heating system; and (3) pays all costs for fuel, operation, maintenance, and restoration of the system. F. Provide adequate ventilation as required to keep the temperature of the building within 10 of the ambient outdoor temperature when such ambient temperature exceeds 70 and to prevent accumulation of excess moisture or to prevent excess thermal movement in the building. G. When the permanent air circulation system, or a suitable portion thereof, is in operating condition, it may be used without refrigeration or chilling, provided that the Contractor (1) obtains approval from the Architect; (2) assumes full responsibility for the system which he is using; and (3) pays costs for power, operation, maintenance, and restoration of the system. Provide temporary filters to filter air being distributed through the duct work to the supply outlets; disposable filters shall be placed in front of exhaust registers to keep construction dirt out of exhaust duct work. The Contractor shall clean the interior of the air handling units and duct work prior to acceptance of the work. H. Upon conclusion of the temporary heating perioi piping, temporary heating units, or other equipment. connection with repairing any damage caused by removal of temporary heating equipment. Clean and parts of permanent heating and air circulation temporary service. i, remove temporary Pay all costs in the installation or recondition those systems used for 34146S1 1.07 TEMPORARY LIGHT AND POWER A. Make arrangements with the _ local electric company for temporary electrical service to the construction site. Provide equipment for temporary power and lighting. Pay all charges for equipment, installation and for current used. The electrical service shall be of adequate capacity for tools and equipment without overloading the temporary facilities and shall be made available for power lighting, and construction operations of all trades. B. In addition to the electrical service, provide power distribution as required throughout structure of 120/208 V, three- phase, four -wire, 60 cycle, ac. The terminations of power distribution shall be at convenient locations in the building. Terminations shall be provided for each voltage supply complete with circuit breakers, disconnect switches, and other electrical devices as required to protect the power supply system. C. A temporary lighting system shall be furnished, installed, and maintained to satisfy minimum requirements of safety and security. The temporary lighting system shall supply general illumination in all building areas. Supply not less than 1W /ft of floor area for illumination in the areas where work is being performed. D. Temporary equipment and wiring for power and lighting shall be in accordance with governing codes. Temporary wiring shall be maintained in a safe manner and not constitute a hazard to persons or property. E. When the permanent electrical power and lighting systems are in operating condition, they may be used for temporary power and lighting for construction purposes, provided that the Contractor (1) obtains the approval of the Architect; (2) assumes full responsibility for the entire power and lighting systems; and (3) pays costs for power, operation, maintenance, and restoration of the systems. F. At the completion of the construction work, remove all temporary wiring, lighting, and other temporary electrical equipment and devices. 1.08 TEMPORARY ROADS AND ACCESS TO SITE A. Construct and maintain in good usable condition temporary roads and access to site. Remove temporary construction and restore the site when no longer required. B. Access to the site for delivery of construction material or equipment shall be made only from locations designated by the Owner. 34146S1 1.09 TEMPORARY STAIRS, LADDERS, RAMPS, RUNWAYS, AND SO ON A. Provide and maintain temporary stairs, ladders, ramps, runways, chutes, (and so on), as required for the proper execution of the work. B. All apparatus, equipment, and construction shall meet requirements of the Labor Law and other state or local laws. C. As soon as permanent stairs are erected, provide temporary protective treads, handrails, and shaft protection. 1.10 TEMPORARY TOILETS A. Provide and maintain in a sanitary condition enclosed weathertight toilets for the use of construction personnel. Locate within the contract limits. Upon completion of the work, remove toilets. Installation shall be in accordance with all applicable codes and regulations of authorities having jurisdiction. Chemical toilets will be permitted. The number of toilet rooms required shall be in accordance with the ANSI Standard Safety Code for Building Construction, OSHA, or other local authorities. TEMPORARY WATER SERVICE A. Provide at a point within 10 ft of the building (or buildings) all water necessary for construction purposes. Make temporary connections to existing mains; provide temporary meter; and make arrangements and pay for the temporary water service including cost of installation, maintenance thereof, and water used. B. When the permanent water supply and distribution system has been installed, it may be used as a source of water for construction purposes, provided that the Contractor (1) obtains the approval of the Architect; (2) assumes full responsibility for the entire water distribution system; and (3) pays costs for operation, maintenance, and restoration of the system including the cost of water used. C. Remove temporary water service equipment and piping. At the completion of the construction work or after the Contractor makes use of the permanent water installation. Replace worn or damaged parts of the permanent system equal to new. 1.12 SECURITY A. Provide temporary enclosures required for protecting the project from the exterior, for providing passageways, for the protection of openings both exterior and interior, and any other location where required. 34146S1 B. Take adequate precautions against fire. Keep flammable material at an absolute minimum and ensure that such material is properly handled and stored. Do not permit fires to be built or open salamanders to be used in any part of the work. 1.13 WATER AND SNOW CONTROL A. From the commencement to the completion of the work, keep all parts of the site and the project free from accumulation of water. Supply, maintain, and operate all necessary pumping and bailing equipment. B. Remove snow and ice for the protection of the work. Protect the work against weather damage. End of Section 01500-6 3414651 SECTION 01600. MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 SUBSTITUTIONS A. Whenever materials or equipment are specified or described in the contract documents by using the name of a proprietary item or the name of a particular manufacturer, fabricator, supplier, or distributor, the contractor must supply the product named unless they have written authority from the Architect /Engineer to make a substitution. B. Substitute items of material and equipment shall be subject to the review and approval of the Architect. C. During the bidding process, no substitution will be considered unless written request has been submitted to the Architect for approval at least ten (10) days prior to bid date. D. Each request for substitution shall include a complete description of the proposed substitute, the name of the material or equipment for which it is to be substituted, drawings, cuts, performance and test data, and any other data or information necessary for a complete evaluation. E. If the Architect approves any proposed substitution, such approval will be set forth in an Addendum. F. The contractor shall not be relieved from the responsibility of furnishing material or equipment equal in quality, design, and efficiency to those specified. G. If a substitution is allowed for any reason, the contractor shall bear full responsibility for fitting that substitution into the project and shall make any necessary adjustments. No extra payment shall be made for extra work made necessary by a substitution requested by the contractor. End of SecticIll 01600-1 34146S1 SECTION 01700. CONTRACT CLOSEOUT PART 1 GENERAL 1.01 CLEANING A. Prior to the inspection for substantial completion of the work, remove waste material and rubbish from the building and site. Remove protective coatings, barriers, and other protective devices, temporary work and surplus materials. B. Thoroughly clean the building and site to leave them in a clean, neat, and orderly condition, ready for occupancy and use by the Owner. C. Wash and polish glass on both surfaces. D. Dust, dusted, vacuum, vacuumed, wash, washed and clean to remove stains, dust and dirt from finished spaces. E. Wash, clean, and sterilize plumbing fixtures. F. Remove construction dirt and debris from the interior of ductwork and air handling equipment. G. Replace or thoroughly clean filters for air handling equipment according to the manufacturer's instructions. H. Dust, vacuum, and wash light fixtures and other electrical work. Replace burned out lamps. I. Maintain the work in a clean condition until the work is substantially complete. J. After substantial completion, remove waste material and rubbish and clean up dirt caused by the work. K. Upon completion of the work, remove tools, construction equipment, machinery and surplus materials from the building and site. 1.02 PROJECT RECORD DOCUMENTS A. Maintain a set of drawings and specifications at the job site for documentation of changes to the contract documents. Identify the documents with the title "RECORD DOCUMENTS - JOB SET". B. Throughout the progress of the work, maintain an accurate record of all changes in the Contract Documents. Clearly describe the change by note and by graphic line. Date all entries. 3414651 C. Dimension the centerline of each item within 1". Clearly identify the item by accurate note. Show the vertical location of the item. , i D. Submit the final Record Documents for review and approval prior to final payment. 1.03 OPERATING AND MAINTENANCE DATA A. Prepare and submit Operating and Maintenance Manuals and instruct the Owner's personnel in the use and maintenance of all operating equip- ment. B. Prior to substantial completion, submit two copies of Operating and Maintenance Manuals of all operating equipment. The manuals shall be neatly edited with similar equipment grouped, pages tabbed and in- dexed. All material shall be printed or typewritten, and individual pages shall be set into plastic page covers. The manuals shall con- tain the following: 1. Operating instructions and recommendations as to fuel and other materials to be used in or with the item. 2. Manufacturer's complete data sheets. 3. Cleaning instructions including recommended cleaning materials. 4. Lubrication data and schedules. 5. Maintenance data, repair and adjustment data including manufacturer's instructions. 6. Parts list with numbers, recommended parts to stock and nearest parts depot and service organization. 7. Assembly drawings, wiring diagrams, mechanical diagrams, and installation diagrams and instructions. C. After substantial completion, arrange to meet with the Owner's designated personnel and instruct them in the use, operation, care, and cleaning of the equipment. 1.04 WARRANTIES AND BONDS A. Submit warranties, bonds, service and maintenance contracts as specified in the Contract Documents. i 1i- 34146S1 B. Submit two copies of each submittal, neatly typed and in orderly sequence. C. Provide complete information on each item including product item, firm, date of warranty, bond or service contract, contract require- ments, and contractor's name. 1.05 REINSPECTION FEES A. If the Architect/Engineer is required to perform reinspections due to failure of the work to comply with the claims of status of completion made by the contractor or due to problems with the methods or materials of construction® 1. Owner will compensate Architect/Engineer for such additional services. 2. owner will deduct the amount of such compensation from the final payment to the contractor. 1.06 TESTING A. Prior to instruction of operating employees, each system will be ener- gized, started and operated through the entire range of operational conditions. B. No equipment shall be tested or operated for any purpose until it has been fully lubricated and permanently connected for normal operation. C. Equipment shall be tested to verify that all characteristics are consistent with design criteria. This includes, but may not be limited to: operating pressures, flow rates, running temperatures, voltage at outlets and disconnects, amperage draw of all electric motors, and operational characteristics of refrigeration systems. 1.07 CERTIFICATE OF OCCUPANCY A. Provide all final inspections required prior to occupancy by either State or local jurisdictions. B. Provide Certificates of occupancy or Partial Certificate of Occupancy prior to obtaining the Substantial Completion Certificate from the Architect. 3414651 1.08 FINAL PAYMENT A. Upon completion of the project work and as a condition of final pay- ment, the contractor shall prepare and submit to the Architect/Engi- neer for transmission to the Owner, all exhibits required by the Project Manual including: 1. Consent of Surety to Final Payment. 2. Affidavit of Payment of Withholding of Income Taxes Before Final Payment. 3. Roofing Guarantee. 3414651