Loading...
IP #906COUNCIL e Request for Action Originating Department Approved for Agenda Agenda Section Public Works July 23, 2012 Develo meat & PlannLn Item No. By: Guy Johnson By: Kirk McDonald, C!IX Manager 8.5 Motion authorizing the preparation of a feasibility report for construction of a 2013 street infrastructure project (Project No. 906) Requested Action Staff is recommending that Council approve a motion authorizing the city engineer to proceed with preparing a feasibility report for construction of a proposed 2013 street infrastructure project. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the usetul life of the infrastructure and/or improve the level of service. The city's street infrastructuremanagement plan has identified areas for maintenance activities in 2013. Background In 2001, the city contracted with GoodPointe Technology to do an analysis of the city's roadways and put together a management plan that would identify and prioritize street activities to maximize the return on each dollar invested in maintenance. GoodPointe Technology staff identified 49th Avenue from Erickson Drive to Zealand Avenue, Boone Avenue from 49th Avenue to Bass Lake Road, and the industrial streets between Boone Avenue and TH 169 service road for maintenance activities in 2013 based upon the analysis of street condition ratings. The proposed 2013 street infrastructure project was discussed at the Council's April 16, 2012, work session. At that time, staff noted that a number of street sections have some history of water main breaks, and that it was necessary to prioritize water main replacement in the 2013 street infrastructure area based upon street condition ratings, water main break history and cost/improvement benefit. Motion by 'nlj- L Ce a Second by a To: L \RFA\ PUBWORKS 12012\ 906 2013 Infrastructure Feasibility Authorization.doc Request for Action July 23, 2012 Page 2 Boone Avenue and 49th Avenue are two of the streets that have had substantial water distribution system issues. If the project proceeds, both street surfaces are proposed to be reconstructed and have their water mains replaced. Because the west end of Science Center Drive needs to be completely reconstructed, staff recommends that the water main in that portion of Science Center Drive be replaced. Also, East Research Center Road is proposed to be reconstructed because of storm water improvements. Based on the history of water main breaks, staff recommends prioritizing the remaining street segments as follows: International Parkway from Science Center Drive to East Research Road; International Parkway from East Research Center Road to West Research Center Road; West Research Center Road from International Parkway to TH 169 service road; International Parkway from West Research Center Road to 5651 International Parkway; and the east half of Science Center Drive. Funding The engineer's preliminary cost estimate for the project is $4.1 million. The water main replacement portion of that estimate for replacing the water mains in these street segments is: 1. Boone and 49th avenues $850,000 2. West end of Science Center Drive and East Research Center Road $75,000 3. Research Center Road from International Parkway to Boone Ave. N. $110,000 4. International Pkwy from Science Center Drive to East Research Center Road $65,000 5. International Pkwy from East Research Center Road to West Research Center Road $70,000 6. West Research Center Road from International Parkway to TH 169 service road $90,000 7. International Parkway from West Research Center Road to 5651 International Parkway $90,000 8. East portion of Science Center Drive 175 OQO TOTAL $1,525,000 Based on the preliminary cost estimates for the proposed water utility work and the water fund balance, Council will need to consider options for funding the water main work. Possible options are the internal transfer of funds to the water fund; consider the issuance of debt (PFA Loan or bond); or eliminating some of the water main replacement segments. The city could also consider bidding some portions of the proposed water main work as alternates. An application has been submitted to the PFA to be put on their list of applicants possibly interested in a low interest PFA loan. The remaining funding for the project would come from a combination of the city's sanitary sewer fund, storm water fund, state aid construction fund, and street infrastructure fund. Attachments The engineer's memorandum and a map are attached. I:\RFA1FUBW0RKS\2012\906 2013 Infrastructure Feasibility Authorization.doc Stantec Consulting Services Inc. _:r%• 2335 Highway 36 West r° St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 '!? � ber. ,: ; ,.". July 17, 2012 Guy Johnson City of New Hope 5500 International Parkway New Hope, MN 55428 Re: 2013 Infrastructure Improvements — Authorize Preparation of a Feasibility Report Client Project No.: 906 Dear Guy: The proposed 2013 Infrastructure Improvements project was discussed at the Council's work session on April 16, 2012. Based on street condition ratings and water main break history, the proposed streets to be improved were identified (see Figure 1). To be compliant with Chapter 429 requirements for infrastructure projects, we recommend a feasibility report be prepared to outline the proposed improvements and determine the project need and cost effectiveness. The preliminary cost estimate for the project is $4.1 million, of which the water main replacement is estimated at $1,525,000. It is recommended that Council authorizes the preparation of a feasibility report to be completed for the improvements within the project area as shown on Figure 1. The report will break down the project into logical sections to allow for reduction in scope, if desired, at the time of deciding if the project should move forward into the design stage. The report could be presented in October/November. If decided to move forward with the project, plans could be prepared over the fall/ winter. The project could be scheduled for bid in February or March, with construction to begin early summer. If you have any questions or require further information please call me at (651)604-4808. Sincerely, STANTEC L Christopher W. Long, P.E. Attachments: Figure 1 — Location Plan Cc: Shawn Markham — New Hope; Mark Hanson, Katie Warner, Jason Petersen — Stantec. ee-. Stantec Consulting lr"4 2335 West Highway 36 .Ir St. Pau!, MN 55113 S'Antec 82ND AVE N +1 i?�q•�n,,.,,,,,,:.:.�.�y�,r.-I.,,. ¢0.412 AVE�a4 J LLI ! s�;.�, i z Li 4-- :,, 58T ' i N 3 - !iAVE Z:1, LL! SCIENCE CFNTF:�i�"5R _AV _ 7a . . "-' E.�I �;,...._ , : 4#TVAA IE41 47T#ftpj: < . _--E .� - moi. �. •:� 46,WEAWii !R. _ E ._ 491HIt PEEL Q I I li ' ..,i J k. 7 7. 46 Q�:�� " 4dTi�k,AVE N." I I [ . 1 - _ `'GG r14AfEi4 ; .....--..., j f l Z i II � 1 36 inAVEN �... Vn if -7--1 t 1 yy I 3$T1tAl t l 0 1,000 2,000 4,000 Feet � Figure 1 Location Map New Hope, Minnesota 2013 Infrastructure Improvements R:=iencwnunicipelVwyw_hope ci_mn134MAP1GFSDATA%ProjectsMocation_map.mxd July, 2012 N Project Location City Limits Parcels The inlormapon on this map hes been compiled by Stantec staff from a vadaty or sources and Is subject to change without notice. Stantec makes no Mpr.sentet—. or walrentl.s, ..press or Implied, a. to ""My. comsas pleteness,11-11 , ocrights to the we o1 such Information. COUNCII ` Request for Action Originating Department Approved for Agenda Agenda Section Public Works October 15, 2012 Work Session Item No. By: Guy Johnson By: Kirk McDonald, City Manager 11.4 Discussion of water main replacement costs on the proposed 2013 street infrastructure project (#906) Requested Action Staff would like to update the Council on the funding options for water main replacement in the proposed 2013 street infrastructure project area. Background The proposed 2013 street infrastructure project would include the streets of 49th Avenue from Erickson Drive to Zealand Avenue, Boone Avenue from 49th Avenue to Bass Lake Road, and the industrial streets between Boone Avenue and the TH 169 service road. The majority of these street sections have some history of water main breaks. Staff has to prioritize water main replacement in the 2013 street infrastructure area based upon street condition ratings, water main break history and cost/improvement benefit. Boone Avenue, 49th Avenue, and 51st Avenue are streets that have had substantial water distribution system issues. These street surfaces are proposed to be reclaimed and their water mains replaced in 2013. Because the west end of Science Center Drive needs to be completely reclaimed, staff recommends that the water main in that portion of Science Center Drive also be replaced. The East Research Center Road water main is proposed to be replaced because that street segment will be reclaimed due to extensive storm water improvements to help alleviate flooding issues at the intersection of East Research Center Road and Boone Avenue. Based on the history of water main breaks, staff has prioritized the street segments of International Parkway from Science Center Drive to East Research Road; International Parkway from East Research Center Road to West Research Center Road; and West Research Center Road from International Parkway to the TH 169 service road as Alternate 1. Staff has prioritized the remaining street segments of International Parkway from West Research Center Road to 5651 International Parkway and the east half of Science Center Drive as Alternate 2. Motion by Second by To:ti 1: \KFA\PUBWORKS\2012\906 2013 Street Infrastructure Project Water Main Worksession 10-15-12.doc Request for Action October 15, 2012 Page 2 Funding The engineer's cost estimates for replacing the water main in these street segments are: 1. Boone and 49th avenues $850,000 2. West end of Science Center Drive and East Research Center Road $75,000 3. Research Center Road from International Parkway to Boone Ave. N. $110,000 4. International Pkwy from Science Center Drive to East Research Center Road $65,000 5. International Pkwy from East Research Center Road to West Research Center Road $70,000 6. West Research Center Road from International Parkway to the TH 169 service road $90,000 7. International Parkway from West Research Center Road to 5651 International Parkway $90,000 8. East portion of Science Center Drive 175 AM TOTAL $1,525,000 Based on the cost estimates for the proposed water utility work and the water fund balance, Council will need to consider options for funding the utility work. Possible options are the internal transfer of funds to the water fund; consider the issuance of debt (public facilities authority loan or bond); or eliminating some of the water main replacement segments. The city has received approval notice that the project is on the public facilities authority's (PFA) 2013 intended use plan (IUP). The 2013 IUP identifies the projects the PFA intends to fund from the clean water revolving fund. Staff is requesting direction on the type of financing to be used for water main replacement and the amount of water main the Council would like to see replaced as part of the proposed 2013 street infrastructure project. With this information, staff will be able to complete the feasibility report recommendations and present the feasibility report to the Council on October 22, 2012. Attachments Attached are maps of the area and the engineer's memo. I:\RFA\PUBWORKS12012\906 2013 Street Infrastructure Project Water Main Worksession 10-15-12.doc October 10, 2012 Guy Johnson New Hope Public Works 5500 International Parkway New Hope, MN 55428 RE: 2013 Water Main Replacement — Maps and Cost Estimate City Project No.: 906 Stantec Project No.: 193802212 Dear Mr. Johnson: As requested, we have provided the attached maps with associated costs for the water main replacement in the proposed 2013 street infrastructure project area. These streets include 49th Avenue from Erickson Drive to Zealand Avenue, Boone Avenue from 49`h Avenue to Bass Lake Road, and the Industrial streets between Boone Avenue and TH-169 service road. Following the staff review of the water main break history, the water main segments were prioritized. Attached Figure 2 identifies the prioritization areas and associated costs for water main replacement. The segments were divided into base bid and alternate sections. Recently, we received approval notice that this project is on the Public Facilities Authority's (PFA) 2013 Intended Use Pian (IUP) and could fund $1,035,000 of the water main replacement. This amount could cover the estimated amount for the Base Bid water main segments, but would not fund the remaining estimated $490,000 for the Alternate 1 & 2 water main segments. In order to complete the feasibility study, additional direction is needed on the type of financing to be used for the water main replacement and the amount of water main to be replaced. Please feel free to call me at (651)604-4808 with any questions. Sincerely, STANTEC P Christopher W. Long, P.E. Attachments: Figure 2 - Watermain Replacement Priority w/Costs cc: Mark Hanson, Jason Petersen, File. Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 f/ Tel: (651) 636-4600 Fax: (651) 636-1311 October 10, 2012 Guy Johnson New Hope Public Works 5500 International Parkway New Hope, MN 55428 RE: 2013 Water Main Replacement — Maps and Cost Estimate City Project No.: 906 Stantec Project No.: 193802212 Dear Mr. Johnson: As requested, we have provided the attached maps with associated costs for the water main replacement in the proposed 2013 street infrastructure project area. These streets include 49th Avenue from Erickson Drive to Zealand Avenue, Boone Avenue from 49`h Avenue to Bass Lake Road, and the Industrial streets between Boone Avenue and TH-169 service road. Following the staff review of the water main break history, the water main segments were prioritized. Attached Figure 2 identifies the prioritization areas and associated costs for water main replacement. The segments were divided into base bid and alternate sections. Recently, we received approval notice that this project is on the Public Facilities Authority's (PFA) 2013 Intended Use Pian (IUP) and could fund $1,035,000 of the water main replacement. This amount could cover the estimated amount for the Base Bid water main segments, but would not fund the remaining estimated $490,000 for the Alternate 1 & 2 water main segments. In order to complete the feasibility study, additional direction is needed on the type of financing to be used for the water main replacement and the amount of water main to be replaced. Please feel free to call me at (651)604-4808 with any questions. Sincerely, STANTEC P Christopher W. Long, P.E. Attachments: Figure 2 - Watermain Replacement Priority w/Costs cc: Mark Hanson, Jason Petersen, File. Pr lumewr*�p "charity Qblia Fee t� Clean Water Revolving Fund Drinking Water Revolving Fund IUP Approval Notice To: Local Governments with Water Infrastructure Projects on the 2013 Intended Use Plans for the Clean Water Revolving Fund and Drinking Water Revolving Fund Other Interested Parties On September 21, 2012 the Minnesota Public Facilities Authority (PFA) approved its 2013 Intended Use Plans (NPs) for the Clean Water Revolving Fund (CWRF) and Drinking Water Revolving Fund (DWRF). The IUPs identify the projects and activities the PFA intends to fund from the CWRF and DWRF in state fiscal year 2013 (July 1, 2012 to June 30, 2013). The IUPs are available on the PFA webpage at www. osp itivelyminnesota.com/pfa under "PFA Infrastructure Funds and Programs" and then either "Clean Water Revolving Fund" or "Drinking Water Revolving Fund". Municipalities with one or more projects on either IUP must now submit a loan application to the PFA if they haven't already done so. Loan application forms and instructions are available on the PFA webpage identified above. For a paper copy contact the appropriate loan officer shown on the enclosed map. Note: Some of the PFA loan amplication materials have recentI chap ed. Please be sure to use the most recent documents dated September 2012. In addition to meeting the PFA loan application requirements, municipalities must submit project plans and specifications to either the Minnesota Pollution Control Agency (MPCA) for clean water projects (wastewater or stormwater) or the Minnesota Department of Health (MDH) for drinking water projects and meet certain environmental review requirements. Projects must meet all technical and environmental review requirements and be certified by the MPCA or MDH before the PFA can make a loan. Note: Submittal deadline. To maintain funding eligibility for FY 2013, the PFA loan application and project plans and specifications must be submitted to the appropriate agency by March 21 2013. If you have any questions about the Ioan application forms and process, please contact your PFA loan officer shown on the enclosed map. Questions about the environmental and technical review process should be directed to the assigned review engineer at the appropriate agency, or Bill Dunn at the MPCA (651-757-2324, bill. dunn e,state.mn.us ) or Chad Kolstad at the MDH (651-201-3972, chad.kolstadAstate.mn.us). Minnesota Public Facilities Authority 1g National Bank Bldg - 332 Minnesota St., Suite E200 - Saint Paul, MN 55101-1351 - USA 651-259-7469 - 800-657-3858 - Fax 651-296-8833 - TTY/TDD 651-296-3900 www,positivelyminnesota,com/community/assistanwpfa.htm An equal opportunity employer andservice provider e Mnmso4 N, /+ rhodry 0 dI" Faai1� Drinking Water Revolving Fund 2013 Intended Use Plan I. Introduction Approved— 0912112012 The federal Safe Drinking Water Act Amendments of 1996 authorized the Drinking Water State Revolving Fund program to provide funds to states to finance drinking water projects and activities to protect public health and achieve or maintain compliance with the Safe Drinking Water Act. The Act authorizes the U.S. Environmental Protection Agency to award annual capitalization grants to each state to capitalize a state revolving fund, which the state can use to provide loans and other assistance to public water systems. Each state must provide a state match of at least 20% to receive the federal funds. As part of its capitalization grant application, each state must annually prepare an Intended Use Plan (NP), which describes the intended uses of available funds. The Minnesota Legislature established the Drinking Water Revolving Fund (DWRF) under Minnesota Statutes Section 446A.081 to receive federal capitalization grants and state matching funds. The Minnesota Public Facilities Authority (PFA) is responsible for managing the Fund and its assets. The PFA is authorized to prepare the annual IUP based on the Project Priority List prepared by the Minnesota Department of Health (MDH). The PFA is also responsible for the financial administration of the loan program, including reviewing loan applications, setting the rates, terms and conditions of the loans, and selling revenue bonds to leverage additional loan funds. In addition to preparing the Project Priority List, the MDH is responsible for reviewing projects to ensure they meet technical and environmental requirements and for administering various set-aside activities authorized under the Act. The 2013 lUP identifies projects and activities the PFA intends to fund from the DWRF in state fiscal year (FY) 2013 (July 1, 2012 to June 30, 2013). To fund these projects and activities, the PFA will use a combination of funds from federal capitalization grants, state matching funds, loan repayments and PFA revenue bond proceeds. II. Project Funding A. Project Priority List The Project Priority List (PPL) prepared by the MDH identifies drinking water projects potentially eligible to receive a DWRF loan. Projects are listed in priority order based on a point DWRF 2013 IUP Approved — 09121/2012 system established by the MDH in Minnesota Rules parts 4720.9010 to 4720.9040. The 2013 PPL contains 341 projects with an estimated cost of $387 million. The 2013 PPL is attached. B. Placement on the IUP The Intended Use Plan (IUP) identifies projects on the YYL that are eligible to apply for DWRF loans in FY 2013. The IUP is prepared by the PFA in accordance with Minnesota Statutes Section 446A.081, Subdivision 5 and Minnesota Rules Part 7380.0255. For a project to be placed on the IUP, the PFA must receive a written request signed by an official of the municipality (city, township, county, or water district) or other public water system entity that will be the borrower for the loan. The request must include a schedule indicating that the applicant expects the project to receive all necessary approvals and proceed to the point of receiving a DWRF loan within approximately one year from the approval of the 2013 IUP. Eligibility for placement on the IUP does not guarantee a project will receive a DWRF loan. The PFA may limit the number of projects in the IUP fundable range if it determines that the total requested loans would significantly exceed the projected annual lending capacity of the Fund. A municipality with a project in the IUP fundable range must complete the loan application process with the PFA and receive project certification from the MDH under the provisions of Minnesota Rules Part 4720.9060 before a DWRF loan can be approved. The PFA will only accept applications from projects listed on the approved IUP in the fundable range. The MDH will only certify projects on the approved NP in the fundable range. An approved IUP remains effective until the following year's lUP is approved. A project listed in the IUP fundable range that does not receive a loan but submits a loan application to the PFA and is certified by the MDH prior to approval of the following year's IUP will be carried over in the fundable range on the new IUP. C. Draft IUP and Public Comment In January 2012, a notice was sent to all municipalities in the state with information about the DWRF program, including instructions on how to request placement on the PPL and IUP. Based on the requests received, a draft 2013 1UP was presented to the PFA Board on August 9, 2012. The PFA Board approved the fundable range for the 2013 IUP (see paragraph D below) and authorized the draft IUP to be made available for public comment. On August 23, 2012 the draft 2013 IUP was posted on the PFA website and a notice was sent to all municipalities with projects on the PPL and other interested parties that public comments on the draft 2013 IUP would be accepted through September 14, 2012. The PFA received a number of comments from local governments requesting that projects be added and information be updated on the 2013 IUP. In addition, MDH made minor corrections to the PPL. Changes to the 2013 1UP as a result of comments received are listed below in Section D. 2 of 15 DWRF 2013 IUP D. IUP Project List Approved — 0912112012 As shown in Table 1 (pp. 11-14), the 2013 IUP is divided into two parts. Part A lists projects from the 2012 IUP fundable range that qualify as carryover projects on the 2013 fUP because they submitted loan applications to the PFA and were certified for funding by the 1 -.MH. Part A lists 9 carryover projects totaling $6.6 million in requested financing. Part B lists other edible projects on the 2013 PPL that have requested lacement on the 2013 IUP. Because the DWRF has limited funding capacity to meet these needs, the PFA is not able to offer funding to all protects on the PPL. Therefore, the PFA, in consultation with the MDH, has set the IUP fundable range for non -carryover projects at 10 points. Projects with 10 points or more on the 2013 PPL are listed in fundable range and will be allowed to apply for loans. Part B lists 84 projects totaling $93.6 million in requested financing. An additional 15 projects that requested placement on the 2013 IUP are ranked below the 10 point cutoff. Although these projects are eligible for the IUP, the DWRF does not have sufficient capacity to offer loans to these projects in FY 2013. The IUP numbers described above include the following changes that were made as a result of comments received during the comment period. Changes To 2013 IUP Based On Comments Received Project PPL PPL Requested Name Rank Points Project Description Amount ($) Comment/Action Taken PART B. 10131UP - Projects 1n Fundable Range Gaylord 75 11 Storage - Repl wl200,000 Gal Tower 1,675,765 fUP request rec'd during comment period -added project Gaylord 157 10 Conservation - Replace Meters City funded project -]UP request teed & withdrawn -removed project New Hope 260 10 Water Main - 2013 Watermain Rep] 1,035,000 IUP request ree'd during comment period -added project Silver Lake 224 10 Storage - New 115,000 Gallon Tank 598,000 ]UP request reed during comment period -added project Silver Lake 225 10 Watennain - Replace Grove Ave 351,000 IUP request reed during comment period -added project Silver Lake 226 10 Conservation - Replace Meters 135,500 RIP request reed during comment period -added project Silver Lake 227 10 Other - Hydrant Replacement 187,200 IUP request reed during comment period -added project Tracy 194 10 Storage - Tower Rehab City funded project -IUP request withdrawn -removed project Tracy 195 10 Watermain - Loop and Replace 616,100 Water Supply Plan Approved -added project The approved NP project list reflects these changes and other updates to project costs and requested amounts. The net increase in requested DWRF financing is $4.59 million. E. Possible IUP Amendment The PFA may consider amending the 2013 IUP during the fiscal year if additional projects on the 2013 PPL meet the requirements and the PFA determines that the DWRF has the sufficient funding capacity to offer additional loans in FY 2013. To be considered for an IUP amendment, a project must: 1) be ranked with at least 10 points on the PPL; 2) have secured all other necessary funding; and 3) show that it will be ready to proceed with construction before the 2013 3of15 DWRF 2013 IUP Approved — 0912112012 IUP is expected to be approved. Applicants that would like their projects to be considered for an NP amendment are advised to keep their PFA loan officer informed of the status of their project. F. Loan Application Requirements and Deadlines Following the PFA's approval of the IUP, municipalities with projects in fundable range on the IUP must submit a loan application to the PFA. In accordance with Minnesota Rules 7380.0260, subpart 1, these municipalities have six months from approval of the IUP to submit a loan application to the PFA and plans and specifications to the MDH. Based on the 2013 IUP approval date of September 21, 2012, the six month deadline is March 21, 2013. G. Loan Terms and Conditions Terms and conditions for DWRF loans are determined pursuant to Minnesota Statutes Section 446A.081 and Minnesota Rules Part 7380.0265. Interest rates are set at the time a loan is made according to Minnesota Rules Part 7380.0272. Interest rates are based on the bond yield scale of the PFA's bonds, if PFA bond proceeds are available, or the current bond yield scale from a daily index of tax-exempt municipal bonds, whichever is greater. For loan awards made after the 2013 IUP is approved, the PFA has set a base discount of 1.5% that will be applied to the appropriate bond yield scale for loans up to $20 million. The base discount for loans over $20 million will be reduced by 1.25 basis points (.0125%) for each $1 million over $20 million. Additional discounts up to 2.5% may be applied to borrowers under 2,500 population as described in Minnesota Rules Part 7380.0272, Subpart 3B. H. Principal Forgiveness The PFA expects to receive the 2012 federal drinking water capitalization grant in September 2012 in the amount of $15,062,000. The 2012 federal appropriation requires that 20 to 30% of the capitalization grant ($3,012,400 to 4,515,600) be used to provide additional subsidization to eligible projects. The PFA will provide additional subsidization in the form of principal forgiveness, meaning a specific dollar reduction in the amount of loan principal that must be repaid, which is granted at the time a DWRF financing agreement is awarded. Minnesota Statutes, Section 446A.081, Subdivision 9 authorizes the PFA to provide principal forgiveness for the following purposes and project types: 1) Financial Need. To provide principal forgiveness for projects to address financial needs where the average annual residential drinking water system cost would otherwise exceed 1.2 percent of the median household income (MHI) of the project service area. The amount of principal forgiveness is limited to 80 percent of the system costs over 1.2% of MHI, to a maximum of 4,000,000 or $15,000 per connection, whichever is less, and not to exceed 80 percent of the total project cost. 2) Green Project Reserve. To provide principal forgiveness for projects that address green infrastructure, water or energy efficiency improvements or other environmentally innovative activities. The principal forgiveness amount is limited to 25 percent of the eligible project cost as determined by the MDH, up to a maximum of $1,000,000. 4of15 DWRF 2013 IUP Approved — 09121/2012 Principal forgiveness funds from the 2012 federal capitalization grant will be used to address financial needs for new projects on the 2013 NP in priority order based on the affordability criteria described above. The 2012 federal capitalization grant does not have a Green Project Reserve (GPR) requirement, therefore the PFA will not will not provide principal forgiveness for new GPR eligible projects on the 2013 IUP. The PFA has also reserved funds from the 2011 federal grant to provide principal forgiveness to eligible projects from the 2012 IUP that are now listed as carryover projects on the 2013 IUP. From these funds the PFA expects to provide $2.1 million in principal forgiveness to address financial needs for Darwin (PPL #10), Erskine (#34), Mountain Lake (#48), Stewart (#69), and McIntosh (#84). Because the Stewart project also included GPR eligible costs on the 2012 IUP which were included in the MDH certification, the PFA also expects to provide $164,026 in GPR principal forgiveness from 2011 federal funds for that project. III. Summary of FY 2012 Project Activity A total of 37 municipal drinking water projects on the 2012 PPL totaling $57.9 million were funded in FY 2012 through the coordinated efforts of the PFA, MDH, Small Cities Development Program, U. S. Army Corps of Engineers and USDA Rural Development. Of these, 24 projects totaling $51.8 million were financed through the DWRF 5of15 Watermain Replacement Priority 2013 Improvements 1 Base Bid I3 SCIENCE CENTER,DR __...... -___. 1 $ 8'550,000 i 2 $ 75,000 + 3 $ 110,000 Total $1,035,000 aW _ - - _. -- W Alternate 1 $ - 4 $ 65,000 i 52NDAVE-tQ1;',; 5 $ 78,888 ------ I , e z 16 $ 90,000 •- _ 515TAVE N Total 1 ; ------_-._---o= j-.- .._ �-- -- _ _.-.............` $225,000 Alternate 2 � _ t 7 $ 90,000 50TH,4fE 8 $175,000 ■ I Total $265,000 1 4 j Overall Total $1,525,000 ' FAlyt VI AVE 1 4 r I 0541E 1 I IN Q! Stantec Consulting Figure 2 - Watermain Replacement The iniemletfon on this map has been compled .' 1111 05 2335 Highway 36 W w • by stantec staff trom a variety of occas and is M"r5t. Paul, Miv 55113 Priority Map with Est. Costs subject to Bhangs without notba. sffintac makes a no representations or warranties, express or Fnpiied Wofol tel 1351.636.4600 Reconstruct Area 0 125 250 5D0 W 1 accuracy, camp[e[eness,pmeiiness. or rights fax 651.636.1311 to the useol such it mmadon. 5+laIIr,eC New Hope Feet ',"'ar `, o"`•"^^x'"•• .=•-=�r_�=P-nWMAPIGI9GATA%PMIKtilWat. afn_RHIw mmt Cart 2013.vm,. I hA55(gj� i j d: J z z t MTH AVE IN I CE ER RD W RESEARCH CENTER RD - -- .--..-. + + � + I I z I wI Watermain Replacement Priority 2013 Improvements 1 Base Bid I3 SCIENCE CENTER,DR __...... -___. 1 $ 8'550,000 i 2 $ 75,000 + 3 $ 110,000 Total $1,035,000 aW _ - - _. -- W Alternate 1 $ - 4 $ 65,000 i 52NDAVE-tQ1;',; 5 $ 78,888 ------ I , e z 16 $ 90,000 •- _ 515TAVE N Total 1 ; ------_-._---o= j-.- .._ �-- -- _ _.-.............` $225,000 Alternate 2 � _ t 7 $ 90,000 50TH,4fE 8 $175,000 ■ I Total $265,000 1 4 j Overall Total $1,525,000 ' FAlyt VI AVE 1 4 r I 0541E 1 I IN Q! Stantec Consulting Figure 2 - Watermain Replacement The iniemletfon on this map has been compled .' 1111 05 2335 Highway 36 W w • by stantec staff trom a variety of occas and is M"r5t. Paul, Miv 55113 Priority Map with Est. Costs subject to Bhangs without notba. sffintac makes a no representations or warranties, express or Fnpiied Wofol tel 1351.636.4600 Reconstruct Area 0 125 250 5D0 W 1 accuracy, camp[e[eness,pmeiiness. or rights fax 651.636.1311 to the useol such it mmadon. 5+laIIr,eC New Hope Feet ',"'ar `, o"`•"^^x'"•• .=•-=�r_�=P-nWMAPIGI9GATA%PMIKtilWat. afn_RHIw mmt Cart 2013.vm,. [901124rdII L•\ RFA \ PUBWORKS\ 2012\ 906 2013 Street Trail Grant,doc Request for Action Originating Department Approved for Agenda Agenda Section Public Works November 13, 2012 Consent Item No. By: Guy Johnson By: Kirk McDonald, City Manager 6.5 Resolution authorizing an application for a Hennepin County grant through the 2013 bikeway development participation program; and committing to the long term maintenance of the Boone Avenue trail infrastructure (Project 906) Requested Action Staff recommends that Council approve a resolution authorizing submittal of a grant application to Hennepin County for funding assistance with a proposed trail installation along Boone Avenue North, between 49th Avenue North and Bass Lake Road (Hennepin County road No. 10). Staff also recommends that the city commit to the ongoing maintenance of the trail. Policy/Past Practice The construction of a trail along Boone Avenue is included in the city's 1995 transportation pian, 2030 comprehensive plan, and 2011 complete street policy. The proposed trail is also in the current 2012 Hennepin County bicycle transportation plan. Background Staff is recommending that the city install a trail along Boone Avenue North, between 49th Avenue North and Bass Lake Road, in conjunction with the city's proposed 2013 street infrastructure project. Currently, this section of Boone Avenue is classified as an on -road shared parkingibike lane as is most of Boone Avenue through New Hope, Unlike the rest of Boone Avenue through New Hope, this section of Boone Avenue is in the city's industrial area and adjacent to high density housing with increased traffic. The construction of an off-road trail along this area of Boone Avenue would substantially improve pedestrian and bicyclist safety. As stated, the proposed trail is currently in the county's 2012 Hennepin County bicycle transportation plan and is adjacent to Hennepin County road No.10 (Bass Lake Road), both of which are required for an application to be submitted for the grant program. Motion by YZIA Second by To: VA -J 94 L•\ RFA \ PUBWORKS\ 2012\ 906 2013 Street Trail Grant,doc Request for Action ':November 13, 2012 Page 2 Two of the county's high priorities with this program are the potential to improve safety and the project's readiness for construction. Staff believes that construction of the proposed trail along this section of Boone Avenue with the 2013 street infrastructure project would achieve both of these objectives. Council authorized the preparation of a feasibility report for the proposed 2013 street infrastructure project at its July 23, 2012, meeting, and staff submitted the grant application for funding assistance to the county on November 1, 2012. The feasibility report for the 2013 street infrastructure project is contained on this agenda as Item 8.2. Funding The county's 2013 bikeway development participation program provides grants of up to 50%, to a maximum of $100,000, to governmental agencies to assist with the cost of constructing trails. The preliminary cost estimate for the ten foot trail along this area of Boone Avenue is $460,000. Funding for the project would be through the city's street levy fund, and the possible grant. Attachment The resolution, the engineer's memorandum, and a copy of the application are attached. I: \ RFA \ PUB WORKS \ 2012 \ 906 2013 Street Trail Grant.doc City of New Hope Resolution No. 12 - 162 Resolution authorizing an application for a Hennepin County grant through the 2013 bikeway development participation program; and committing to the long term maintenance of the Boone Avenue trail infrastructure (Project 906) WHEREAS, the city of New Hope's capital improvement program includes a street infrastructure improvement project along Boone Avenue North, between 49th Avenue North and Hennepin County road No. 10 in 2013; and, WHEREAS, the city of New Hope's 1995 transportation plan, 2030 comprehensive plan, and 2011 complete street policy all include an off road trail along this section of Boone Avenue North; and, WHEREAS, a trail is designated along this section of Boone Avenue North in Hennepin County's bicycle transportation system plan and is adjacent to Hennepin County road No. 10; and, WHEREAS, Hennepin County has solicited grant applications for funding assistance through their 2013 bikeway development participation program; and, WHEREAS, the city of New Hope has submitted an application to Hennepin County for their 2013 bicycle transportation system program. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota: 1. That the above recitals are incorporated herein by reference. 2. That the city hereby supports the submittal of a grant application for a Hennepin County grant through the 2013 bikeway development participation program. 3. That the city hereby commits to the maintenance activities necessary to perpetuate the trail in a safe, usable and aesthetically acceptable condition. 4. The mayor and city manager (the "officers") are authorized and directed to sign the same on behalf of the city. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 13th day of November, 2012. u �v3t�w Mayor Attest: City Clerk November 7, 2012 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Guy Johnson New Hope Public Works 5500 International Parkway New Hope, MN 55428 RE: 2013 Infrastructure Improvements — Hennepin County's 2013 Bikeway Development Participation Program Resolution City Project No.: 906 Stantec Project No.: 193801579 Dear Mr. Johnson: In conjunction with the 2013 Intrastructure Improvements project, an application was submitted on November 1, 2012, for Hennepin County's 2013 Bikeway Development Participation Program. The City has the potential of receiving up to a maximum of $100,000, with a 50% cost -share, for the construction of an off-road trail along Boone Avenue. The proposed trail along Boone Avenue is consistent with the City's 1995 Transportation Plan, 2030 Comprehensive Plan, and 2011 Complete Streets Policy. The proposed trail alignment and details are described in the recently completed Feasibility Report for the 2013 Infrastructure Improvements project. As part of the grant application, Hennepin County requires a resolution be approved showing support of the trail portion of the project. It is recommended to approve the resolution showing City support at the November 13, 2012, City Council meeting. Please feel free to call me at (651)604-4808 with any questions. Sincerely, STANTEC Christopher W. Long, P.E. cc: Mark Hanson, Jason Petersen, File. Hennepin County Transportation Department 1600 Prairie Drive Medina, MN 55340 www.hennepin.us Hennepin County Capital Improvement Plan Application - 2013 Bikeway Development Participation Program 1. Project name New Hope 2013 Utilit y and Infrastructure Improvements 2. Applicant Agency- City of New Hope _ Application contact, title d6y Johnson, Director of Public Works Address 5500 International Parkway _ New Hope, MN 55428 Phone _ 763-592-6777 Email giohnson@d.new-hoye.mn.us 3. Project location Project limits Adjacent to Boone Avenue North from 4' - Avenue North to Bass Lake Road (CSAR 10). Description of proposed bigcle facility_ 10' Wide Off -Street Shared Trail See Figures 1 & 2 Attach a map of the project limits and any relevant plans or layouts • Location Plan Bicycle Trip Generation ('/ Mile Buffer Zone 4. Total cost of the project I Total cost of the project List the source and amount of any grant funds committed to the project Trail improvements = $460,000 - -- Streets = $5,400,000 Utilities = $1,800,000 includes indirect and contingencies) No other grant funds are currently committed to the project. State Aid Funds and Street Levy Funds will be used to fund the Street and Trail Improvements. Utility improvements will be funded with the individual Sanitary, Water, & Storm Sewer Funds. S. Amount requested $ Type of request (Choose one) Feasibility study Infrastructure project X $ 100.000 6. Project development schedule I Infrastructure proje Project design status Estimated construction start date Estimated open to users date Feasibility study: Anticipated start date Anticipated completion date K Feasibility Report Completed. Council to approve report and authorize for public hearing on November 13, 2012. Bid proiect February 2013_ April 2013 October 2013 July 23, 2012 November 13, 2012 7. Project readiness (Infrastructure Project Only) Describe why this project is needed and describe the readiness for construction or design. Provide reference to any relevant studies or plans that support the construction of the project. 8. Alignment with program priorities I System Connectivity: Is this project identified on the 2012 Hennepin County Bicycle Transportation Plan map? Does this project provide connections with other bicycle networks, such as local or regional trails? Please briefly describe any connections. 3 Safety — Currently the City identifies the bikeway on Boone Avenue North as an "Existing Shared Lane." This means that the lane is used for both bicycles and vehicular parking. The proposed project improves this situation by providing an off- street trail. Promote Active Living and Bicycle Use — By providing an off-street trail the City anticipates an increase in bicycle use and use of public transit. Project Readiness — The feasibility study for this project is complete. City Staff anticipates the Council to approve the study and authorize for public hearing at their November 13th meeting. The project schedule is to be bid the project late winter and build the project in 2013. References Attached: 2009 Comprehensive Plan Excerpts, Design Guidelines, Existing Land Use Map Yes. Boone Avenue North is shown as a bikeway on the Bicycle Transportation Yes. The proposed bike trail will connect to existing shared lanes (bike & parking) along Boone Avenue North and 49t�' Avenue North. The Boone Avenue North shared lane connects the proposed off- street trail with the Bassett Creek Regional Trail. This regional trail is located approximately 1.5 miles south of 49th Avenue North. The City plans to construct a future off- street bike path to parallel Boone Avenue North from 49th Avenue North to the Basset Creek Regional Trail. There are also plans to extend the Boone Avenue North bikeway from Research Center Road East in a northwesterly direction (See New Hope Existing and Proposed Trail and Bikeway Plan as provided in the 2009 Comprehensive Plan, as well as Figure 1). Community Support: To ensure that the project can be Yes, the project has community support.4 delivered, does this project have broad Off-street trails are an amenity that is community support including bicycle identified as a need in the City of New advisory groups, or other agencies? Hope's Comprehensive Plan and the Is it shown on other agency plans? Please Existing and Proposed Trail and Bikeway briefly describe community support for the Plan. project. See attached excerpts from City of New Hope documents: • 2009 Comprehensive Plan • City Design Guidelines • City Complete Streets Policy • Hennepin County Ped -Bike A lication 2012 ---------- __ _ Safety:---- Is this project anticipated to improve Yes. The City currently classifies this mobility, connectivity, and/or address segment of Boone Avenue North as a safety concerns and reduce crashes? "Shared Lane." This means that the bike Please briefly describe the mobility, lane also is used for vehicular parking. connectivity, and safety benefits of the The proposed off-street bike trail is project. intended to increase safety by removing the dual purpose lane. ADA requirements will be incorporated into the trail and associated pedestrian ram- s._ Transportation purpose and proximity to bicycle trip generators: Is the project within Y2 mile of the following Yes. See attached Figure 2. bicycle trip generators? Please identify Bus routes and transitways MTC Bus Route #755, #756, #767 are on this segment of Boone Avenue North. MTC Bus Route #705 and #716 are within '/ mile. _ Transit hubs and/or stations Park and ride facilities Commercial nodes Several Commercial Businesses in adjacent industrial area (see attached Existinq land Use Mapl __ New Hope Industrial Park Area (see Employment centers attached Existing Land Use Ma Cooper High School Schools North Education Center Meadow Lake Elementary Winnetka Learning Center New Hope Learning Center Libraries-_-�_-_�-- New Hope Public Works — 5500 Public service centers or other public buildings International Parkway Minn. Masonic Homes North Ridge Apartment buildings or other high density housing St. Therese Home Chardon Court Apartments Woodbridge of New Hope Boone Ave Apartments — 5501 Boone Ave Apartments at 5445 Boone Avenue Parks Other (please describe) 5 • Begin Park — 54°' and Wisconsin • Holiday Park — 47th and Flag • Liberty Park — 60th and Gettysburg • Athletic Fields — 49th and Ensign • Little Acre Park — 49'/ and Yukon • Meadow Lake Park — Meadow Lake Road and Yukon • Victory Park — 55th and International _ Parkway Community Gyms — 8230 47 Avenue New Hope Church of Christ House of Hope Lutheran Church New Hope Church EFCA New Hope Village Golf Course – 8130 Bass Lake Road Appropriate bikeway facility for the context of the corridor: Describe why the bikeway facility This project is intended to improve safety attributes (on-street bikeway, off-street and encourage an active lifestyle by the trail) are appropriate for the context: creation of an off street trail to replace the shared lane that is currently used for vehicular parking and bicyclists. The shared parking and bicycle lane is currently 10' wide. The 2013 Infrastructure Improvements project planned for construction next season will decrease the road width on Boone. This will provide separate non-shared parking lanes, but will also allow an off-street trail to fit between the back of curb and existing utility poles. This will minimize the costly utility pole relocations which would have been required otherwise. The traffic volume is extremely busy, with many large trucks utilizing this route from the large industrial area adjacent to Boone Avenue. The ADT for this segment of Boone Avenue is 8300; therefore the City feels it is important to separate bicycles from the area that is also used for vehicular parking. — 9. Other circumstances or important The costs to construct next year's 2013 items to consider when evaluating Infrastructure Improvements project are the project very high, and additional grant funding to offset the costs to the City Funds would be beneficial. 10. City council resolution of support Attach a City Council resolution of support. Also include the city and/or other commitment of future maintenance for infrastructure projects. If the resolution is in process, the resolution must be approved prior to finalizinq the fundinq agreement. 7 A resolution of Council Support and their commitment to future maintenance of the trail is pending. It will be forwarded to your office prior to finalizing the funding agreement. E 59TH AV � � � s8�p^�„ �. �� >l.ee o- -,I„ � Wig• i, ��I�c V m aw VILLAGEEGREDI COURSE rrY ew IIS 1� L !ra ❑I � rNr W Y PKV1' 0 4w am = Y" Harinntcd Soots In 2F' st 6 Mrr N9r I R •1 I fjY .q W4 � a MCTOR ®j erlr - F dam PAIiF r ''s :iirlkM xY LA:- RESCARW. CENTER RD VEST NDRTH 1 Na M> eq Yw NORM EDUCATION CENTER rr�s ••,• PoDCE PUBLIC WORKS APART— GARAGE MEMS 1 1 ■a 55TH AVE N m sac rm " ar ■ ray am 1 NORTH z °0 p z BEGIN e" RIDGE we CARE a sY4 . R i PARK aa4 aw CENTER _ 541H AVE N ' SCIENCE CENTER DR SC]EIYLE CENTER DR s Z. I TILL I alY w 1 C. P. RAIL STSTEN m — — PROPOSED BITUMINOUS TRAIL FOR HENNEPIN COUNTY SISI AVE 2013 BIKEWAY DEVELOPMENT U PARTICIPATION PROGRAM � d �� 9 i AVE IN .. .Q PROPOSED BITUMINOUS TRAIL s ! 1 ! ! ACRE,wa FOR 2013 INFRASTRUCTURE i E IE ! ` e. PARK -� �• .." '� AL Q IMPROVEMENTS NEW HOPE FUTURE rOHL' E7IC A[RVIEv AVE N BITUMINOUS �, MEW.. eA " I. i ! III ! IF TRAIL 49TH AW N -- I EXISTING BITUMINOUS « .. '� er 4W TRAIL EXISTING �r>� . HOUSE or "' HIGHHOPER SCHHOOL CONCRETE CHURcHw m 4BTH "0' SIDEWALK PROPOSED TRAIL ROUTES' NEW HOPE, MINNESOTA FIGURE: 1 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE:October 2012 COMM: 193801579 COUNCII I:\RFA\PUBWORKS12012\906 2013 Street Feasability & Call Public Hearing.doc Request for Action Originating Department Approved for Agenda Agenda Section Public Works November 13, 2012 Development & Planning Item No. By: Guy Johnson By; Kirk Mc Donald, City Manager 8.2 Resolution accepting feasibility report on 2013 infrastructure improvement No. 906, provide for public hearing to consider ordering project, and authorizing preparation of plans and specs for project (2013 infrastructure improvement project) Requested Action Staff is requesting that the Council receive a presentation by the city engineer of the proposed 2013 infrastructure improvement project, and is recommending that the Council approve a resolution that accepts the feasibility report and establishes a public hearing to consider ordering the 2013 infrastructure improvement project No. 906 at the December 10, 2012, Council meeting. If the project proceeds, a public hearing would be established to declare the cost to be assessed after project costs are determined. Staff is also recommending that the Council authorize the preparation of plans and specifications. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan has identified areas for maintenance activities in 2013. Background In 2001, the city contracted with GoodPointe Technology to do an analysis of the city's roadways and put together a management plan that would identify and prioritize street activities to maximize the return on each dollar invested in maintenance. Based upon the analysis of street condition ratings, GoodPointe Technology staff identified 49th Avenue from TH 169 to Boone Avenue; Boone Avenue from 49th Avenue to Bass Lake Road; and the industrial streets between Boone Avenue and TH 169 service road for maintenance activities in 2013. The proposed 2013 street infrastructure project was discussed at the Council's April 16, 2012, work session. Council authorized the preparation. of the feasibility report for construction of a 2013 street infrastructure project on July 23, 2012. Motion by 966Second by To: ` d I:\RFA\PUBWORKS12012\906 2013 Street Feasability & Call Public Hearing.doc Request for Action November 13, 2012 Page 2 At that time, staff noted that a number of street sections have some history of water main breaks, and that it was necessary to prioritize water main replacement in the 2013 street infrastructure area based upon street condition ratings, water main break history and cost/improvement benefit. At the October 15, 2012, work session, Council discussed the funding and prioritization of the water main replacement. Based on the history of water main breaks and funding restraints, the decision was to proceed with bidding the installation of water main on Boone Avenue, 51st Avenue, 49th Avenue, and East Research Center Road, and the west end of Science Center Drive as the base bid. International Parkway from Science Center Drive to East Research Center Road; International Parkway from East Research Center Road to West Research Center Road; and West Research Center Road from International Parkway to the TH 169 service road to be bid as Alternate 1; and the remaining street segments of International Parkway from West Research Center Road to 5651 International Parkway and the east half of Science Center Drive as Alternate 2. In addition, staff has researched the feasibility of having the railroad crossing at Boone Avenue become a quiet zone. The proposed project schedule is: • Present feasibility report and order public hearing on November 13, 2012 * Hold the public hearing on December 10, 2012 Approve plans and specifications and order advertisement for bids on February 11, 2013 Review bids and award contract on March 25, 2013 4 Start construction in May/June 2013 Funding In accordance with New Hope's Assessment Policy, the breakdown for estimated revenue sources for the 2013 infrastructure project is: • Proposed assessment amount $233,196.50 • Proposed city assessment amount $428,888.40 • State aid $4,000,000.00 • Street infrastructure fund $3,571,579.00 • Storm water fund $724,000.00 • Sanitary sewer fund $100,100.00 • Base water main replacement — PFA loan $1,035,000.00* a Base Bid water main replacement — water fund $194,500.00 • Alternate 1 water main replacement — water fund $331,700.00 • Alternate 2 water main replacement — water fund $328,500.00 Total estimate $10,947,463.90 * The city has received notice of approval that the project is on the public facilities authority's (PFA) 2013 intended use plan (IUP). The 2013 IUP identifies the projects the PFA intends to fund from the clean water revolving fund. The city has also submitted an application to Hennepin County for a possible grant, up to $100,000, to construct an off-road trail along Boone Avenue. Attachments The feasibility report, a resolution prepared by the city attorney, and a map are attached. I:\RFA\PUBWORKS12012\906 2013 Street Feasability & Call Public Hearing.doc RESOLUTION INTO. 12-165 RESOLUTION ACCEPTING FEASIBILITY REPORT ON 2013 INFRASTRUCTURE IMPROVEMENT NO. 906, PROVIDING FOR PUBLIC HEARING TO CONSIDER ORDERING PROJECT AND AUTHORIZING PREPARATION OF PLANS AND SPECS FOR PROJECT (2013 Infrastructure Improvement Project) BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. It is hereby found and determined that Stantec Consulting Services, Inc., Engineers for the City, have reported to this Council that a public improvement for the City as hereinafter described is necessary, cost-effective, feasible and may best be made as proposed and not in conjunction with any other improvement, and that the estimated cost of said improvement to the City is $10,947,463.88. The estimated cost for the project consists of $7,040,793.38 for street reclaim, mill and overlay and $3,906,670.50 for utility improvements, trail construction and railroad quiet zone. This feasibility report is hereby accepted. 2. This Council shall meet at the time and place specified in the notice of public hearing described in paragraph 3 and attached hereto as Exhibit A for the purpose of holding a public hearing on the proposed construction of a public improvement as described in Exhibit A. 3. The City Clerk is authorized and directed to cause notice of the time, place and purpose of said meeting to be published for two successive weeks in the New Hope -Golden Valley Sun -Post, being the official newspaper of the City, the first of such publications to be not less than 10 days and the second not less than 3 days prior to the date of said meeting. Such notice shall be substantially in the form as attached hereto as Exhibit A. Further, not less than 10 days before the public hearing described in Exhibit A, the City Clerk shall mail a notice of the public hearing to the owner of each parcel within the proposed assessment area. The mailed notice shall provide each owner a reasonable estimate of the proposed assessment which will be considered at the hearing. 4. Each and all of the terms and provisions as stated in the notice of hearing attached as Exhibit A are hereby adopted as the terms and provisions under which said hearing shall be held. 5. Stantec Consulting Services, Inc., Engineers for the City are further authorized and directed to proceed with the preparation and making of final plans and specifications for said improvement. Dated the 13"' day of November, 2012. Kathi Hemken, Mayor Attest: 417��e- Valerie Leone, ity Clerk EXHIBIT A NOTICE OF PUBLIC HEARING ON PROPOSED INFRASTRUCTURE IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) Ci1y of New Hope, Minnesota. 1. Notice is hereby given that the City Council of the City ofNew Hope, Minnesota, will meet on December 10 2012 at 7:00 p.m. at the City Hall, 4401 Xylon Avenue North, in said City for the purpose of holding a public hearing on a proposed street and infrastructure improvement as described hereinafter. 2. The general nature of the improvement, as described in the November 2012 feasibility report entitled 2013 Infrastructure En rovement Pro'ec City Project No. 906, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. As per Figure 1 "2013 Proposed Project Area" set out in Stantec's November 2012 feasibility report, the streets included in the project are as follows: a.) for Reclaim — Boone Avenue North from 49th Avenue North to Bass Lake Road; 40 Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51" Avenue North from Boone Avenue North to end of cul-de-sac; Science Center Drive from TH 169 Service Road to Boone Avenue North; East Research Center Road from Boone Avenue North to International Parkway; International Parkway from i) West Research Center Road to Science Center Drive, and ii) from West Research Center Road to 865 feet north of West Research Center Road; West Research Center Road from TH 169 Service Road to International Parkway, and b.) for Mill and Overlay — International Parkway from Bass Lake Road to 865 feet north of West Research Center Road; TH 169 Service Road from West Research Center Road to 49th Avenue North; and 491h Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2013 Infrastructure Project 906 are as follows: Address PID number Northwest Church of Christ 07-118-21-13-0104 8624 50th Avenue North Minnesota Masonic Home 06-118-21-43-0037 North Ridge 5430 Boone Avenue North Hearing & Service Dogs of MN 06-118-21-33-0001 9440 Science Center Drive City of New Hope properties 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 3. The estimated cost of said improvement is $10,947,463.88. 4. The area proposed to be assessed for the making of said improvement shall include the premises described in paragraph 2. above, 5. All persons interested are invited to appear at said hearing for the purpose of being heard with respect to the making of said improvement. Dated the 13th day of November, 2012. sl Valerie Leone Valerie Leone City Clerk (Published in the New Hope -Golden Valley Sun -Post on the 28th day ofNovember, 2012 and the 5th day of December, 2012.) JENSEN SONDRALL & PERSELLIN, P.A. Attorneys At Law 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443-1968 TELEPHONE (763) 424-8811 $ TELEFAX (763) 493-5193 e-mail law@jspattorneys.com Writer's Direct Diad No.: (763) 201-0211 e-mail sasgspattorneys.com GORDON L. JENSEN' November 7, 2012 MELANIE P. PERSELLIN" STEVEN A.SONDRALL Guy Johnson STACYA. WOOAS' Public Works Director City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: 2013 Infrastructure Improvement - Project 906 Our File No.: 99-69061 Dear Guy: Enclosed are two resolutions for consideration at the November 13, 2012 City Council meeting for the 2013 Infrastructure Improvement Project No. 906. I didn't discuss with you or the City Manager the Resolution relating to financing of certain proposed expenditures for project 906. Basically, this is a resolution declaring the City's intent to finance some of the project costs with the proceeds of a bond sale. Looking at your proposed RFA, it appears the sale of bonds will not be used to finance any portion of the cost. Despite this fact, I think the financing resolution should be considered anyway. This will give the City the option to use bond financing if we change our mind on any of the other funding sources. Also, the adoption of this resolution does not require the City to use debt on this project; it simply keeps the City's option open to incur debt in the future if doing so would be economically prudent. The second resolution sets a public hearing for December 10, 2012 to consider going forward with the project. As you requested, it also authorizes the City Engineer to prepare Plans and Specs for the project to be considered at the public hearing. Further, the resolution establishes the project area and identifies the tax-exempt properties subject to special assessments within the project area. Tax- exempt properties pay special assessments because taxable properties have already contributed a portion of their annual real estate taxes to a street reconstruction fund. Obviously, since tax-exempt properties do not pay annual real estate taxes they are subject to assessments per the City's special assessment policy. Please contact me if you have any questions regarding these resolutions or need any additional information from me. 'Real Property Law Very truly yours, Specialist Certified By The Minnesota State Bar Association 'Licensed in Illinois/Colorado Steven A. Sondrall 'Qualified Neutral Mediator under Rule 114 Enclosure(s) cc: Kirk McDonald Valerie Leone P:1Attonney5SA5ll Client Filerl2 City of New Hope199.69061 (2013 street project)Utr G Johnson re public hearing for proj-doc Stantec Consulting 2335 West Highway 36 St Paul, MN 55113 62NDAVF N 0 1,000 2,000 4,000 Feet Figure 1 Location Map New Hope, Minnesota 2013 infrastructure Improvements Novemher2012 ^V Project Location. l_. City Limits Parcels The Info-Wi non the map has been mmpled by Stantec elaf ban a —iNp of —".am i. wy.a eo auge wlM�ou<m�a, slantec makes W?Wesenbti Sor wanan m%xpr0. nr :nplied to amnct campdetenen.dmdhea —ighta W the — of —h Womuioa Feasibility Report For 2013 Infrastructure Improvements New Hope, Minnesota City Project No. 906 November 2012 Project No. 193501579 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 T Fax: (651) 636-1311 November 5, 2012 Honorable Mayor and Council City of New Hope 4401 Xylon Avenue North New Hope, MN 55428-4898 Re: 2013 Infrastructure Improvements, City of New Hope Client Project No.: 906 Stantec Project No.: 193801579 Dear Mayor and Council Members: We are pleased to present our Feasibility Report for the 2013 Infrastructure Improvements project. The general location of the work will include the streets of 49th Avenue from Erickson Drive to Zealand Avenue, Boone Avenue from 49th Avenue to Bass Lake Road, and the industrial streets between Boone Avenue and TH-169 Frontage Road. Streets included in the project were recommended in the pavement management plan for reclamation and mill and overlay improvements in 2013. The pavement management plan is maintained by GoodPointe Technologies and was recently updated and provided to the City in the spring of 2012. Following the review of the pavement management plan, the scope of the work was then modified to include utility improvements in the project area as identified in this report. The Feasibility Report also reviews the potential Quiet Zone Railroad Crossing details at Boone Avenue, as well as utilizing the Complete Streets policy within the project limits. We recommend this report be presented and discussed at the November 13, 2012, Council meeting. Respectfully submitted, STANTEC CONSULTING SERVICES INC. r Christopher W. Long, P.E. I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota. aA4011:4- W. " - Christopher W. Long, P.E. Date: November 1, 2012 Reg. No. 47106 CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PROJECT Table of Contents Letterof Transmittal............................................................................................................. .............1 Tableof Contents.................................................................................................................................. 2 Introduction.......................................................................................................................................... 4 ExistingConditions.................................................................................................................................4 Figure 12013 Proposed Project Area................................................................................................ 5 StreetImprovements............................................................................................................................. 6 Reclaim.............................................................................................................................................6 Table1 - Reclaim Streets.................................................................................................................6 Milland Overlay.................................................................................................................................6 Table2 — Mill/Overlay Streets..........................................................................................................6 Figure 1-1 — Recommended Project Streets — Base Bid....................................................................... 7 Alternates............................................................................................................................................. 8 Table 3- Alternate 1, Reclaim Streets................................................................................................ 8 Table 4- Alternate 2, Reclaim Streets................................................................................................ 8 Figure 1-2 Recommended Project Streets — Base Bid, Alt. 1................................................................9 Figure 1-3 Recommended Project Streets — Base Bid, Alt 1 & 2 .........................................................10 Figure 2 Recommended Alternate Streets......................................................................................11 Miscellaneous................................................................................................................................... 12 Figure 3 Typical Roadway Sections................................................................................................13 Potential Rain Garden Locations............................................................................................................ 14 Figure 4 — Potential Rain Garden Locations..................................................................................... 15 CompleteStreets................................................................................................................................. 16 Figure 5 — Proposed Trail Routes....................................................................................................17 Quiet Zone Railroad Crossing Improvements.......................................................................................... 18 New Crossing Arms (Entire Set).........................................................................................................18 Concrete Curb and Jersey Barrier Median...........................................................................................18 Channelization.................................................................................................................................18 AdditionalInformation......................................................................................................................19 Figure 6-1 Required Quite Zone Railroad Crossing Improvements..................................................... 20 Figure 6-2 Required Quite Zone Railroad Crossing Improvements..................................................... 21 Figure 7-1 Vehicle/Truck Turning Evaluation.................................................................................. 22 Figure 7-2 Vehicle/Truck Turning Evaluation.................................................................................. 23 Water Main Improvements.................................................................................................................... 24 Sanitary Sewer Improvements.............................................................................................................. 24 Storm Sewer Improvements.................................................................................................................. 24 CostEstimates..................................................................................................................................... 25 Table 5 — Streets Cost Estimate..................................................................................................... 25 Table6 Utility Cost Estimate....................................................................................................... 26 Table 7 — Total Project Costs......................................................................................................... 26 Financing...........................................................................................................................................27 Revenues........................................................................................................................................ 27 Assessments.................................................................................................................................... 27 Table 8 - Proposed Assessment Rates............................................................................................. 27 Table 9- Assessable Revenue......................................................................................................... 28 Table10- Funding Source.............................................................................................................. 28 ProjectSchedule.................................................................................................................................. 29 Conclusion and Recommendations......................................................................................................... 30 City of New Hope Stantec Project No: 193801579 2013 Infrastructure Improvements RaPage 2 Appendix Appendix A-1 Preliminary Cost Estimate Summary Appendix A-2 Preliminary Cost Estimate - Base Bid, Total Reclaim Streets Appendix A-3 Preliminary Cost Estimate - Base Bid, Total Mill & Overlay Streets Appendix A-4 Preliminary Cost Estimate - Alternate 1, Total Reclaim Streets (less Mill & Overlay Costs from Base Bid) Appendix A-5 Preliminary Cost Estimate - Alternate 2, Total Reclaim Streets (less Mill & Overlay Costs from Base Bid) Appendix A-6 Preliminary Cost Estimate - Base Bid, Total Utilities Appendix A-7 Preliminary Cost Estimate Alternate #1, Total Utilities Appendix A-8 Preliminary Cost Estimate - Alternate #2, Total Utilities Appendix A-9 Preliminary Cost Estimate, Total Trail Costs - Boone Avenue Appendix A-10 Preliminary Cost Estimate, Total Trail Costs East Research Center Road Appendix B-1 Preliminary Assessments, Includes Base Bid, Alternate 1 and Alternate 2 Appendix B-2 Preliminary Assessments, Includes Base Bid, Alternate 1 and Alternate 2 Appendix B-3 Preliminary Assessments, Front Footage City of New Hope ,AA1 ' 5tantec Project No: 193$01579 2013 Infrastructure Improvements wlaeStantK Page 3 CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PROJECT Introduction The City of New Hope has chosen to investigate the feasibility of performing improvements to rehabilitate existing streets and to install new water mains as consistent with the City's standard practice of infrastructure management for the project area shown on Figure 1. The City of New Hope adopted a Pavement Management Plan originally prepared by GoodPointe Technology in 2001. The report includes an inventory of all existing streets and yearly recommendations for street improvements. These recommended improvements include treatment strategies such as crack repair, seal coat, mill and overlay, reclamation, and full reconstruction. To keep the plan current, streets have been re- evaluated with updated recommendations made for current and future years. The most recent update occurred in the spring of 2013. Modifications to the initial project scope are made by City staff to accommodate issues beyond street improvements. These issues could possibly include water main replacement, drainage and storm sewer improvements, sanitary sewer improvements, complete streets, railroad quiet zone improvements, and park improvements. This study addresses those streets proposed for 2013 and respective proposed rehabilitation. Existing Conditions GoodPointe has recommended project streets and improvement strategies for these streets. The streets, sanitary sewer, and water main within the project area were constructed primarily between 1965 and 1971. City records have been reviewed and initial inspections performed to identify storm sewer and sanitary sewer warranting improvement work in the project area. Overall, the condition of the existing storm and sanitary systems in the project area is good. Several deteriorating storm structures, storm pipe laterals, and specific sanitary pipe issues have been identified. As is typical with the existing cast iron water mains in the City, a history of breaks have been confirmed under portions of the project streets. Therefore, replacement of water mains in the project area is warranted. City of New HopeStantec Project No: 193801579 2013 Infrastructure Improvements ,pX- ntec Page 4 62ND�AVE N N 'R 7777 0, 58TH p �' 58TH y z I _z z IKE ,' w 56TH AVE N SCIENCE C N Drr �, + F '...518TAVE N m 41 �hiq� l Llf - :50'frhF*SKr I - 49THgVE _i I! L 4TTHAVEt4yl 2L 4U w 7. L - 1 1451 FFPL, rnCY — - z z umi x ¢ _- 9 Z � I... I � o .: W 42NO*Iij� F j 415TAV N u 4OTI[LAVP N C j 38FFFAX{�N I z y- 1 W, o� AVE gcy,y j h k Project Location City Limits S'E t F7 FUKA IMNPARK DR Parcels I- wTHVN' I� a 32KID A N-- - :a Yc 3bT�6}SVE�Kf j "v --28Th A1fE t �';�a` 28TFfAVEK �Z f' TY v ' Tf i PL IT 26tR _ MEDICINE CAKE_ November 2012 0 1,000 2,000 4,000 Feet A 6552G�bl $tarlteeCoflsUEting Figure 1 The InformstIononthis map has how compiled 2335 West Highway 36 St. Paul, MN 55113 2013 Proposed Project Area by Standee staff horn a variety of sources and is Subject to change without notice. Stantec makes no rapreamtatims or warranties, express or Implied, - New Hope, Minnesotaas to aewraey, eompletenees,timellnew, or rights 5�11C 2013 Infrastructure Improvements fo ,h.= of such information. November 2012 CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PROJECT Street Improvements The proposed project area is depicted by Figure 1. Two potential street improvement types have been identified for this project. These rehabilitation methods were chosen based on the criteria previously mentioned. The streets and their corresponding improvement type can be seen depicted in Figure 1-1. RECLAIM This rehabilitation method includes the reclamation and replacement of the entire bituminous surfacing of the roadway, spot curb and gutter replacement, base material replacement, select granular subgrade correction, geotextile fabric, and drain tile to improve subsurface drainage. The following roadways selected for this method were chosen based on the integrity of the existing curb and gutter and underground utilities. Table .1 - Reclaim Streets STREET FROM i TO LENGTH Base Bid: Reclaim Boone Ave N 49th Ave N I Bass Lake Road CR 10 5,071 49th Ave N Boone Avenue 160' west of Erickson Drive 2,000 51st Ave N Boone Avenue End of cul-de-sac 610 Science Center Drive TH 169 Service Road 800 ft east of service road 800 East Research Center Road Boone Avenue i International Parkway 1,0 865 i Totals: 9 535 MILL AND OVERLAY The full width mill and overlay consists of milling 2 -inches of the existing bituminous surface across the entire width of the street, followed by a 2 -inch overlay over the entire bituminous surface. The full width mill and overlay increases structural strength of the road. The following streets will be rehabilitated with a mill and overlay. Table 2- Mil//Overlay Streets STREET FROM TO LENGTH Base Bid: Mill & Overlay International Parkway East Research Center Road Science Center Drive 1,090 International Parkway West Research Center Road East Research Center Road 720 West Research Center Road TH 169 Service Road International Parkway 790 International Parkway Bass Lake Road CR 10 865' North of W. Research Center Road 985 International Parkway 865' North of W. Research Center Road W. Research Center Road 865 Science Center Drive Boone Avenue Beginning of Reclaim 1,730 TH 169 Service Road W Research Center Road 49th Ave N 3,969 49th Ave N East Bridge Abutment 160' west of Erickson Drive 750 Totals: 10,899 City of New Hope/+ Stantec Project No: 193801579 2013 Infrastructure Improvements �i Rahw Page 6 n 0 400 800 Horizontal Scale In Feet RECLAIM MILL AND OVERLAY W9 e — W ae0 { SY Z ei10 e1p i 1 ess atm YGd[NICN L[e11 G� If„' Y'Li' 1 tl saw II eam VILLAGE GREEN COURSE am 1 I W 61p �aAp 1111 m e>� aua 3 o s� nm 56TH AvE N -IST NORTH eA° esn aow ens " NORTH EDUCA711ON CENTER ever RIDGE PUBLIC WORKS APART— GARAGE MEMS 55TH AVE N SHf can A feA aaA a1A eua en1 NORTH z `'a 13MN y, RIDGE z CARE ere s1e eas i ` PARK sale em a a i w sm sau CENTER sacs m salt stn a e1Y N nu r _ 54TH AVE N SCIENCE CENTER yR .' ea1 .am sm1 i C P RAIL SYSTEM ICI /ARIA+A lw I„e\ L::� r — — — — — — — — I PROJECT STREETS - BASE BID NEW HOPE, MINNESOTA FIGURE: 1-1 u; 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: October 2012 COMM: 193801579 CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PROJECT Alternates Additional water main improvements were considered for this report. Due to funding restraints, city staff had previously prioritized the water main replacement sections within the project area. City council recommended adding potential water main improvement areas as alternatives to the base bid improvements. These alternative project areas included the following: ■ Project Streets — Base Bid, Alternate 1 (Figure 1-2) ■ Project Streets — Base Bid, Alternate 1 & 2 (Figure 1-3) The streets for the alternative water main improvement areas will be improved by reclamation rather than the base bid plan for mill and overlay. Since the subgrade would be disturbed with the water main installation, it is most cost efficient and beneficial to improve the street subgrade at the same time. Figure 2 and the tables below identify the reclaim streets due to the alternative water main improvement areas. Table 3- Alternate 1, Reclaim Stmets STREET FROM I TO LENGTH International Parkway East Research Center !toad Science Center Drive 1,090 International Parkway West Research Center Road East Research Center Road 720 West Research Center Road TH 169 Service Road International Parkway 790 Totals: 172,600 Table 4- Alternate Z, Redaim Sheets STREET FROM TO LENGTH International Parkway 865' North of W. Research Center Road W Research Center Road 865 Science Center Drive Boone Avenue Beginning of Reclaim 1 730 Totals: 2,595 City of New Hope �c�^ Stantec Project No: 193801579 2013 Infrastructure Improvements v Ran Page 8 �n 0 400 800 Harizontai Seale In Fut RECLAIM MILL AND OVERLAY eMc esn sic sa su asa _ ]� > sss: es] ese Lov note ass a � a ]°" � spa asn mM Is ZZ.; r ]tee � `I �] '2q Lb LII ama m eep a]s ata as ]Wa >n q !AI � � � � !0 tea UCii ]mow ! esu sm 'iY axe awt sd sr G� Lm I9s .y 1A] pSd i1% � ]!41 pp era sap ' p weer s m TM er e VICTORY LY PARK sate "sets 56TH 0 m vr_v ao Ener NORTH eep ewe RIDGE ® � pUgj.1C � mn WORKS APART— °� GARAGE MENTS I m I .rt I a� NORTH RIDGE - sloe CARE pp sua CENTER N4 ]ns slp sw r E cFNr=1.t�MM #"R q$ ]pl C!tl ,w I� AV N wk I >= 1lle II ST VEN> f atm esI es.. QF . CHIaSI 57tH AVE N >rp �aI 1 Zgg�A • csv.•sn S 5 i NEW HOPE ATHLERC FIELD FAfRvjeW c yy 19T:I A+, E N .. VILLAGE GREEN COUSRE rsI j— � sm c ao su eps L eis e NORTH EDUCATION CENTER C. P. NAIL 3a- Irk �VpI.a1R:!_I.,p�••�1 Vt�l rer'I-I Imlalltl;1f`av �.�•'/1.fx I �--I PROJECT STREETS -BASE BID, ALT. 1i NEW HOPE, MINNESOTA FIGURE: 1-2 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: October 2012 COMM: 193801579 e 54TH Ilp AVE N eJtl C. P. NAIL 3a- Irk �VpI.a1R:!_I.,p�••�1 Vt�l rer'I-I Imlalltl;1f`av �.�•'/1.fx I �--I PROJECT STREETS -BASE BID, ALT. 1i NEW HOPE, MINNESOTA FIGURE: 1-2 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: October 2012 COMM: 193801579 n 0 400 800 Horizontal Seale In Feet RECLAIM MILL AND OVERLAY I i VILLAGE GREEN GOLF - COURSE a NORTH EDUCATION CENTER PROJECT STREETS -BASE BID, ALT.1 &2w= r. NEW HOPE, MINNESOTA FIGURE: 1-3 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: October 2012 COMM: 193801579 L F 1 1 1 Anti 1 0 400 800 Harizartd Scale In Feet 1 1 im 1 1 RECLAIM STREETS '. (DUE TO 1 WATER MAIN IMPROVEMENTS) y BASE BID ALTERNATE 1 t ALTERNATE 2 1 1 1 1 ALTERNATES — RECLAIM STREETS VI GEE GREEN LF COURSE T, g" NORM I I Ea NORM EDUCATION CENTER m RIDGE AIDQ E YENi5 55TH AVE N e�]c ue m NORM BEGIN Le RIDGE w ne Tin a w w as ]w PARK aw ].n CARE a u uZ7- CENTER 54TH AVE N CE CENTER ER C. P, RAIL SYSTEM I Y a N z M y a auRni .�. i B 8 C R p .�. Qy 30TH AVE N� B°z r, OF d �� r _T_ T— 7.. NEW HOPE, MINNESOTA FIGURE: 2 2013 INFRASTRUCTURE IMPROVEMENTS shodec V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE. October 2012 COMM: 193801579 MISCELLANEOUS The typical street sections corresponding to the proposed improvements can be seen in Figure 3. The street sections are standard for the industrial streets within the City of New Hope and consistent with a 10 -ton road design. Boulevards disturbed by construction in all areas will be graded, shaped, and restored. In reclaim areas, new eight -inch thick concrete driveway aprons will be constructed to the right of way (except in locations where elevations require additional reconstruction of the driveway). Areas with damaged sidewalk panels will be replaced. Additionally, catch basin and manhole castings will be replaced in reclaim areas. New regulations regarding traffic sign retro reflectivity are in place and expected to be enforced in upcoming years. Municipalities are required to have an evaluation and replacement practice in place. All traffic signs are required to be up to code. In order to plan and distribute the costs for sign replacements throughout the city, it is proposed that traffic signs in the project area be reviewed and replaced to comply with future regulations. New signs and posts will be included with the proposed project. MV of New 2013 Infrast uncture Improvements � Stantec Project No: 193801579 A m -Page 12 EXISTING CONCRETE CURB & GUTTER RECLAIN IX. BITUMINOUS RECLATM EX, GRAVEL BASE Ex Conde — Curb and Gutter NOTE: RECLAIMED BITUMINOUS AND GRAVEL BASE WILL BE RECYCLED IN NEW BASE SECTION 2" MILL TYPICAL ROADWAY SECTIONS NEW HOPE, MINNESOTA 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACrIVRI93801579\CAD\DWG\193801579FDO2.DWG CL SPOT REPAIR B618 CURB & GUTTER D RAINTILE INSIDE GUTTER WHEN CURB & GUTTER REMAINS OR DRAINTILE BEHIND CURB WHEN —� CURB & GUTTER IS REPLACED TYPE LV 4 WEARING COURSE MIXTURE (LVWE450300) TYPE LV 3 NON WEARING COURSE MIXTURE (LVNW35030B) " CLASS 5 AGGREGATE BASE " SELECT GRANULAR BORROW AS DIRECTED BY ENGINEER OTEXIILE FABRIC, TYPE IV, NONWOVEN TYPICAL SECTION RECLAIM CL VARIES PROPOSED 2" WEARING COURSE MIX`rURE TYPICAL SECTION MILL 8L OVERLAY (FULL WIDTH MILL) FIGURE: 3 DATE: October 2012 COMM: 193801579 CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PROTECT Potential Rain Garden Locations Rain gardens provide for a natural infiltration area for rain water to enter the ground. This natural process helps to filter out pollutants that are washed from streets and lawns with rainwater. Rain gardens also reduce peak flows during storm events. A number of potential rain garden locations have been identified and shown on Figure 4. These locations are based on visual inspections of the project area. A more complete review of the site will be done during the project design. The ability for these locations to support a rain garden feature will be determined at that time. The criteria used in determining the potential rain garden locations included the following: ■ Catch basin or existing water body near proposed location to allow discharge from the rain garden drain tile. ■ Existing slopes allowing for a rain garden without the need to install a retaining wall. • Existing space acceptable for a rain garden (some locations were limited by existing or future sidewalks and trails). Property owners adjacent to these potential locations have not been contacted. Once the characteristics to support a rain garden have been verified, owners will be contacted to determine their interest in this type of feature. This will be completed during the design stage. City of New HopeStantec Project No: 193801579 2013 Infrastructure Improvements � Page 14 (n 0 400 ®00 Horizontal scala In Feet POTENTIAL RAIN i GARDEN LOCATION NOTE: For locations along Boone Ave, size may be limited by existing and future trails. $�aMAN©o � oo�D o o0 00 11,411w,7} mil HOUSE. OF ,m HOPE LUTHERAN ,m I CHURCH .x. POTENTIAL RAIN GARDEN LOCATIONS` NEW HOPE MINNESOTA FIGURE: 4 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: October 2012 COMM: 193801579 HIGH IDOL VS. 'a VIL CEELFREEN O TM. COURSE .n ?KWY ,u a xp W j „ i W neeG zr a aho W m .w >m sdw �I a a xrr eer a > ee>, a i n„ laic c VICTORY r I"� aeei r. w PARK v z rm 56TH AVE N ees CENTER RD EAS } RESEARCH CENTER RD WEST ! t+Y7 NORM .� aes ees NORTH EDUCATION CENTER I Ir RIDGE PUBLIC WORKS APART— frEEI AVE N L55TH xu eas eew s,e ra �� NORTH z BEGIN RIDGE > °'. n s,m� c sup g4� > PARKCA CENTER i'1'F.9- woe 59TH AVE N 54TH SCIENCE CENTER DR S:-iENCE CENTER AR W e01 e,. C. I RAIL SYSTEM HOUSE. OF ,m HOPE LUTHERAN ,m I CHURCH .x. POTENTIAL RAIN GARDEN LOCATIONS` NEW HOPE MINNESOTA FIGURE: 4 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: October 2012 COMM: 193801579 HIGH IDOL CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PROJECT Complete Streets In May 2011, the City of New Hope approved a Complete Streets policy. The policy outlined the city's commitment to consider the safety and functionality of streets for people of all ages and ability, and for various modes of transportation. Some modes of transportation include walking, biking, wheelchairs, public transit, and automotive. In accordance with the policy, a Complete Streets network will be incorporated into this project. Following a review of the project site, existing trail and sidewalk network, and the Proposed Trail and Bikeway Plan as shown in the Comprehensive Plan from 2009, two proposed bituminous trail segments have been identified. An off-street bituminous trail is shown to be constructed along the west side of Boone Avenue, from 49t` Avenue North to Bass Lake Road. In connecting the Boone Avenue trail to Victory Park, an off-street bituminous trail has also been proposed to be constructed on the north side of East Research Center Road. Figure 5 shows the existing system with the proposed bituminous trails. Future trail connections are also shown on 49`x' Avenue North and from Victory Park to Bass Lake Road. Oty of New Hope Stantec Project No: 193801579 � 2013 Infrastructure Improvements �% Page 16 (n 0 400 SOD Haftmtd Sade In Fast EXISTING CONCRETE SIDEWALK I I EXISTING BITUMINOUS TRAIL } PROPOSED BITUMINOUS TRAIL I� FUTURE BITUMINOUS TRAIL I RECOMMENDED TRAIL ROUTES NEW HOPE, MINNESOTA 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG FIGURE: 5 VILLAGE�GREEN COURSE NORTH EDUCAnON CENTER DATE: October 2012 COMM: 193801579 CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PROTECT Quiet Zone Railroad Crossing Improvements As part of this report, the feasibility and costs associated with the creation of a new quiet zone at the Boone Avenue crossing is being investigated. Discussions, meetings, and other correspondence have occurred with the Federal Railroad Administration (FRA), Canadian Pacific Railroad (CPR) and Minnesota Department of Transportation Railroad Administration. The existing crossing currently has constant warning time train detection, power out indicators, and a cantilever gate on each side of the crossing. It is the intent of the required crossing improvements to provide a safer crossing by not allowing for vehicles to drive around the current crossing arms. In order to fulfill quiet zone requirements, an entire set of new crossing arms, a non -traversable curb, or channelization is required. NEW CROSSING ARMS (ENTIRE SET) As indicated in Figure 6-1, if the proposed improvement is by replacement or addition of crossing arms, CPR will require the entire set of crossing arms be replaced. This improvement would include four new crossing arms and all new wiring and conduit. The estimated construction cost for these improvements is $500,000. No additional median work will be required with this improvement and access to and from the adjacent businesses will not be affected. CONCRETE CURB AND JERSEY BARRIER MEDIAN Figure 6-2 identifies the addition of barrier curb to the north side of the railroad tracks, and barrier curb with a Jersey barrier on the south side of the railroad tracks. Construction of the Jersey barrier on the south side is required to ensure truck traffic is not crossing the median. If trucks are crossing the median, CPR may remove the Quiet Zone designation at their discretion. The estimated construction cost for these improvements is $50,000. No new or additional crossing arm work will need to be completed with this alternative. Access to the adjacent businesses located to the south of the railroad tracks will be impacted with this alternative. Truck traffic exiting the north driveways will only be able to exit to the south. The curb with concrete Jersey barrier will not allow for the larger semi -trailers to complete the turn to the north from the north driveways. See Figures 7-1 and 7-2 displaying the vehicle turning movements. CHANNELIZATION This alternative included channelizing the traffic through the use of curb and medians. Channelizing the traffic was identified as not feasible with the large truck traffic exiting the driveways located to the south of the railroad tracks. Damage to the curb and median is expected and CPR could remove the Quiet Zone designation at their discretion. City of New Hope � Stantec Project No: 193801579 2013 Infrastructure Improvements a ntK Page 18 ADDITIONAL INFORMATION The City of Plymouth currently has partial quiet zones at their crossings. CPR has indicated that all new quiet zones created in New Hope will be partial quiet zones, unless the City of Plymouth is willing to resubmit application(s) for a full quiet zone. CPR prefers the crossings in adjacent communities be consistent in their designation to avoid confusion of when to sound the horn or not to. If the partial quiet zone is created, horns will not sound from 10:00 pm to 7:00 am and will continue to sound at all other times. Trains will continue to sound at all times for the Winnetka Avenue crossing. Traffic counts were recently completed for Boone Avenue. The Annual Average Daily Traffic (AADT) was determined to be 6,150 AADT. City of New Hope Stantec Project No: 193801579 2013 Infrastructure Improvements � Ra� Page 19 I i I �I � I I BARGAIN CONTAINER I 8821 SCIENCE CENTER DR. I I I I I I I � I I I I I ------------------------------J � I I I a b I I I I I I I C.P. RAILROAD it I I I I x x REMOVE 2 EXISTING CROSSING ARMS AND INSTALL 2 NEW CROSSING ARMS WORLD TRANSLOAD & LOGISTICS 5101 BOONE AVE. TRUCK DETAILS VEHICLE WB -67 SEMI -TRAILER CB LENGTH 73.5 FEET WHEELBASE 19.5 FEET TRAILER LENGTH 53.0 FEET I NORTH `--�-- I I DRIVEWAY—�I I I I !I EXISTING CURB j q I I I I I I � III � UI I � I (EXISTING SIDEWALK I �I� l I SOUTH DRIVEWAY L I �I I II -T — e i I I I ,,Cr �b I I I L r J 51ST AVENUE -....T FfI III II I I III wD OJ m¢ I w WAYMOUTH FARMS 5300 BOONE AVE.rD I I I II L_} IQ I SOUTH DRIVEWAY 6 INSTALL 2 NEW CROSSING ARMS ' fl II C.P. RAILROAD EASEMENT II � ¢ � a ------------------ I}�I� NORTH DRIVEWAY IN I Q — I I I I II, II I I I I I I I I III � Q —I F— I I MINNEAPOLIS DIE II CASTING I I I I 5100 BOONE AVE. I II F -� ll, I IV I I II II I III I II it II II II j I f II I ---------SOUTH ------------------ SOUTHDRIVEWAY III------------------} -- IIIc 43 0 s0 100 Horizontal Scale In Feet REQUIRED QUIET ZONE RAILROAD CROSSING IMPROVEMENTS NEW HOPE, MINNESOTA FIGURE: 6-1 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\QUIET ZONE FIGURE.DVVG DATE: October 2012 COMM: 193801579 I r I I BARGAIN CONTAINER 8821 SCIENCE CENTER DR. I I j r I I I I I I I ------------------------------J d Q CO C.P. RAILROAD WAYMOUTH FARMS i IV V Q 5300 BOONE AVE. I I I I li L_ IQ i' SOUTH DRIVEWAY IPL-- ----- V I IN I I, I I I Is'V5T>nLL BARRIER CURB 11 REQUIRED QUIET ZONE RAILROAD CROSSING IMPROVEMENTS NEW HOPE, MINNESOTA FIGURE: 6-2 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CADkDWG\QUIET ZONE FIGURE.DWG DATE: October 2012 COMM: 193601579 I I H C.P. RAILROAD EASEMENT".)II II � � EXI5TING CROSSING ARM p - - - - - - - - - - - - - {3Q j - NORTH �I I -----------------J DRIVEWAY I NORTH DRIVEWAY �,--- , INSTALL BARRIER CURB WITH JERSEY BARRIER _I EXISTING CURB I Q II I I II I I IM I I Q I I I MINNEAPOLIS DIE CASTING (EXISTING SIDEWALK ! I Y 5100 BOONE AVE. WORLD TRANSLOAD & LOGISTICS I I I j w D 11 I I' I- 5101 BOONE AVE. I 7, z Z II of II SOUTH DRIVEWAY I I - 'rt ' I II II TRUCK DETAILS VEHICLE WB -67 SEMI -TRAILER CB LENGTH 73.5 FEET WHEELBASE 19.5 FEET I TRAILER LENGTH 53.0 FEET j - - - - - - � Q r - - - - i I �b �----- I I IJ I II __ SOUTH DRIVEWAY II----------------------- ------ � �y,r'v-Y�r,r�Y-�r 51ST AVENUE 0 q (3 a 50 100 Horizontal Scale In feet REQUIRED QUIET ZONE RAILROAD CROSSING IMPROVEMENTS NEW HOPE, MINNESOTA FIGURE: 6-2 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CADkDWG\QUIET ZONE FIGURE.DWG DATE: October 2012 COMM: 193601579 I II -----------------J II II i BARGAIN CONTAINER I 8821 SCIENCE CENTER DR. I I II II Ili Il 'l f II II I C.P. RAILROAD �18 I II 11 C.P. RAILROAD EASEMENT (TYP.) I II I 105BARRIER CURB 4111TH JERSEY BARRIER ----------- !� NORTH II DRIVEWAY-----*�-` r Ill I I ! l I `jl �I I I I I I I ll I WORLD TRANSLOAD & l I LOGISTICS j Iii 5101 BOONE AVE. I I I I I EXISTINGICURB l I II I I II `I EXISTING �DEWALK it I II � II I III I 'I I ll lI II � II i SOUTH DRIVEWAY III � - ----------- i LLJ W � Z Z 0111 O > mQ I I I. II I I I WAYMOUTH FARMS Ip p 5300 BOONE AVE. II II I; I IfJSTALL BARRIER CURB II EXISTING CROSSING ARMS CONFLICT WITH BARRIER CURB AND JERSEY BARRIER a --------------------------- NORTH ------------- NORTH DRIVEWAY F --I, WB -67 SEMI -TRAILER CB 73.5 FEET 19.5 FEET 53.0 FEET -#1 VEHICLE/TRUCK TURNING EVALUATION NEW HOPE, MINNESOTA FIGURE: 7-1 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\QUIET ZONE FIGURE.DWG DATE: October 2012 0 30 60 Horizontal Scale in Feet COMM: 193801579 I I I I I I I I I I I I I I I I I L ----_-J I 'I MIN NEAPOLIS DIE CASTING a5 5100 BOONE AVE F --I, WB -67 SEMI -TRAILER CB 73.5 FEET 19.5 FEET 53.0 FEET -#1 VEHICLE/TRUCK TURNING EVALUATION NEW HOPE, MINNESOTA FIGURE: 7-1 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\QUIET ZONE FIGURE.DWG DATE: October 2012 0 30 60 Horizontal Scale in Feet COMM: 193801579 i ---------------- f BARGAIN CONTAINER 8821 SCIENCE CENTER DR. 0 C.P. RAILROAD C.P. RAILROAD EASEMENT CTYP.) Co li II II '}I �I I II I, II I, `II II I II II I � I � �I � I III` II II I `x — INSTALL BARRIER CURB WITH Ij JERSEY BARRIER I 1 ----- — — — �� NORTH DRIVEWA =- -- - jl I II II I I+� 'III I II I ,I I I WORLD TRANSLOAD & I LOGISTICS j I j7 5101 BOONE AVE. I I I I EXISTING (CURB II I I �I L- d , 9 EXISTING p DEWALK l I I I� I I I, SOUTH DRIVEWAY _ — II L] W Z O W O mQ WAYMOUTH FARMS 5300 BOONE AVE. INSTALL BARRIER CURB Ci EXISTING / CROSSING ARMS II ,I II II II J. I--- `-�— CONFLICT WITH BARRIER CURB III AND JERSEY BARRIER - - I IVI I VEHICLE/TRUCK TURNING EVALUATION NEW HOPE, MINNESOTA FIGURE: 7-2 2013 INFRASTRUCTURE IMPROVEMENTS NORTH DRIVEWAY I I I I I , I II I I V I I I I I I J I MINNEAPOLIS DIE CASTING 5100 BOONE AVE WB -67 SEMI -TRAILER CB 73.5 FEET 19.5 FEET 53.0 FEET 0 30 60 Horaantal Scale In Feet V:\1938\ACTIVE\193801579\CAD\DWG\QUIEf ZONE FIGURE.DWG DATE: October 2012 COMM: 193801579 CITY OF NEW HOPE - 2013INFRASTRUCTURE IMPROVEMENT PROJECT Water Main Improvements As part of the infrastructure maintenance program, all cast iron pipe (CIP) is proposed to be replaced in all areas designated for rehabilitation. Historically, the CIP water main throughout the city has been a significant maintenance issue. Numerous breaks have occurred over the years, causing considerable inconvenience to residents and maintenance cost to the City. It is proposed that the water main, hydrants, valves, service pipe to the property line, and curb stops will be replaced as part of the project where rehabilitation of the existing street is completed. The new main, leads, and fittings would be replaced using ductile iron pipe (DIP). Sanitary Sewer Improvements The sanitary sewer mains have been televised and overall appear to be in satisfactory condition. However, there are a few needed spot replacements and repairs which were identified. All non -conforming manhole covers, ones with open pick holes, within the project area are proposed to be replaced with covers with concealed pick holes. This would help in limiting unnecessary inflow into the sanitary sewer system. Additionally, seals would be added to the existing sanitary manholes access to reduce potential infiltration into the system. Storm Sewer Improvements Within the project area, several types of storm sewer needs have been identified. It is proposed that along with the scheduled maintenance of the streets, non -city standard catch basin castings be replaced in areas where reclamation is proposed. Similarly, all storm sewer structures that are constructed of block will be replaced with pre -cast concrete structures within the project area. There are two significant areas of storm sewer requiring reconstruction within this project. The 49th Avenue North and Erickson Drive area as well as the East Research Center Road and Boone Avenue area. Drainage will be improved by increasing the pipe size, adding laterals, changing pipe alignments, and adjusting emergency overflow locations and elevations as needed. All existing deteriorated structures will be removed and replaced. Generally, brick manholes, catch basins, and the street laterals are in poor condition and require replacement. Other drainage deficiencies identified during the design will be corrected with this project. city of New Hope* RaWK Stantec Project No: 193801579 2013 Infrastructure Improvements -.t.+� Page 24 CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PROJECT Cost Estimates The total cost estimate for work proposed to be completed as part of the 2013 Infrastructure Improvements project is $10,947,463.88. Detailed cost estimates have been prepared and can be seen in Appendix A. Summaries of the estimated costs is shown below. Table 5 — Streets Cost Esdmatie (Includes estimated 10% Contingencies and 15% Indirect Cost) STREET ' FROM TO i STREETS LENGTH TOTAL COST Base Bid: Reclaim E Research Center Boone Avenue N 49th Ave N Bass Lake Road (CR 10) 5,071 $2,000,943.00 49th Avenue N Boone Avenue 160' west of Erickson Drive 2,000 $862,697.25 51st Avenue N Boone Avenue End of cul-de-sac 610 $266,749.88 Science Center Drive TH 169 Service Road 800 ft east of service road 800 $369,015.75 E Research Center Road Boone Avenue International Pkwy 1,054 $475,686.00 Totals: 1 9,5351 3 975 091.88 Base Bid: Mill & Overlay E Research Center International Pkwy Road Science Center Drive _ 1999_ $168,594.75 W Research Center E Research Center International Pkwy Road Road 720 $114,230.25 W Research Center Road TH 169 Service Road International Pkwy 790 $122,269.50 865' North of W. Bass Lake Road (CR Research Center International Pkwy 10) Road 985 $137,875.50 865' North of W. i Research Center W. Research Center International Pkwy Road Road 865 $145,104.75 Science Center Drive Boone Avenue Beginning of Reclaim 1,730 $266.395.50 W Research Center TH 169 Service Road Road 49th Ave N 3,969 $372,343.50 East Bridge 160' west of 49th Ave N Abutment Erickson Drive 750 $108,317.25 Totals: 10,899 $1,435,131.00 City of New Hope Stantec Project No: 193801579 2013 Infrastructure Improvements r Ran Page 25 Alternate 1: *Reclaim Water Main Sanitary Sewer Storm Total Base Bid: International Pkwy E Research Center Road Science Center Drive I ' 1,090 ! 335 245.50 International Pkwy W Research Center I Road E Research Center Road 720 i $235,912.50 W Research Center Road TH 169 Service Road International Pkwy 790 $242,669.2.5 Totals: 2,6001 813 827.25 Alternate 2: *Reclaim Water Main Sanitary Sewer Storm Total Base Bid: International Pkwy 865' North of W. Research Center Road W Research Center Road 865 $287,016.75 Science Center Drive Boone Avenue tBeginning of Reclaim 1 1,730 $529,726.5-0 $484,272.00 Total Totals: 1 2,595 816 743.25 Base Bid: Reclaim $3,975,091.88 Base Bid: Mill & Overlay $1,435,131.00 Alternate 1 $813,827.25 Alternate 2 $816,743.25 Total Project Street Cost w/Alternates $7,040,793.38 *Costs shown on Alternates are in addition to the base bid mill and overlay costs. Table 6 — Utility Cost Estimate (Includes estimated 1O% Contingencies and 2591b Indirect Cost) Part Water Main Sanitary Sewer Storm Total Base Bid: $1,229,634.00 $36,787.50 $528,120.00 $1,794,541.50 Alternate 1: $331,641.00 $38,070.00 $65,272.50 $434,983.50 Alternate 2: $328,482.00 $25,245.00 1 $130,545.00 $484,272.00 Total $1,889,757.00 100 102.50 $723,937.50$2,713,797.00 Table 7 — Total Project Costs (inNudes estimated 1O% Contin envies and 25% Indirect Cost) Part Total *Base Bid $8,397,637.88 Alternate 1 $1,248,810.75 Alternate 2 $1,301,015.25 Total Project Costs $10,947,463.88 *As shown in Appendix A-1, Base Bid amount includes the total trail costs (Boone Avenue and East Research Center Drive), as well as the new crossing arms for the quiet zone improvements. City of New Hope Stantec Project No: 193801579 2013 Infrastructure Improvements �� Page 26 CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PROJECT Financing REVENUES The following are possible sources of funding for the 2013 Infrastructure Improvements project: ■ State Aid Funds ■ Street Improvement Fund ■ Sanitary Sewer Fund ■ Water Main Fund ■ Storm Water Fund ■ Assessments ■ Drinking Water Revolving Fund — Minnesota Public Facilities Authority (PFA) Loan ■ Hennepin County Capital Improvement Plan 2013 Bikeway Development Participation Program ■ Safe Routes to School Grant ASSESSMENTS Benefiting, tax-exempt properties are proposed to be assessed for street improvements as part of the construction of this project. Assessments will not be levied against taxable residential and commercial/ industrial properties in accordance with the New Hope's Assessment Policy nor will any utility improvements be assessed to any benefitting property. The following tabulates the assessment rates for this project: Table 8 - Proposed Assessment Rates Improvement Strategy Non -Residential Rate per Front Foot Mill and Overlay $54.22 Reclaim $216.24 Oty of New Hope 2013 I Fast ucture Improvements � ;1 � Stantec Project No: 193801579 Page 27 The assessable properties with their respective property types and assessments are as follows: Table 9- Assessable Revenue Owner Address Improvement Front proe T e P yp Assessment Storm Strategy Footage ,' Amount 1 City of New Hope 86 Address Unassigned Reclaim 263 Non - Residential $56,871.12 2 City of New Hope 86 Address j Reclaim Unassigned 263 Non - Residential $56,871.12 3 Northwest Church of Christ 8624 50th Ave N Reclaim 245 Non - Residential $52,978.80 4 Minn Masonic Home 5430 Boone Ave N Reclaim 608 Non - Residential $131,473.92 No Ridge $662 $8,234 Quiet Zone Hearing & Service I 9440 Science ! 5 Dogs of MN DBA Can + Center Dr I Mill & Overlay 899 Non — Residential $48,743.78 Do Canines $724 Water Main 6 City of New Hope 5P500InternationalReclaim kwy $854 638 Non — Residential $137,961.12 7 City of New Hope 86 Address Mill & Overlay 938 Non — Residential $162,166.10 Unassigned Reclaim 8 Ci of New Hoe City p 5700 International Pkwy Mill & Overla y 277 Non — Residential $15,018.94 Total Assessment $662,084.90 Table 10- Funding SOurCL- costs shown in thousands *The City has received notice of approval that the project is on the Minnesota Public Facilities Authority (PFA) Intended Use Plan (IUP) for 2013. **Application has been submitted to the Hennepin County for the 2013 Bikeway Development Participation Program with a possible grant up to $100,000 for the off-road trail along Boone Avenue. Application for the Safe Routes to School Grant will also be submitted in February, 2013, in efforts to receive grant funding with a potential amount of up to $300,000 for the trail. City of New Hope T Stantec Project No: 193801579 2013 Infrastructure Improvements 1W �K Page 28 MSA ** Storm Water Sewer *PFA Improveurce me Funds Street Water F`-'r"� Fund Loan Assessments Total nt Fund Fund Street/Trail/ I $4,000 $3,572 $662 $8,234 Quiet Zone Storm Water $724 $724 Water Main $854 $1035 $1,889 Sanitary $100 $100 Sewer Total $4,000 $3,572 $724 $854 $100 $1,035 $662 $10,947 *The City has received notice of approval that the project is on the Minnesota Public Facilities Authority (PFA) Intended Use Plan (IUP) for 2013. **Application has been submitted to the Hennepin County for the 2013 Bikeway Development Participation Program with a possible grant up to $100,000 for the off-road trail along Boone Avenue. Application for the Safe Routes to School Grant will also be submitted in February, 2013, in efforts to receive grant funding with a potential amount of up to $300,000 for the trail. City of New Hope T Stantec Project No: 193801579 2013 Infrastructure Improvements 1W �K Page 28 CITY OF NEW HOPE - 2013 INFRASTRUCTURE IMPROVEMENT PRO]ECT Project Schedule Authorize Feasibility Report Present Feasibility Report Order Public Hearing Authorize Plans and Specifications Hold Public Hearing Approve Plans and Specifications Authorize Bids Receive Bids/ Award Contract Start Construction Substantial Completion not including Wear Course Complete Construction City of New Hope c�! 2013 Infrastructure ImprovementsStantK . July 23, 2012 November 13, 2012 November 13, 2012 November 13, 2012 December 10, 2012 February 11, 2013 February 11, 2013 March 25, 2013 April, 2013 Fall 2013 Summer 2014 Stantec Project No: 193801579 Page 29 CITY OF NEW HOPE - 2413 INFRASTRUCTURE IMPROVEMENT PROJECT Conclusion and Recommendations It is the finding of this study that the proposed improvements are necessary, feasible and cost effective. The following steps are recommended: ■ Adopt this report as the guide for development of the proposed improvements • Order the preparation of plans and specifications ■ Hold a Public Improvement Hearing ■ Review plans and specifications — authorize bidding ■ Receive bids ■ Install the public utilities and streets, with construction anticipated to be done in 2013, with final completion being in the summer of 2014. ■ Hold an Assessment Hearing City of New Hope Stantec Project No: 193801579 2013 Infrastructure Improvements RantK Page 30 Appendix A Appendix A-1 Preliminary Cost Estimate Summary 2013 Infrastructure Improvements November 2012 Project Cost Summary: Improvement Type Base Bid Alternate 1 Alternate 2 Total Streets $4,007,572.50 $602,835.00 $604,995.00 $5,215,402.50 Water Main $910,840.00 $245,660.00 $243,320.00 $1,399,820.00 Sanitary Sewer $27,250.00 $28,200.00 $18,700.00 $74,150.00 Storm Sewer $391,200.00 $48,350.00 $96,700.00 $536,250.00 Boone Avenue Trail $340,740.00 $0.00 $0.00 $340,740.00 East Research Center Trail $42,870.00 $0.00 $0.00 $42,870.00 Quiet Zone Crossing $500,000.00 $0.00 $0.00 $500,000.00 Total Construction Cost $6,220,472.50 $925,045.00 $963,715.00 $8,109,232.50 Contingencies (10%) $622,047.25 $92,504.50 $96,371.50 $810,923.25 Indirect 25% $1,555,118.13 $231,261.25 $240,928.75 $2,027,308.13 Total Project Cost $8,397,637.88 $1,248,810.75 $1,301,015.25 $10,947,463.88 includes drain the Construction Cost Contingencies (10%) Indirect (25%) Total Cost Appendix A-2 Preliminary Cost Estimate - Base Bid Total Reclaim Streets 2013 Infrastructure Improvements November 2012 $2,944,512.50 $294,450.00 $3,975,092.501 No. Item Units Oty Unit Price Total Price 9505 Length 1 MOBILIZATION LS 2 TRAFFIC CONTROL LS 3 INLET PROTECTION EA 4 COMMON EXCAVATION CY 5 RECLAIM EXISTING BIT. STREET SURFACING SY 6 REMOVE CURB & GUTTER LF 7 REMOVE CONCRETE SIDEWALK SY 8 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 9 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 10 AGGREGATE BASE, CLASS 5 TN 11 AGGREGATE BASE, CLASS 5, TRAIL TN 12 SELECT GRANULAR BORROW CY 13 GEOTE XTILE FABRIC, TYPE IV SY 14 TYPE NON WEARING COURSE MIXTURE (B) TN 15 TYPE WEARING COURSE MIXTURE (B) TN 16 BITUMINOUS MATERIAL FOR TACK COAT GL 17 TYPE WEARING COURSE MIXTURE -DRIVEWAY TN 18 3" BITUMINOUS TRAIL WEARING COURSE TN 19 6" CONCRETE DRIVEWAY SF 20 4" PERFORATED POLYETHYLENE PIPE LF 21 B618 CONCRETE CURB AND GUTTER LF 22 6" CONCRETE PEDESTRIAN CURB RAMP EA 23 4" CONCRETE WALK SY 24 TRUNCATED DOME PANEL EA 25 SELECT TOPSOIL BORROW CY 26 SODDING, LAWN TYPE SY 27 PAVEMENT MARKINGS LF 28 REMOVE AND REPLACE LOOP DETECTORS LS 1 $120.000.00 $120,000.00 1 $60,000.00 $60,000.00 62 $1,000.00 $62,000.00 49,850 $5.50 $274,175.00 46,940 $2.50 $117,350.00 12,453 $3.00 $37,357.50 800 $15.00 $12,000.00 1,290 $3.50 $4,515.00 1,560 $6.00 $9,360.00 32,440 $10.00 $324,400.00 0 $12.00 $0.00 31,200 $13.00 $405,600.00 49,170 $1.50 $73,755.00 10,410 $58.00 $603,780.00 5,210 $60.00 $312,600.00 3,410 $3.50 $11,935.00 340 $90.00 $30,600.00 0 $90.00 $0.00 14,040 $5.00 $70,200.00 19,010 $6.00 $114,060.00 12,453 $10.00 $124,525.00 29 $ 500.00 $14,500,00 800 $50.00 $40,000.00 29 $250.00 $7,250.00 2,450 $17.00 $41,650.00 15,250 $3.00 $45,750.00 21,150 $1.00 $21,150.00 1 $6,000.00 $6.000.00 Subtotal $2,944,512.50 Continqencies (10%) $294,450.00 Indirect (25%) $736,130.00 Total Cost $3,975,092.50 Appendix A-3 Preliminary Cost Estimate - Base Bid Total Mill & Overlay Streets 2013 Infrastructure Improvements November 2012 Mill and Overlay, Spot Curb R & R 1 Construction Cost $1,063,060.00 Contingencies (10%) $106,306.00 Indirect (25%) $265,765.00 Total Cost $1,435,131.00 No. Item Units Qty Unit Price Total Price 10005 Length BASE BID: 1 MOBILIZATION 2 TRAFFIC CONTROL 3 REMOVE CURB & GUTTER 4 ADJUST FRAME AND RING CASTING 5 ADJUST VALVE BOX 6 ADJUST CATCH BASIN FRAME & GRATE 7 8618 CONCRETE CURB AND GUTTER 8 MILL BITUMINOUS PAVEMENT (2" DEEP) 9 BITUMINOUS OVERLAY, WEARING COURSE (2") 10 NON WEARING COURSE MIXTURE FOR PATCHING 11 BITUMINOUS MATERIAL FOR TACK COAT 12 TOPSOIL BORROW (LV) 13 SODDING LS 1 $41,000.00 $41,000.00 LS 1 $20,500.00 $20,500.00 LF 4,420 $3.00 $13,260.00 EA 27 $400.00 $10,800.00 EA 28 $400.00 $11,200.00 EA 32 $500.00 $16,000.00 LF 4,420 $15.00 $66,300.00 SY 51,210 $2.00 $102,420.00 TN 6,230 $60.00 $373,800.00 TN 3,760 $100.00 $376,000.00 GAL 2,600 $3.50 $9,100.00 CY 510 $18.00 $9,180.00 SY 2,700 $5.00 $13,500.00 Subtotal $1,063,060.00 Contingencies (10%) $106,306.00 Indirect (25%) $265,765.00 Total Cost $1,435,131.00 Appendix A-4 Preliminary Cost Estimate - Alternate 1 Total Reclaim Streets (less Mill & Overlay Costs from Base Bid) 2013 Infrastructure Improvements November 2012 Reclaim: Full Bituminous, Agg. Base, Granu ar Borrow, Curb R&R, includes drain tile Construction Cost $602,835.00 Contingencies (10%) $60,283.50 Indirect (25%) $150,708.75 Total Cost (less Mill & Overlay Deduct) $813,827.25 Cost Per_C/L Foot 2640 $308.271 No, Item Units Qty Unit Price Total Price 2640 Length 1 MOBILIZATION LS 1 $37,000.00 $37,000.00 2 TRAFFIC CONTROL LS 1 $18,500.00 $18,500.00 3 INLET PROTECTION EA 15 $1,000.00 $15,000.00 4 COMMON EXCAVATION CY 16,420 $5.50 $90,310.00 5 RECLAIM EXISTING BIT. STREET SURFACING SY 15,110 $3.00 $45,330.00 6 REMOVE CURB & GUTTER LF 3,180 $2.00 $6,360.00 7 REMOVE CONCRETE SIDEWALK SY 0 $15.00 $0.00 8 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 390 $3.50 $1,365.00 9 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 270 $6.00 $1,620.00 10 AGGREGATE BASE, CLASS 5 TN 10,700 $10.00 $107,000.00 11 AGGREGATE BASE, CLASS 5, TRAIL TN 50 $12.00 $600.00 12 SELECT GRANULAR BORROW CY 10,280 $13.00 $133,640.00 13 GEOTEXTILE FABRIC, TYPE IV SY 16,190 $1.50 $24,285.00 14 TYPE LV 3 NON WEARING COURSE MIXTURE (B) TN 3,480 $58.00 $201,840.00 15 TYPE LV 3 WEARING COURSE MIXTURE (B) TN 1,740 $60.00 $104,400.00 16 BITUMINOUS MATERIAL FOR TACK COAT GL 770 $3.50 $2,695.00 17 TYPE LV 4 WEARING COURSE MIXTURE -DRIVEWAY TN 120 $90.00 $10,800.00 18 3" BITUMINOUS TRAIL WEARING COURSE TN 30 $90.00 $2,700.00 19 6" CONCRETE DRIVEWAY SF 2,430 $5.00 $12,150.00 20 4" PERFORATED POLYETHYLENE PIPE LF 5,280 $6.00 $31,680.00 21 B618 CONCRETE CURB AND GUTTER LF 3,180 $10.00 $31,800.00 22 6" CONCRETE PEDESTRIAN CURB RAMP EA 2 $500.00 $1,000.00 23 4" CONCRETE WALK SY 0 $50.00 $0.00 24 TRUNCATED DOME PANEL EA 1 $250.00 $250.00 25 SELECT TOPSOIL BORROW CY 640 $17.00 $10,880.00 26 SODDING, LAWN TYPE SY 3,900 $3.00 $11,700.00 Subtotal $902,905.00 Mill & Overlay Construction Cost (Deduct) -$300,070.00 Subtotal w/Deduct $602,835.00 Contingencies (10%) $60,283.50 Indirect (25%) $150,708.75 Total Cost $813,827.25 Appendix A-5 Preliminary Cost Estimate - Alternate 2 Total Reclaim Streets (less Mill & Overlay Costs from Base Bid) 2013 Infrastructure Improvements November 2012 IReclaim: Full Bituminous, Agg. Base, Granular Borrow, Curb R&R, includes drain tile uction Cost gencies (10%) A (25%) Cost (less Mill & Overlay Deduct) 2615 $604,995.00 $60,499.50 $151,248.75 $816,743.25 Vo. Item Units Qty Unit Price Total Price Contingencies (10%) $60,499.50 Indirect (25%) 2615 Length Total Cost 1 MOBILIZATION LS 1 $38,000.00 $38,000.00 2 TRAFFIC CONTROL LS 1 $19,000.00 $19,000.00 3 INLET PROTECTION EA 10 $1,000.00 $10,000.00 4 COMMON EXCAVATION CY 16,270 $5.50 $89,485.00 5 RECLAIM EXISTING BIT. STREET SURFACING SY 14,960 $3.00 $44,880.00 6 REMOVE CURB & GUTTER LF 3,140 $2.00 $6,280.00 7 REMOVE CONCRETE SIDEWALK SY 0 $15.00 $0.00 8 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 550 $3.50 $1,925.00 9 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 540 $6.00 $3,240.00 10 AGGREGATE BASE, CLASS 5 TN 10,600 $10.00 $106,000.00 11 AGGREGATE BASE, CLASS 5, TRAIL TN 0 $12.00 $0.00 12 SELECT GRANULAR BORROW CY 10,180 $13.00 $132,340.00 13 GEOTEXTILE FABRIC, TYPE IV SY 16,050 $1.50 $24,075.00 14 TYPE LV 3 NON WEARING COURSE MIXTURE (B) TN 3,450 $58.00 $200,100.00 15 TYPE LV 3 WEARING COURSE MIXTURE (B) TN 1,730 $60.00 $103,800.00 16 BITUMINOUS MATERIAL FOR TACK COAT GL 760 $3.50 $2,660.00 17 TYPE LV 4 WEARING COURSE MIXTURE -DRIVEWAY TN 150 $90.00 $13,500.00 18 3" BITUMINOUS TRAIL WEARING COURSE TN 0 $90.00 $0.00 19 6" CONCRETE DRIVEWAY SF 4,860 $5.00 $24,300.00 20 4" PERFORATED POLYETHYLENE PIPE LF 5,230 $6.00 $31,380.00 21 B618 CONCRETE CURB AND GUTTER LF 3,140 $10.00 $31,400.00 22 6" CONCRETE PEDESTRIAN CURB RAMP EA 0 $500.00 $0.00 23 4" CONCRETE WALK SY 0 $50.00 $0.00 24 TRUNCATED DOME PANEL EA 0 $250.00 $0.00 25 SELECT TOPSOIL BORROW CY 620 $17.00 $10,540.00 26 SODDING, LAWN TYPE SY 3,850 $3.00 $11,550.00 Subtotal $904,455.00 Mill & Overlay Construction Cost (Deduct) -$299,460.00 Subtotal w/Deduct $604,995.00 Contingencies (10%) $60,499.50 Indirect (25%) $151,248.75 Total Cost $816,743.25 Appendix A-6 Preliminary Cost Estimate - Base Bid Total Utilities 2013 Infrastructure Improvements November 2012 A. WATER MAIN No. Item Units Qty Unit Price Total Price Water Sanitary Storm Total Construction Cost $910,840.00 $27,250.00 $391,200.00 $1,329,290.00 Contingencies (10%) $91,084.00 $2,725.00 $39,120.00 $132,929.00 Indir (25%) $227,710.00 $6,812.50 $97,800.00 $332,322.50 Total Utilities 1229 634.00 _ r 36 787.50 _ , _ �.pqp �..ir.0,120.00 X1,794,541.50 A. WATER MAIN No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $46,000.00 $46,000.00 2 TRAFFIC CONTROL LS 1 $23,000.00 $23,000.00 3 REMOVE CIP WATER MAIN LF 9,970 $4.00 $39,880.00 4 REMOVE HYDRANT EA 16 $350.00 $5,600.00 5 TEMPORARY WATER SERVICE EA 44 $2,500.00 $110,000.00 6 CONNECT TO EXISTING WM EA 26 $600.00 $15,600.00 7 4" DIP WATER MAIN LF 1,010 $25.00 $25,250.00 B 6" DIP WATER MAIN LF 520 $28.00 $14,560.00 9 8" DIP WATER MAIN LF 5,100 $32.00 $163,200.00 10 12" DIP WATER MAIN LF 4,350 $50.00 $217,500.00 11 4" GATE VALVE AND BOX EA 25 $1,000.00 $25,000.00 12 6" GATE VALVE AND BOX EA 25 $1,300.00 $32,500.00 13 8" GATE VALVE AND BOX EA 14 $1,600.00 $22,400.00 14 12" BUTTERFLY VALVE AND BOX EA 8 $3,000.00 $24,000.00 15 HYDRANT EA 17 $3,000.00 $51,000.00 16 DUCTILE IRON FITTINGS LB 13,300 $2.50 $33,250.00 17 2" CORPORATION STOP EA 21 $300.00 $6,300.00 18 2" CURB STOP AND BOX EA 21 $400.00 $8,400.00 19 2" TYPE "K" COPPER PIPE LF 840 $40.00 $33,600.00 20 RECONNECT WATER SERVICE EA 46 $300.00 $13,800.00 Subtotal $910,840.00 Contingencies (1.0%) $91,084.00 Indirect (25%) $227,710.00 Total Cost $1,229,634.00 B. SANITARY SEWER No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $2,000.00 $2,000.00 2 TRAFFIC CONTROL LS 1 $1,000.00 $1,000.00 3 REMOVE AND REPLACE SANITARY SEWER MAIN LF 250 $40.00 $10,000.00 4 SANITARY SEWER WYE EA 3 $250.00 $750.00 5 REMOVE AND REPLACE SEWER SERVICE LF 120 $30.00 $3,600.00 6 RECONNECT SANITARY SEWER SERVICE EA 3 $300.00 $900.00 7 REMOVE AND REPLACE SANITARY MANHOLE EA 2 $2,500.00 $5,000.00 8 FURNISH & INSTALL NEW SANITARY MH CSTG EA 20 $200.00 $4,000.00 Subtotal $27,250.00 Contingencies (10%) $2,725.00 Indirect (25%) $6,812.50 Total Cost $36,787.50 C. STORM SEWER No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $18,000.00 $18,000.00 2 TRAFFIC CONTROL LS 1 $9,000.00 $9,000.00 3 REMOVE MH OR CATCH BASIIN EA 51 $800.00 $40,800.00 4 12" OR 18" RCP STORM SEWER FT 720 $45.00 $32,400.00 5 24" RCP STORM SEWER FT 365 $60.00 $21,900.00 6 36" RCP STORM SEWER FT 0 $90.00 $0.00 7 48" RCP STORM SEWER FT 100 $150.00 $15,000.00 8 54" OR 60" RCP STORM SEWER FT 720 $180.00 $129,600.00 9 4' DIA STORM SEWER MH EA 7 $3,000.00 $21,000.00 10 6' DIA STORM SEWER MH EA 9 $4,000.00 $36,000.00 11 2'x3' DIAMETER STORM CBMH EA 35 $1,500.00 $52,500.00 12 RAIN GARDENS LS 1 $15,000.00 $15,000.00 Subtotal $391,200.00 Contingencies (10%) $39,120.00 Indirect (25%) $97,800.00 Total Cost $528,120.00 Appendix A-7 Preliminary Cost Estimate - Alternate #1 Total Utilities 2013 Infrastructure Improvements November 2012 No. Item Units Qty Unit Price Total Price Water Sanitary Storm Total Construction Cost $245,660.00 $28,200.00 $48,350.00 $322,210.00 Continqencies (10%) $24,566.00 $2,820.00 $4,835.00 $32,221.00 Indirect 25% 61415.00 7,050.00 $12,087.50 $80,552.50 Total Utilities $331,641.00 $38,070.00 S. 50 $434,983.50 No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $14,000.00 $14,000.00 2 TRAFFIC CONTROL LS 1 $7,000.00 $7,000.00 3 REMOVE CIP WATER MAIN LF 3,030 $4.00 $12,120.00 4 REMOVE HYDRANT EA 4 $350.00 $1,400.00 5 TEMPORARY WATER SERVICE EA 17 $1,500.00 $25,500.00 6 CONNECT TO EXISTING WM EA 8 $600.00 $4,800.00 7 4" DIP WATER MAIN LF 0 $25.00 $0.00 8 6" DIP WATER MAIN LF 80 $28.00 $2,240.00 9 8" DIP WATER MAIN LF 2,950 $32.00 $94,400.00 10 12" DIP WATER MAIN LF 0 $50.00 $0.00 11 4" GATE VALVE AND BOX EA 0 $1,000.00 $0.00 12 6" GATE VALVE AND BOX EA 4 $1,300.00 $5,200.00 13 8" GATE VALVE AND BOX EA 8 $1,600.00 $12,800.00 14 12" BUTTERFLY VALVE AND BOX EA 0 $3,000.00 $0.00 15 HYDRANT EA 4 $3,000.00 $12,000.00 16 DUCTILE IRON FITTINGS LB 3,200 $2.50 $8,000.00 17 2" CORPORATION STOP EA 17 $300.00 $5,100.00 18 2" CURB STOP AND BOX EA 17 $400.00 $6,800.00 19 2" TYPE "IC' COPPER PIPE LF 730 $40.00 $29,200.00 20 RECONNECT WATER SERVICE EA 17 $300.00 $5,100.00 Subtotal $245,660.00 Contingencies (10%) $24,566.00 Indirect (25%) $61,415.00 Total Cost $331,641.00 5, SANITARY SEWER No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $2,000.00 $2,000.00 2 TRAFFIC CONTROL LS 1 $1,000.00 $1,000.00 3 REMOVE AND REPLACE SANITARY SEWER MAIN LF 200 $80.00 $16,000.00 4 SANITARY SEWER WYE EA 2 $250.00 $500.00 5 REMOVE AND REPLACE SEWER SERVICE LF 120 $30.00 $3,600.00 6 RECONNECT SANITARY SEWER SERVICE EA 2 $300.00 $600.00 7 REMOVE AND REPLACE SANITARY MANHOLE EA 1 $2,500.00 $2,500.00 8 FURNISH & INSTALL NEW SANITARY MH CSTG EA 10 $200.00 $2,000.00 Subtotal — $28,200.00 Contingencies (10%) $2,820.00 Indirect (25%) $7,050.00 Total Cost $38,070.00 C. STORM SEWER No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $2,000.00 $2,000.00 2 TRAFFIC CONTROL LS 1 $1,000.00 $1,000.00 3 REMOVE MH OR CATCH BASIIN EA 7 $800.00 $5,600.00 4 12" OR 18" RCP STORM SEWER F[" 250 $45.00 $11,250.00 5 24" RCP STORM SEWER FT 0 $60.00 $0.00 6 36" RCP STORM SEWER FT 0 $90.00 $0.00 7 48" RCP STORM SEWER FT 0 $150.00 $0.00 8 54" OR 60" RCP STORM SEWER FT 0 $180.00 $0.00 9 4' DIA STORM SEWER MH EA 2 $3,000.00 $6,000.00 10 6' DIA STORM SEWER MH EA 0 $4,000.00 $0.00 11 2'x3' DIAMETER STORM CBMH EA 5 $1,500.00 $7,500.00 12 RAIN GARDENS LS 1 $15,000.00_ $15,000.00 Subtotal $48,350.00 Contingencies (10%) $4,835.00 Indirect (25%) 12 087.50 Total Cost $65,272.50 Appendix A-8 Preliminary Cost Estimate - Alternate #2 Total Utilities 2013 Infrastructure Improvements November 2012 A. WATER MAIN I No. Item Units Qty Unit Price Total Price Water Sanitary Storm Total Construction Cost $243,320.00 $18,700.00 $96,700.00 $358,720.00 Contingencies (10%) $24,332.00 $1,870.00 $9,670.00 $35,872.00 Indirect 25% $60,830.00 $4,675.00 _$24,175-00 $89,680.00 Total Utilities $328,482.00 $25,245.00 $130,545.00 $484„272.00 A. WATER MAIN I No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS _ 1 $14,000.00 $14,000.00 2 TRAFFIC CONTROL LS 1 $7,000.00 $7,000.00 3 REMOVE CIP WATER MAIN LF 3,060 $4.00 $12,240.00 4 REMOVE HYDRANT EA 7 $350.00 $2,450.00 5 TEMPORARY WATER SERVICE EA 13 $1,500.00 $19,500.00 6 CONNECT TO EXISTING WM EA 6 $600.00 $3,600.00 7 4" DIP WATER MAIN LF 120 $25.00 $3,000.00 8 6" DIP WATER MAIN LF 160 $28.00 $4,480.00 9 8" DIP WATER MAIN LF 2,900 $32.00 $92,800.00 10 12" DIP WATER MAIN LF 0 $50.00 $0.00 11 4" GATE VALVE AND BOX EA 3 $1,000.00 $3,000.00 12 6" GATE VALVE AND BOX EA 7 $1,300.00 $9,100.00 13 B" GATE VALVE AND BOX EA 13 $1,600.00 $20,800.00 14 12" BUTTERFLY VALVE AND BOX EA 0 $3,000.00 $0.00 15 HYDRANT EA 7 $3,000.00 $21,000.00 16 DUCTILE IRON FITTINGS LB 1,500 $2.50 $3,750.00 17 2" CORPORATION STOP EA 10 $300.00 $3,000.00 18 2" CURB STOP AND BOX EA 10 $400.00 $4,000.00 19 2" TYPE "IC COPPER PIPE LF 400 $40.00 $16,000.00 20 RECONNECT WATER SERVICE EA 12 $300.00_ $3,600.00 Subtotal $243,320.00 Contingencies (10%) $24,332.00 Indirect (25%) $60,830.00 Total Cost $328,482.00 No. Item Units Qty Unit Price Total Price 1 MOBILIZATION LS 1 $1,000.00 $1,000.00 2 TRAFFIC CONTROL LS 1 $500.00 $500.00 3 REMOVE AND REPLACE SANITARY SEWER MAIN LF 200 $40.00 $8,000.00 4 SANITARY SEWER WYE EA 2 $250.00 $500.00 5 REMOVE AND REPLACE SEWER SERVICE LF 120 $30.00 $3,600.00 6 RECONNECT SANITARY SEWER SERVICE EA 2 $300.00 $600.00 7 REMOVE AND REPLACE SANITARY MANHOLE EA 1 $2,500.00 $2,500.00 8 FURNISH & INSTALL NEW SANITARY MH CSTG EA 10 $200.00 $2,000.00 Subtotal $18,700.00 Contingencies (10%) $1,870.00 Indirect (25%) $4,675.00 Total Cost $25,245.00 C. STORM SEWER No. Item Units Qtv Unit Price Total Price 1 MOBILIZATION LS 1 $5,000.00 $5,000.00 2 TRAFFIC CONTROL LS 1 $2,500.00 $2,500.00 3 REMOVE MH OR CATCH BASIIN EA 11 $800.00 $8,800.00 4 12" OR 18" RCP STORM SEWER FT 220 $45.00 $9,900.00 5 24" RCP STORM SEWER FT 600 $60.00 $36,000.00 6 36" RCP STORM SEWER FT 0 $90.00 $0.00 7 48" RCP STORM SEWER FT 0 $150.00 $0.00 8 54" OR 60" RCP STORM SEWER FT 0 $180.00 $0.00 9 4' DIA STORM SEWER MH EA 2 $3,000.00 $6,000.00 10 6' DIA STORM SEWER MH EA 0 $4,000.00 $0.00 11 2'x3' DIAMETER STORM CBMH EA 9 $1,500.00 $13,500.00 12 RAIN GARDENS LS 1 $15,000.00_ $15,000.00 Subtotal $96,700.00 Contingencies (10%) $9,670.00 Indirect (250/o)--- $24,175.00 Total Cost $130,545.00 Trail Construction: Construction Cost Contingencies (10%) Inirect (25%) Total Cost Per C/L Foot Appendix A-9 Preliminary Cost Estimate Total Trail Costs - Boone Avenue 2013 Infrastructure Improvements November 2012 base and bituminous trail L• -n .. •� 1 MOBILIZATION LS 2 TRAFFIC CONTROL LS 3 COMMON EXCAVATION CY 4 REMOVE CONCRETE SIDEWALK SY 5 AGGREGATE BASE, CLASS 5. TRAIL TN 6 3" BITUMINOUS TRAIL WEARING COURSE TN 7 6" CONCRETE PEDESTRIAN CURB RAMP EA 8 TRUNCATED DOME PANEL EA 9 SELECT TOPSOIL BORROW CY 10 SODDING. LAWN TYPE SY 11 RELOCATION UTILITY POLE EA $340,740.00 $34,074.00 $459,999.001 1 112,260.00 112,260.00 1 $6,130.00 $6,130.00 1,630 $7.00 111,410.00 2,810 $15.00 $42,150.00 2,050 $12.00 124,600.00 1,020 $90.00 $91,800.00 22 $11000.00 $22,000.00 22 $500.00 111.000.00 1,480 $17.00 $25,160.00 7,410 0.00 122,230.00 6 $12,000.00 $72,000.00 Subtotal $340.740.00 Contingencies (10%) $34,074.00 Indirect (25%) $85,185.00 Total Cost $459,999.00 Trail Construction: Construction Cost Contingencies (10%) Inirect (25%) Total Cost Appendix A-10 Preliminary Cost Estimate Total Trail Costs - East Research Center Road 2013 Infrastructure Improvements November 2012 base and bituminous trail 1 MOBILIZATION LS 2 TRAFFIC CONTROL LS 3 COMMON EXCAVATION CY 4 REMOVE CONCRETE SIDEWALK SY 5 AGGREGATE BASE, CLASS 5. TRAIL TN 6 3" BITUMINOUS TRAIL WEARING COURSE TN 7 6" CONCRETE PEDESTRIAN CURB RAMP EA 8 TRUNCATED DOME PANEL EA 9 SELECT TOPSOIL BORROW CY 10 SODDING, LAWN TYPE SY 11 RELOCATION UTILITY POLE EA $42,870.00 $4,287.00 $57,874.501 19 1 $4,400.00 $4,400.00 1 $2,200.00 $2,200.00 340 $7.00 $2.380.00 0 $15.00 $0.00 420 $12.00 $5.040.00 220 $30.00 $19,800.00 2 $1.000.00 $2.000.00 2 $500.00 $1.000.00 310 $17.00 $5.270.00 260 $3.00 $780.00 0 $12.000.00 10.00 Subtotal $42.870.00 Contingencies (10%) $4,287.00 Indirect (25%) $10,717.50 Total Cost $57,874.50 Appendix B Mill & Overlay Subtotal Reclaim Subtotal Appendix B-1 Preliminary Assessments Includes Base Bid, Alternate 1 and Alternate 2 2013 Infrastructure Improvements November 2012 Total Est Cost $618,536.25;, $6,422,257.13 FF Non -Residential Rate 11,408 $54.22 29,700 $216.24 Totals $7,040,793.38 41,108 Total Assessment Value $662,084.90 Appendix B-2 Preliminary Assessments Includes Base Bid, Alternate 1 and Alternate 2 2013 Infrastructure Improvements November 2012 Street Front Assessment Assessment Entity Property Type Improveement Footage Rate Amount 1. City of New Hope Non -Residential Mill & Overlay 0 $54.22 $0.00 86 Address Unassigned Reclaim 263 $216.24 $56,871.12 PID 07-118-21-24-0003 Total Assessment $56,871.12 2. City of New Hope Non -Residential Mill & Overlay 0 $54.22 $0.00 86 Address Unassigned Reclaim 263 $216.24 $56,871.12 PID 07-118-21-24-0004 Total Assessment $56,871.12 3. Northwest Church of Christ Non -Residential Mill & Overlay 0 $54.22 $0.00 8624 50th Ave N Reclaim 245 $216.24 $52,978.80 PID 07-118-21-13-0104 Total Assessment $52,978.80 4. Minn Masonic Home No Ridge Non -Residential Mill & Overlay 0 $54.22 $0.00 5430 Boone Ave N Reclaim 608 $216.24 $131,473.92 PID 06-118-21-43-0037 Total Assessment $131,473.92 5. Hearing & Service Dogs of MN Non -Residential Mill & Overlay 899 $54.22 $48,743.78 9440 Science Center Dr Reclaim 0 $216.24 $0.00 PID 06-118-21-33-0001 Total Assessment $48,743.78 6. City of New Hope Non -Residential Mill & Overlay 0 $54.22 $0.00 5500 International Pkwy Reclaim 638 $216.24 $137,961.12 PID 06-118-21-34-0020 Total Assessment $137,961.12 7. City of New Hope Non -Residential Mill & Overlay 251 $54.22 $13,609.22 86 Address Unassigned Reclaim 687 $216.24 $148,556.88 PID 06-118-21-31-0019 Total Assessment $162,166.10 8. City of New Hope Non -Residential Mill & Overlay 277 $54.22 $15,018.94 5700 International Pkwy Reclaim 0 $216.24 $0.00 PID 06-118-21-31-0020 Total Assessment $15,018.94 Total Assessment Value $662,084.90 Appendix B-3 Preliminary Assessments - Front Footage 2013 Infrastructure improvements November 2013 Front Footage - Reclaim Improvements Street From To Front Footage (ft) Boone Ave. 49th Ave. N. Bass Lake Road 5,071 49th Ave. N. Boone Ave. 160' west of Erickson Drive 2,000 Science Center Drive TH-169 Service Road Boone Ave. 2,530 51st Ave. N. Boone Ave. End of cul-de-sac 610 East Research Center Road Boone Ave. International Parkway 1,054 West Research Center Road TH-169 Service Road International Parkway 790 International Parkway 865' North of West Science Center Drive 2,795 Research Center Road Total Reclaim Project Length 14,850 Front Footage (Project Length x 2) 29,700 Total Front Footage - Reclaim Improvements 29,700 Front Footage - Mill & Overlay Improvements Street From To Front Footage (ft) TH-169 Service Road 49th Ave. N. West Research Center Road 3,969 49th Ave. N. TH-169 Service Road TH-169 750 International Parkway 865' North of West Bass Lake Road 985 Research Center Road Total Reclaim Project Length 5,704 Front Footage (Project Length x 2) 11,408 Total Front Footage - Mill & Overlay Improvements 11,408 Total Front Tax-Exept Parcels PID Footage (ft) City of New Hope 07-118-21-24-0003 263 City of New Hope 07-118-21-24-0004 263 Northwest Church of Christ 07-118-21-13-0104 245 Minn Masonic Home No Ridge 06-118-21-43-0037 608 Hearing & Service Dogs of MN DBA Can Do Canines 06-118-21-33-0001 899 City of New hope 06-118-21-34-0020 638 City of New Hope 06-118-21-31-0019 938 City of New Hope 06-118-21-31-0020 277 Total Front Footage Tax Exempt Parcels 4,131 c Request for Action Originating Department Approved for Agenda Agenda Section City Manager and Finance November 13, 2012 Development & Planning Item No. By: Guy Johnson B Kirk McDonald, City Manager 8.3 Resolution relating to financing certain proposed expenditures relating to reconstruction of streets, water mains, sanitary sewer, and storm sewers; establishing compliance with reimbursement bond regulations under the internal revenue code (2013 Infrastructure improvement Project No. 906) Requested Action Staff recommends the Council approve the attached resolution regarding financing of the 2013 infrastructure improvement project. Policy/Past Practice The city has issued bonds to finance major projects in the past. Background The proposed 2013 infrastructure improvement project includes up to $1,889,757 of water main related improvements. As the City Council is aware, the water fund may not be able to support all associated costs for the improvements. This resolution authorizes the city to reimburse itself with bonds in the future if deemed necessary. The engineer's estimate for utility improvements, trail construction, and the railroad quiet zone cost is $3,906,670.50, and this figure is reflected in the resolution. Council discussed prioritization of the water main replacement for the 2013 infrastructure improvement project at the October 15, 2012, work session. Council also discussed funding options for the project, including a possible low interest loan from the public facilities authority (PFA). After discussions, Council gave direction that the feasibility report should include the entire project, including the water main base bid and alternates #1 and #2, and should proceed with the procedures to obtain the PFA loan. Staff recommends that it is prudent to keep all options open. A decision on financing can be determined as estimated costs are updated and a more in-depth analysis is completed of the water fund. Attachments Resolution City attorney's correspondence Motion by Second by To: I:RFA/PubWorks/2012/906 2013 Street Infrastructure Financing RESOLUTION NO. 12 - 166 RESOLUTION RELATING TO FINANCING OF CERTAIN PROPOSED EXPENDITURES RELATING TO REHABILITATION OF STREETS, WATER MAINS, SANITARY SEWERS AND STORM SEWERS; ESTABLISHING COMPLIANCE WITH REIMBURSEMENT BOND REGULATIONS UNDER THE INTERNAL REVENUE CODE (2013 Infrastructure Improvement Project No. 906) BE IT RESOLVED by the City Council of the City of New Hope, Minnesota (the "City"), as follows: 1. Recitals. (a) The United States Department of Treasury has promulgated final regulations governing the use of proceeds of tax-exempt bonds, all or a portion of which are to be used to reimburse the City for project expenditures paid by the City prior to the date of issuance of such bonds. Those regulations (Treasury Regulations, Section 1.150-2) (the "Regulations") require that the City adopt a statement of official intent to reimburse an original expenditure not later than 60 days after payment of the original expenditure. (b) The City desires to comply with requirements of the Regulations with respect to expenditures to be made by the City for the rehabilitation of infrastructure improvements beginning in 2013 including streets, water main, sanitary sewer and storm sewer as more fully described in the City Engineer's November 2012 Feasibility Report entitled the 2013 Infrastructure Im rovement Project identified as City Project No. 906 (the "Improvements"). 2. Official Intent Declaration. The City proposes to make a payment from funds of the City to pay certain costs of the Improvements. The City reasonably expects to reimburse such expenditure made for the cost of the Improvements out of the proceeds of debt to be incurred by the City pursuant to Minnesota Statutes §412.301, in an estimated maximum aggregate principal amount of $3,906,670.50 (the `Bonds) after the date the payment of such expenditures are made by the City. 3. Budgetary Matters. As of the date hereof, there are no City funds reserved, allocated on a long-term basis or otherwise set aside (or reasonably expected to be reserved, allocated on a long-term basis or otherwise set aside) to provide permanent financing for the payment of the cost of the Improvements, other than pursuant to the issuance of the Bonds. The statement of intent contained in this resolution, therefore, is determined to be consistent with the City's budgetary and financial circumstances as they exist or are reasonably foreseeable on the date hereof. —1— Dated the 13"h day of November, 2012. Kathi Hemken, Mayor Attest:�� Valerie Leone, City Clerk P:SAttonneylSAS\l Client Files12 City of New Hope\" -6906t (2013 street project)Utesolution - intent to reimburse eosts from bonds2,doc —2— JENSEN SONDRALL & PERSELLIN, P.A. Attorneys At Law 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443-1968 TELEPHONE (763) 424-8811 $ TELEFAX (763) 493-5193 e-mail law@jspattorneys.com Writer's Direct Dial No.: (763) 201-0211 e-mail sas@jspattorneys.com GORDON L. JENsENt November 5, 2012 MELANIE P. PERSELLIN'= STEVEN A. SONDRALL Guy Johnson STACYA. WOODS' Public Works Director City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 Re: 2013 Infrastructure Improvement - Project 906 Our File No.: 99-69061 Dear Guy: Enclosed are two resolutions for consideration at the November 13, 2012 City Council meeting for the 2013 Infrastructure Improvement Project No. 906. I didn't discuss with you or the City Manager the Resolution relating to financing of certain proposed expenditures for project 906. Basically, this is a resolution declaring the City's intent to finance some of the project costs with the proceeds of a bond sale. Looking at your proposed RFA, it appears the sale of bonds will not be used to finance any portion of the cost. Despite this fact, I think the financing resolution should be considered anyway. This will give the City the option to use bond financing if we change our mind on any of the other funding sources. Also, the adoption of this resolution does not require the City to use debt on this project; it simply keeps the City's option open to incur debt in the future if doing so would be economically prudent. The second resolution sets a public hearing for December 10, 2012 to consider going forward with the project. As you requested, it also authorizes the City Engineer to prepare Plans and Specs for the project to be considered at the public hearing. Further, the resolution establishes the project area and identifies the tax-exempt properties subject to special assessments within the project area. Tax- exempt properties pay special assessments because taxable properties have already contributed a portion of their annual real estate taxes to a street reconstruction fund. Obviously, since tax-exempt properties do not pay annual real estate taxes they are subject to assessments per the City's special assessment policy. Please contact me if you have any questions regarding these resolutions or need any additional information from me. 'Rea: Property Law Very truly yours, Specialist Certified By The Minnesota State Bar Association 'Licensed in Illinois/Colorado Steven A. Sondrall rQualifrcd Neutral Mediator under Rule 114 Enclosure(s) cc: Kirk McDonald Valerie Leone P:SAttomey55AS11 Client Filesl2 City of New HopeU9-69061 (2013 street project)titr G Johnson re public hearing for proj..doc 62ND AVE N N .- Bp 112 AVEtiArI � 1 ;P� Z ' �SBTHAY£A 4 i R{,,y, _ n" _ 56TH � �, a :.�� _ ^�•." �.' .-. iii � �el :Z' I I rLU -- u: 55TH AVE N'. ! C ......... Z it —SCIENCE CihN'7i R'�W O.TfiAVF N jl LL LU Sir AVE N 37AVklN 47THAVE'.,N 3 77 _. i tom! - 1 Z 4 42NQA{jE,N ' , 415T11V� N 1j „ it .40 M.AVa N t Project Location 991uN.i eaeeseae.y... �_ City Limits i Aul�i q "-�t+IffPA1CsR Parcels �'.._ ._ f i .�0a-AV r ! , dINk HVV7rN' r,` LA T 20TKAMf N I, 21 INEDfC�iBSAi 0 1,000 2,000 4,000 Feet .,e..�.,a�...,�.�,..W..��.«..,a..:....,....,.......,..r�e.�.�..a.,......,,:�,�r.:...,.,�,..�....,,�:,,......:...::r�,...a....l.,�.....r.e,.....,.,..x.,, �.,.-�.�..�.W.n...................:..�.,,�:.,�,�W...,,.:�:... Stantec Consulting Figure 7 Tile lnformatbnonlh%map has been compiled 2335 West Highway 36 by staolac stap from a variety ereour®. ane k , Location MapsuhjecttochangewiMout nollos.Stantecmakes 5t. Paul, MN 551:3 representallnnaorwarrsndea. express atknplled, New Hope, Minnesota as to accuracy, completaness,timelhess, or rights lntec 2013 Infrastructure Improvements to the use of such inrurmadon. _ ,-1munln!psknsw_ hope el mn134MAPO ISDATAWncleclsUamilon..--M.i November 2012 AFFIDAVIT OF MAILING HEARING NOTICE IMPROVEMENT PROJECT NO. 906 STATE OF MINNESOTA) COUNTY OF HENNEPIN) ss CITY OF NEW HOPE) I, the undersigned being the duly qualified City Clerk of the City of New Hope, Minnesota, hereby attest and certify that: On November 19, 2012, acting on behalf of the said City, I deposited in the United States mail at New Hope, Minnesota, a copy of the attached notice of a hearing on Improvement Project No. 906, mailed first class, with postage thereon fully prepaid, addressed to the persons at the addresses appearing opposite their respective names, list attached. There is a delivery service by United States mail between the place of mailing and the places so addressed. City Clerk Subscribed and sworn to before me this NO. day of /U .2012. My commission expires January 31, 2015. PAMELA R. TATRp NOTARY PuBM.MWNotary Public NE80TA Hennepin County MY COMMft im 31,2M5 NOTICE OF PUBLIC HEARING ON PROPOSED INFRASTRUCTURE IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) f I . Notice is hereby given that the City Council of the/dinfrastructure ew Hope, Minnesota, will meet on December 10, 2012, at 7:00 p.m. at the City Hall, 4401venue North, in said City for the purpose of holding a public hearing on a proposed street improvement as described hereinafter. 2. The general nature of the improvement, described in the November 2012 feasibility report entitled 2013 Infrastructure Improvement Project, City Project No. 906, prepared by Stantec Consulting Services, Inc., Engineers for the City, ois the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. As per Figure 1 "2013 Proposed Project Area" set out in Stantec's November 2012 feasibility report, the streets included in the project are as follows: a) for Reclaim — Boone Avenue North from 49th Avenue North to Bass Lake Road; 49th Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51"Avenue North from Boone Avenue North to end of cul-de-sac; Science Center Drive from TH 169 Service Road to Boone Avenue North; East Research Center Road from Boone Avenue North to International Parkway; International Parkway from i) West Research Center Road to Science Center Drive, and ii) from West Research Center Road to 865 feet north of West Research Center Road; West Research Center Road from TH 169 Service Road to International Parkway, and b) for Mill and Overlay — International Parkway from Bass Lake Road to 865 feet north of West Research Center Road; TH 169 Service Road from West Research Center Road to 491h Avenue North; and 491h Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2013 Infrastructure Project 906 are as follows: Address PID number Northwest Church of Christ 07-118-21-13-0104 8624 50th Avenue North CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 + www. d.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • PubIic Works: 763-592-6777 • TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-51.74 • Public Works Fax: 763-592-6776 Minnesota Masonic Home North Ridge 5430 Boone Avenue North Hearing & Service Dogs of MN 9440 Science Center Drive City of New Hope properties 06-118-21-43-0037 06-118-21-33-0001 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 3. The estimated cost of said improvement is $10,947,463.88. 4. The area proposed to be assessed for the making of said improvement shall include the premises described in paragraph 2. above. 5. All persons interested are invited to appear at said hearing for the purpose of being heard with respect to the making of said improvement. Dated the 19th day of November, 2012. sl Valerie Leone Valerie Leone City Clerk Notices mailed to: Northwest Church of Christ 07-118-21-13-0104 8624 50'h Avenue North New Hope, MN 55428 Minnesota Masonic Home North Ridge 06-118-21-43-0037 5430 Boone Avenue North New Hope, MN 55428 Hearing & Service Dogs of MN 06-118-21-33-0001 9440 Science Center Drive New Hope, MN 55428 City of New Hope properties 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 November 27, 2012 Minnesota Masonic Home North Ridge 5430 Boone Avenue North New Hope, MN 55428 Subject: Notice of Public Hearing on December 10, 2012 Enclosed please find a revised public hearing notice. The initial notice failed to include estimated assessment amounts. The estimated assessment for your specific property is $131,474. Please attend the public hearing if you have specific questions regarding the proposed project. Thank you. Sincerely, ' f Valerie Leone, CMC City Clerk Enc. CITY OF STEW HOPE 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 + www. cai.new-hope.mn.us City Hall: 763-531-5100 + Police (noon -emergency): 763-531-5170 + Public Warks: 763-592-6777 + TDD: 763-531-5109 City Hall Fax: 763-531-5136 + Police Fax: 763-531-5174 + Public Works Fax: 763-592-6776 November 27, 2012 Hearing & Service Dogs of MN 9440 Science Center Drive New Hope, MN 55428 Subject: Notice of Public Hearing on December 10, 2012 Enclosed please find a revised public hearing notice. The initial notice failed to include estimated assessment amounts. The estimated assessment for your specific property is $48,744. Please attend the public hearing if you have specific questions regarding the proposed project. Thank you. Sincerely, �Xj�� Valerie Leone, CMC City Clerk Enc, CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 + www. dnew-hope.mn.us City Hall: 763-531-5100 * Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 • TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 November 27, 2012 Northwest Church of Christ 8624 50th Avenue North New Hope, MN 55428 Subject: Notice of Public Hearing on December 10, 2012 Enclosed please find a revised public hearing notice. The initial notice failed to include estimated assessment amounts. The estimated assessment for your specific property is $52,979. Please attend the public hearing if you have specific questions regarding the proposed project. Thank you. Sincerely, r Valerie Leone, CMC City Clerk Enc. CITY OF NEW MOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 • TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 v Y' NOTICE OF PUBLIC HEARING ON PROPOSED INFRASTRUCTURE IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) 1. Notice is hereby given that the City Council ofthe City of New Hope, Minnesota, will meet on December 10, 2012, at 7:00 p.m. at the City Hall, 4401 Xylon Avenue North, in said City for the purpose of holding a public hearing on a proposed street and infrastructure improvement as described hereinafter. Estimated assessments are listed on page 2 of this notice. At the hearing there will be a reasonable estimate of the impact of the assessment. 2. The general nature ofthe improvement, as described in the November 2012 feasibility report entitled 2013 Infrastructure_ Improvement Project, City Project No. 906, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. As per Figure 1 "2013 Proposed Project Area" set out in Stantec's November 2012 feasibility report, the streets included in the project are as follows: a) for Reclaim— Boone Avenue North from 49th Avenue North to Bass Lake Road; 49th Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51"Avenue North from Boone Avenue North to end of cul-de-sac; Science Center Drive from TH 169 Service Road to Boone Avenue North; East Research Center Road from Boone Avenue North to International Parkway; International Parkway from i) West Research Center Road to Science Center Drive, and ii) from West Research Center Road to 865 feet north of West Research Center Road; West Research Center Road from TH 169 Service Road to International Parkway, and b) for Mill and Overlay — International Parkway from Bass Lake Road to 865 feet north of West Research Center Road; TH 169 Service Road from West Research Center Road to 49th Avenue North; and 49th Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2013 Infrastructure Project 906 are as follows: CITY OF VIEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 + www. ci.new-hope.irm.us City Hall: 763-531-5100 * Police (non -emergency), 763-531-5170 • Public Works: 763-592-6777 + TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 . Public Works Fax: 763-592-6776 Estimated Address PID number Assessment Northwest Church of Christ 07-118-21-13-0104 $52,979 8624 50th Avenue North Minnesota Masonic Home North Ridge 5430 Boone Avenue North Hearing & Service Dogs of MN 9440 Science Center Drive City of New Hope properties 06-118-21-43-0037 06-118-21-33-0001 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 $131,474 $48,744 $428,887 3. The estimated cost of said improvement is $10,947,464. 4. The area proposed to be assessed for the making of said improvement shall include the premises described in paragraph 2. above. 5. All persons interested are invited to appear at said hearing for the purpose of being heard with respect to the making of said improvement. Dated the 27"' day of November, 2012. sl Valerie Leone Valerie Leone City Clerk www.MinnLocal.com MEDIA AFFIDAVIT OF PUBLICATION STATE OF MINNESOTA ) ) ss. COUNTY OF HENNEPIN ) Richard Hendrickson, being duly sworn on an oath, states or affirms that he is the Chief Financial Officer of the newspaper(s) known asGV, NH, Crystal, Robbinsdale Sun -Post and has full knowledge of the facts stated below: (A) The newspaper has complied with all of the requirements constituting qualifica- tion as a qualified newspaper as provid- ed by Minn. Stat. §331A.02, §331A.07, and other applicable laws as amended. (B) The printed public notice that is attached was published in said newspaper(s) once each week, for two successive week(s); it was first published on Thurs- day, the 29 day of November , 2012, and was thereafter printed and published on every Thursday to and in- cluding Thursday, the 6 day of December , 2012; and printed below is a copy of the lower case alpha- bet from A to Z, both inclusive, which is hereby acknowledged as being the size and kind of type used in the composition and publication of the notice: City of New Hope (Official Publication) NOTICE OF PUBLIC HEARING ON PROPOSED INFRASTRUCTURE IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) Chy of New Hope, Minnesota 1. Notice Is hereby given that the City Council of the City of New Hope, Minnesota, will meet on December 10, 2012, at 7:00 p.m. at the City Hall, 4401 Xylan Avenue North, in said City for the purpose of holding a public hearing on a proposed street and in- frastructure improvement as described hereinafter. 2. The general nature of the improvement, as described in the November 2012 feasi- bility report entitled 2013 Infrastructure Improvement Project, City Project No. 906, pre- pared by Stantec Consulting Services, Inc., Engineers for the City, is the rehabilita- tion of streets, installation of new ductile iron water main along streets being rehabili- tated as well as sanitary and storm sewer improvements. Only the street improve- ments are proposed to be specially assessed. The street improvements to be as- sessed Involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown In the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. As per Figure f "2013 Proposed Project Area' set out in Stantec's November 2012 feasibility report, the streets included in the project are as follows: a.) for Reclaim — Boone Avenue North from 49th Avenue North to Bass Lake Road; 49th Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51 at Avenue North from Boone Avenue North to and of cul -0e -sac; Science Center Drive from TH 169 Service Road to Boone Avenue North; East Research Center Road from Boone Avenue North to International Parkway; International Parkway from i) West Research Center Road to Science Center Drive, and I) from West Research Center Road to 865 feet north of West Research Center Road; West Research Center Road from TH 169 Service Road to International Parkway, and b.) for Mill and Overlay — International Parkway from Bass Lake Road to 865 feet north of West Research Center Road; TH 1169 Ser- vice Road from West Research Center Road to 49th Avenue North; and 49th Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street pro- ject also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to fts Street Fund for street projects.Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the Citys spe- cial assessment policy. The tax exempt properties to be assessed for the 2013 Infra- structure Project 906 are as follows: Address PID number Northwest Church of Christ 07-118-21-113-0104 8624 50th Avenue North Minnesota Masonic Home 06-118-21-43-0037 North Ridge 5430 Boone Avenue North Hearing & Service Dogs of MN 06-118-21-33-0001 9440 Science Center Drive City of New Hope properties 07-118-21-24-0003 07-118-21-24-0004 06-118-21 34-0020 06-118-21-31-0019 g g nopgrstuvwxyz 06-118a$110,-0020 47,4 3. The estimated cost of said improvement is $10,947,463.88. 4.The area proposed to be assessed forthe making of said improvement shall include the premises described in paragraph 2. above. 5. All persons interested are invited to appear at said hearing for the purpose of being BY: eard with respect to the making of said improvement. CFO Dated the 13th day of November, 2012. sl Valerie Leone Valerie Leone City Clerk Subscribed and sworn to or affirmed (Nov zs & Dec. s, 2012) P2-Improvement906 before me on this 6 day of December , 2012. Notary Pub�ic JULIA I. HELKENN NOTARY PUSUC• MINNESOTA MY COMM. EKR. Jan. 31, 2015 COUNCIL n Request for Action Originating Department Approved for Agenda Agenda Section Public Works December 10, 2012 Public Hearin Item No. By: Guy Johnson By: Kirk McDonald, City Manager 7.2 Resolution ordering the construction of public improvement No. 906 (2013 street and infrastructure improvement project) Requested Action Staff recommends that the Council hold a public hearing on the proposed 2013 infrastructure improvement project. When the public hearing is closed, staff further recommends that the City Council order construction of the 2013 infrastructure improvement project. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan has identified areas for maintenance activities in 2013. Background The proposed 2013 infrastructure project will involve street and utility infrastructure improvements. Most of the sanitary sewer improvements will relate to the city's inflow and infiltration reduction program. Based upon the analysis of street condition ratings, GoodPointe Technology staff identified 49th Avenue from TH 169 to Boone Avenue; Boone Avenue from 49th Avenue to Bass Lake Road; and the industrial streets between Boone Avenue and the TH 169 service road for maintenance activities in 2013. The proposed 2013 street infrastructure project was discussed at the Council's April 16, 2012, work session. Council authorized preparation of a feasibility report for construction of a 2013 street infrastructure project on July 23, 2012. At that time, staff noted that a number of street sections have some history of water main breaks, and that it was necessary to prioritize water main replacement in the 2013 street infrastructure area based upon street condition ratings, water main break history, and cost/improvement benefit. At the October 15, 2012, work session, Council discussed the funding and prioritization of the water main replacement. Motion by Second by To: I:\RhA1PUBW0RK5120121906 2013 Infrastructure Public IHearing.doc Request for Action December 10, 2012 Page 2 On November 13, 2012, the city engineer presented the feasibility report for the proposed 2013 infrastructure improvement project. Council reviewed the report and scheduled a public hearing for December 10, 2012. Council also directed staff to notify Northwest Church of Christ, Minnesota Masonic Home North Ridge, and Hearing & Service Dogs of MN, utilizing Assessment Roll A. The city clerk has notified the property owners of the proposed assessment project and this hearing. At the October 15, 2012, work session, Council discussed funding and prioritization of the water main replacement. The feasibility report had the installation of water main on Boone Avenue, 51st Avenue, 49th Avenue, and East Research Center Road as the base bid. International Parkway from Science Center Drive to East Research Center Road; International Parkway from East Research Center Road to West Research Center Road; and West Research Center Road from International Parkway to the TH 169 service road to be bid as Alternate 1; and the remaining street segments of International Parkway from West Research Center Road to 5651 International Parkway and Science Center Drive as Alternate 2. With updated estimated project costs and funding restrictions, staff recommends the street surfaces in the base bid portion of the project be full depth reclaimed and have their water mains replaced. Staff recommends the street surfaces in the Alternate 1 and Alternate 2 portions of the project be milled and overlaid with spot water main, sanitary sewer, and storm water infrastructure corrections completed where necessary. Due to cost, staff recommends that Council consider a street striping layout for Boone Avenue in the project area that allows for bike lanes in both directions, rather than an off-street trail. The proposed street layout would follow the city's "Complete Streets" policy. Staff also recommends that further discussions take place with regards to the feasibility of having the railroad crossing at Boone Avenue become a quiet zone. The proposed project schedule is: • Hold the public hearing on December 10, 2012 • Project open house in January • Approve plans and specifications and order advertisement for bids on February 11, 2013 • Review bids and possibly award contract on March 25, 2013 • Start construction in April 2013 Funding In accordance with New Hope's assessment policy, the breakdown of estimated revenue sources for the 2013 infrastructure project is: • Proposed assessment amount $233,196.50 Proposed city assessment amount $428,888.40 • State aid $4,000,000.00 • Street infrastructure fund $290,000.00 Storm water fund $724,000.00 • Sanitary sewer fund $100,000.00 • Water main replacement — PFA loan $1,035,000.00* • Water main infrastructure — water fund $304,000.00 Total estimate $7,115,084.90 IARFAIPUBW0RKS120121906 2013 Infrastructure Public Hearing.doc Request for Action December 10, 2012 Page 3 * The city has received notice of approval that the project is on the public facilities authority's (PFA) 2013 intended use plan (IUP). The 2013 1U identifies projects the PFA intends to fund from the clean water revolving fund. The city has also submitted an application to Hennepin County for a possible grant, up to $100,000, to install an off-road trail or on -street bike lanes along Boone Avenue. Attachments A memorandum from the city engineer, a resolution prepared by the city attorney, and a map are attached. I:\RFA\PUBWORKS\2012\906 2013 Infrastructure Public Hearing.doc City of New Hope RESOLUTION NO. 12-� x ( I RESOLUTION ORDERING CONSTRUCTIO f" v G. OF PUBLIC IMPROVEMENT NO. 906 �0 (2013 Infrastructure Improvement Pro' et) BE IT RESOLVED by the City Council of the City of ew Hope as follows: 1. Pursuant to Resolution No. 2012-165 adoel, at its November 13, 2012 meeting, this Council held a public hearing on the 10th day of Dece 012, at 7:00 p.m. at the New Hope City Hall, 4401 Xylon Avenue North, on the proposed 2 3 Infrastructure Im rovemcnt No. 906 of the City. The public hearing was held after notice of public hearing was duly published on the 29th day of November and the and 6th day of December,A 12 in the City's official newspaper the New Hope - Golden Valley Sun -Post in accordance withyfid as required by law. 2. The Council has exam' ed and approved the City Clerk's Affidavit Of Mailing pertaining to the mailing of notices f said hearing to the owners of all parcels within the area proposed to be assessed, and has a fined and approved the mailing list containing the names and addresses of all such owners; an Us Council hereby finds, determines and declares that the notice of said hearing was duly mYbore the owners of each and all parcels within the area proposed to be assessed at least 10 daythe December 10, 2012 public hearing in accordance with and as required by law. 3. That ail persons desiring to be heard were given an opportunity to be heard thereon, and this Council haviw considered the views of all persons interested and being fully advised as to the pertinent facts relting to Project No. 906, does hereby determine the improvement is necessary, cost- effective and feasible as detailed in the feasibility report prepared by Stantec Consulting Services, Inc., Engineers fgethe City. Further, the Council hereby determines to proceed with the making of said proposed improvement, and said improvement is hereby ordered as proposed in Resolution No. 2012- 165. 4. The area proposed to be assessed to pay the cost of said improvement shall include the property described in the notice of public hearing pertaining hereto as described in paragraph 1 of this resolution. Adopted by the City Council this 10th day of December, 2012. Kathi Aemken, Mayor Attest: Valerie Leone, City Clerk PAAttotncy\8AS11 Client Filesl2 City o°New Hope199.69061 (2013 street prood)1Resol¢tion Ordering Construction d2.doc —1— December 6, 2012 Guy Johnson City of New Hope 5500 International Parkway New Hope, MN 55428 Re: 2013 Infrastructure Improvements — Public Hearing Client Project No.: 906 Dear Guy: A report and cost estimate has been prepared for the 2013 Infrastructure Improvements project. The project generally consists of street and utility improvements in the industrial area located in the northwest part of the city (see attached project streets map). A neighborhood meeting will be scheduled soon for January. The meeting will involve a presentation of the proposed project and opportunity for attending residents and businesses to provide feedback. As discussed at the November 13th Council Meeting, estimated project costs were to be reviewed upon the reception of the soil boring results. Although the soils were slightly better than anticipated, the estimated costs are still significant. Due to funding constraints, it is recommended to not include the full depth reclamation in Alternate 1 and Alternate 2. It is recommended to complete the full depth reclamation with water main replacement in the base bid, and to mill and overlay the alternate streets and complete spot water main, sanitary sewer, and storm water infrastructure improvements. The revised estimated total project cost including indirect is $7,115,085. It is recommended that a Public Hearing is conducted at the December 10th Council Meeting. It is recommended a summary of the project scope be presented again along with the proposed assessment roll. Using cost estimates prepared for the report, assessment amounts were calculated for assessable tax exempt properties within the project area. The assessable tax exempt properties and corresponding estimated assessments are shown in the table on the following page: Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 yv Fax: (651) 636-1311 -Stantw,� December 6, 2012 Guy Johnson City of New Hope 5500 International Parkway New Hope, MN 55428 Re: 2013 Infrastructure Improvements — Public Hearing Client Project No.: 906 Dear Guy: A report and cost estimate has been prepared for the 2013 Infrastructure Improvements project. The project generally consists of street and utility improvements in the industrial area located in the northwest part of the city (see attached project streets map). A neighborhood meeting will be scheduled soon for January. The meeting will involve a presentation of the proposed project and opportunity for attending residents and businesses to provide feedback. As discussed at the November 13th Council Meeting, estimated project costs were to be reviewed upon the reception of the soil boring results. Although the soils were slightly better than anticipated, the estimated costs are still significant. Due to funding constraints, it is recommended to not include the full depth reclamation in Alternate 1 and Alternate 2. It is recommended to complete the full depth reclamation with water main replacement in the base bid, and to mill and overlay the alternate streets and complete spot water main, sanitary sewer, and storm water infrastructure improvements. The revised estimated total project cost including indirect is $7,115,085. It is recommended that a Public Hearing is conducted at the December 10th Council Meeting. It is recommended a summary of the project scope be presented again along with the proposed assessment roll. Using cost estimates prepared for the report, assessment amounts were calculated for assessable tax exempt properties within the project area. The assessable tax exempt properties and corresponding estimated assessments are shown in the table on the following page: Page 2 of 2 Reference: 2013 Infrastructure Improvements —Public Hearing TOTAL $662,084.90 Assuming Council accepts the information presented, we recommend closing the Public Hearing. We anticipate Council will approve final plans and specifications at the February 11th Council Meeting. Bids would be received in March and a contract considered at the March 25th Council Meeting. If you have any questions or require further information please call me at (651)604-4808. Sincerely, STANTEC a_�� 00, X.P�" Christopher W. Long, P.E. Attachments: Figure 1-1 — Project Streets Cc: Shawn Markham New Hope; Marie Hanson, Jason Petersen — Stantec. Owner Address Assessment Amount 1 City of New Hope 86 Address Unassigned $56,871.12 2 City of New Hope 86 Address Unassigned $56,871.12 3 Northwest Church of Christ 8624 50th Ave N $52,978.80 1 4 Minn Masonic Home No Ridge 5430 Boone Ave N $131,473.92 5 Hearing & Service Dogs of MN DBA Can Do Canines 9440 Science Center Dr $48,743.78 6 City of New Hope 5500 International Pkwy $137,961.12 7 City of New Hope 86 Address Unassigned $162,166.10 8 City of New Hope 5700 International Pkwy $15,018.94 TOTAL $662,084.90 Assuming Council accepts the information presented, we recommend closing the Public Hearing. We anticipate Council will approve final plans and specifications at the February 11th Council Meeting. Bids would be received in March and a contract considered at the March 25th Council Meeting. If you have any questions or require further information please call me at (651)604-4808. Sincerely, STANTEC a_�� 00, X.P�" Christopher W. Long, P.E. Attachments: Figure 1-1 — Project Streets Cc: Shawn Markham New Hope; Marie Hanson, Jason Petersen — Stantec. 62ND AVE N N i -VAN 1�I2AV�f n. ���R- Igitfflr 1 .�. I� 58TH � w; � I id 55TH AVE NI- _. E ..a iRiAVE W SCIENCC� UR w m t� j A9 ...— i y ..-5q5 AVE N j f! I.¢ ;t ij 4a1. � is z �, .J k 31AkI tt 47TH AVE fil 46 wiO�XN E i z I I,-1 42N�FA NJ 3� WI O8TA.VJN E .... J �........... m ....- €... oPOV Location ocation ..., _. 1 . City Limits 14 „ 1 PA�waFi Parcels p___� oil �1E�IC", '. C 0 1,000 2,000 4,000 I Feet l Siantec Consulling Figure 1 The Information on this map has bow compiWd rt by start— gaff from a variety of souress and is 1 2335 West Highway 36 Location Man St. Paul, MN 55113 r nosubject pr is change orh stirs. titaness makes s representations orrrerrerdies, express or Ia;ptaa, New Hope, Minnesota as to accuracy, eompieteness.1maiiness, orriphts b the tus of such ItdotmnEon. StEIMK 2013 Infrastructure Improvements November 2012 n 0 400 800 HQfIzantd Scats In Feet RECLAIM MILL AND OVERLAY » v4 ,• IRE, 00L.1" mQo ©o o oo © ,oi T L El VILLAGE GREEN COLF m _ COURSE - r!u a �� k wo ■w v � a Z VICTORY v I sma am LS - v PARK nr rn m uw 56TH AV 4M rldl NORTH EDUCATION CENTER RIDGE 'I 1 \ PUBLIC i m APARf- WORKS; bs GARAGE t, MENTS 55TH AVE N 6A.iw NORTH z �" z BEGIN ' RIDGE q1 Hma a�u PARK .o CARE au a es sm CENTER Wr I� 5 A I an i m m E�.1 51ST AVE N aOF �y m = I .TTH AVE N i @ NEW HOPE .:.w � FE.— 'AR' _ Jill r►,_ - — 4971 `I � f � - - . � yr ,w� m � .ew LL �'•. ..x 1�� o � � PROJECT STREETS NEW HOPE, MINNESOTA FIGURE: 1-1 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: December 2012 COMM: 193801579 54TH AVE N I� 5 A I an i m m E�.1 51ST AVE N aOF �y m = I .TTH AVE N i @ NEW HOPE .:.w � FE.— 'AR' _ Jill r►,_ - — 4971 `I � f � - - . � yr ,w� m � .ew LL �'•. ..x 1�� o � � PROJECT STREETS NEW HOPE, MINNESOTA FIGURE: 1-1 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: December 2012 COMM: 193801579 NOTICE OF PUBLIC HEARING ON PROPOSED INFRASTRUCTURE IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) 1. Notice is hereby given that the City Council ofthe City ofNew Hope, Minnesota, will meet on December 10, 2012, at 7:00 p.m. at the City Hall, 4401 Xylon Avenue North, in said City for the purpose of holding a public hearing on a proposed street and infrastructure improvement as described hereinafter. Estimated assessments are listed on page 2 of this notice. At the hearing there will be a reasonable estimate of the impact of the assessment. 2. The general nature ofthe improvement, as described in the November 2012 feasibility report entitled 2013 Infrastructure Improvement Project, City Project No. 906, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. As per Figure 1 "2013 Proposed Project Area" set out in Stantec's November 2012 feasibility report, the streets included in the project are as follows: a) for Reclaim — Boone Avenue North from 49th Avenue North to Bass Lake Road; 49th Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51"Avenue North from Boone Avenue North to end of cul-de-sac; Science Center Drive from TH 169 Service Road to Boone Avenue North; East Research Center Road from Boone Avenue North to International Parkway; International Parkway from i) West Research Center Road to Science Center Drive, and ii) from West Research Center Road to 865 feet north of West Research Center Road; West Research Center Road from TH 169 Service Road to International Parkway, and b) for Mill and Overlay — International Parkway from Bass Lake Road to 865 feet north of West Research Center Road; TH 169 Sei vice Road from West Research Center Road to 49th Avenue North; and 49th Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2013 Infrastructure Project 906 are as follows: CITY OF NEw HOPE 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 + www. ci.new-hope.mn.us City Hall: 763-531-5100 + Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 + TDD: 763-531-5109 City Hall Fax: 763-531-5136 + Police Fax: 763-531-5174 + Public Works Fax: 763-592-6776 Estimated Address PID number Assessment Northwest Church of Christ 8624 50'h Avenue North Minnesota Masonic Home North Ridge 5430 Boone Avenue North Hearing & Service Dogs of MN 9440 Science Center Drive City of New Hope properties 07-118-21-13-0104 06-118-21-43-0037 06-118-21-33-0001 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 3. The estimated cost of said improvement is $10,947,464. $52,979 $131,474 $48,744 $428,887 4. The area proposed to be assessed for the making of said improvement shall include the premises described in paragraph 2. above. 5. All persons interested are invited to appear at said hearing for the purpose of being heard with respect to the making of said improvement. Dated the 27`h day of November, 2012. sl Valerie Leone Valerie Leone City Clerk PUBLIC HEARING Mayor Hemken introduced for discussion Item 7.2, Resolution ordering the IMP. PROJECT 906 construction of public improvement no. 906 (2013 infrastructure improvement Item 7.2 project). Mr. Steve Sondrall, city attorney, pointed out the Council may not order the project at tonight's meeting as it requires a 4/5s vote and only three council members are in attendance. Mr. Guy Johnson, director of public works, announced that the plans and specifications will be submitted to Council in January for approval and the project could be ordered at that time. Mr. Chris Long, city engineer, illustrated the proposed project location in the northwest part of New Hope in the industrial area (4911, Avenue from Erickson Drive to Boone Avenue, Boone Avenue from 49th Avenue to Bass Dake Road, and the industrial streets between Boone Avenue and TH-169 Frontage Road). Mr. Long reported the project components include street rehabilitation (reclamation or mill and overlay), water main replacement, sanitary sewer improvements, storm sewer improvements, and other potential improvements such as a railroad quiet zone, aspects of Complete Streets, and traffic sign replacement. Council Member Elder arrived at the meeting at 7:50 p.m. Mr. Long stated the alternate street improvements were considered in the feasibility report but after a further review it has been determined to not include any alternates in the 2013 project. The city engineer reviewed potential rain garden locations. He stated the Complete Streets policy and Comprehensive Plan was utilized to incorporate a proposed off-street trail on East Research Center Road and on -street bike lanes on Boone Avenue. He stated the estimated cost of the trail and bike lane construction cost is $76,000. He stated the Hennepin County Bikeway Grant application has been revised requesting $13,500 to cover striping and signing costs. He noted installation of the on -street bike trail on Boone will require elimination of on -street parking on the west side of Boone Avenue. Mr. Long updated the Council on discussions with railroad administration regarding quiet zone railroad crossing improvements. He stated Canadian Pacific Railroad expressed its preference of a partial quiet zone similar with action in the city of Plymouth with no horn sounding from 10 pm to 7 am (unless determined necessary by the train engineer). He stated the trains will continue to sound at the Winnetka Avenue crossing. He explained quiet zone improvement costs and alternatives: 1) new crossing arms (entire set) $500,000; 2) concrete curb and jersey barrier median $50,000 (would impact access to businesses located south of the tracks); and 3) channelization (not feasible due to nearby driveways and semi -truck traffic). Council discussed option 2 with the barrier median and whether businesses would be willing to relocate driveway entrances. Mr. Long reviewed cost estimates of the project totaling $7,115,085. Revenue New Hope City Council December 10, 2012 Page 4 sources were reviewed including the possible use of a Minnesota Public Facilities Authority (PFA) loan and $4 million in state aid, It was noted that tax exempt properties would be assessed for the street improvements only. The impacted tax exempt property owners include: City of New Hope, Northwest Church of Christ, Minnesota Masonic Home North Ridge, and Hearing & Service Dogs of MN (dba Can Do Canines). Mr. Long reviewed the proposed project schedule. He recommended the Council close the public hearing. He noted the project plans and specifications would be prepared and presented in the near future, Discussion ensued regarding the proposal for a quiet zone railroad crossing. Mr. Kirk McDonald, city manager, explained that meetings have taken place with affected businesses for discussions concerning driveways. He stated the southwest business (Drill Pipe Services International) believes placement of a concrete median would be problematic. He stated it is best if trucks travel north to Bass Lake Road. Council Member Lammle noted the alternate $500,000 option may not be financially feasible. Council Member Stauner questioned whether the street width is affected, Mr. Long explained the modifications involve crossing arms only and the street width would not be affected. Mr. Guy Johnson, director of public works, noted that in 2007 the city was informed by the railroad that the railway improvements should occur prior to the city's street infrastructure work. Mr. Long stated the city could ask CP Railway to add the conduit ahead of time, and the work on Boone Avenue could be postponed. Mayor Hemken opened the floor for questions. Mr. AT Peter, Can Do Canines, was recognized. He spoke of the organization's fall fundraiser which requires the area streets to be wheelchair accessible. He inquired of the timing of the project. Mr. Long and Mr, Johnson indicated Science Center Drive is scheduled for a mill and overlay which could be postponed until 2014. It was noted the project specifications could require the wear course to be completed before September of 2014, Mr. Peter thanked the city for welcoming Can Do Canines to the city. He acknowledged the necessity of assessments but pointed out their organization relies solely on contributions for its revenue source, and he asked the Council to give special consideration for various types of non -profits as it relates to special assessments. He noted a $50,000 assessment equates to placement of two less service dogs. Mayor Hernken pointed out the assessment can be spread over several years. Ms. Kim Pederson, Minnesota Masonic Homes North Ridge, was recognized. She commented the facility employs over 700 persons and it is necessary to New Hope City Council December 10, 2012 Page 5 maintain access to the driveways. She also requested assistance with signage to direct visitors when street work is underway and traffic has to be re-routed. Mr. Long stated the road will require temporary closure during watermain installation. He stated properties will be notified in advance and access will remain open as much as possible. It was noted that emergency service can be provided through the rear of the building, and the neighborhood will be notified of any on -street parking issues. Mr. Kirk McDonald, city manager, commented that the city recently completed roadwork along Winnetka and Bass Lake Road which impacted St. Therese Nursing Home. He stated the city maintained a good working relationship with St. Therese during the project, and he is confident the same can be accomplished with the future project near North Ridge. Mr. Andy Mielke, 3512 Yukon Avenue North, was recognized. He indicated he is a consultant for an engineering firm and his area of expertise is quiet zones, He noted he has worked on 30 quiet zones throughout the country. He offered his expertise to the city and suggested alternate safety measures such as a shorter 30 -foot median instead of the 60 -foot size to assist with the truck traffic turning radius. He recommended an eight -inch barrier instead of the jersey barrier. He also commented the city has discretion on quiet zone hours, and it can be greater than between the hours of 10 pm — 7 am. Mr. Long explained the reason for the jersey barrier is that if trucks drive over the barrier and damage occurs, the city could lose the quiet zone designation status. Mr. Mielke offered to speak with Tami Wagner of the railroad administration and set up a conference call with the city engineer. He stated a 15 -foot median could be considered if a 30 -foot median is still too long on the south side. Mr. Guy Johnson, director of public works, reported that staff met Ms. Wagner on site during the summer at which time she originally recommended a 120 -foot barrier in each direction, but after additional discussion she indicated a 60 -foot barrier in each direction would be acceptable. It was noted the barrier would contain signage to direct channelization. Council Member Stauner pointed out the conflicting information on the length of median and recommended additional research be conducted. Council Member Lammle thanked staff for the work completed thus far on the quiet zones. He noted train whistles do affect the quality of life for residents. He stated light rail transit will affect a greater number of residents and believes that is the reason the city of Plymouth is budgeting for quiet zones. Mayor Hemken recommended postponing ordering the project until January to allow additional research regarding the quiet zone issues. New Hope City Council December 10, 2012 Page 6 The city engineer inquired whether he had authorization to continue on the project. The city attorney responded affirmatively and indicated state statute allows the Council to request any information necessary to determine whether to order the project, Council Member Stauner recommended further discussion on the quiet zone issue at the January 22 work session and consideration of the actual project at the January 28 council meeting. CLOSE HEARING Motion was made by Council Member Lammle, seconded by Council Member Item 7.2 Elder, to close the public hearing. Voting in favor: Hemken, Elder, Lammle, Stauner; voting against: None; Absent: Hoffe; Abstained: None. Motion carried. MOTION Motion was made by Council Member Elder, seconded by Council Member Item 7.2 Lammle, to postpone ordering the project until January 28, 2012, Council Meeting. Voting in favor, Hemken, Elder, Lammle, Stauner; voting against: None; Absent: Hoffe; Abstained: None. Motion carried. IMP. PROJECT 893 Mayor Hemken introduced for discussion Item 8.1, Resolution accepting the Item 8.1 low bid for demolition of 4200 and 4300 Xylon Avenue North from Landwehr Construction, Inc, at the bid price of $198,815 (project no. 893). Mr. Chris Long, city engineer, stated the project includes demolition of the buildings at 4200 and 4300 Xylon Avenue North (former Kmart and Wells Fargo buildings). He stated it includes removal of buildings, lights, on-site ash trees, signs, and hazardous materials. He noted truck traffic for the project will be 42nd Avenue and Xylon Avenue North. Mr. Long reviewed the bid results and stated the low bid was submitted by Landwehr Construction, Inc. for $198,815, and costs will be borne by tax increment financing and EDA funds. He stated the project is expected to begin in January with final completion the end of March, 2013. Mayor Hemken inquired of the city's experience working with Landwehr. Mr. Long stated Landwehr Construction completed the Wincrest Pond project for the city in a satisfactory manner. Mr. Kirk McDonald, city manager, noted Stantec spent substantial time showing bidders the interior of the buildings. Council Member Elder inquired regarding light poles on the property and was informed only the poles on Xylon and 42nd Avenue will remain. RESOLUTION 2012-175 Council Member Lammle introduced the following resolution and moved its Item 8.1 adoption "RESOLUTION ACCEPTING THE LOW BID FOR DEMOLITION OF 4200 AND 4300 XYLON AVENUE NORTH FROM LANDWEHR CONSTRUCTION, INC. AT THE BID PRICE OF $198,815 (PROJECT NO. 893)." The motion for the adoption of the foregoing resolution was seconded by New Hope City Council December 10, 2012 Page 7 'ot, 'T WORL & LOGISTICSIA T5101, Boone Ave Ndrth New Hope, W' 55428 Phone: 761 36.908Q *.Fa,.,,.:. 763.536,9102 Decembel, 2.Q,, -2C1,2 Curt -McDonald CIL-11 6F i�!ew 44,01- 'X.Y1.oAAvzriue-north Mew,.Hope, iviWl 53428-4898 Deal, Mr. McDonL!d, .Tha;ik V ou for your. propwA1,16C. " ter:,'.-.g&rL1lng JkB railroad Quit Zone that has the goal of reducirij.2 the no.6e-creatcd by the frequerip, of "I"i-aln activity across. BoDne txenL16. - It .15 0 U r ret 'tu I iIform yrju eliat World "'Franslo'ad,and. i-bg1sticso, Li. -C Is Unable to accapt, 41.1he"alt.*i-ation proposed ay rhe City of i.-jew, 11 -lope as it. .5 will sigh,ific-31.11Y SI.OW";'Gur eyWnal dafly business operal.-lons. The CHL'y oF f�el.,v irlope, is..suggestirig. placing bard i, wit rijeCol.ar. on the norl:h site of aur' business; vvh1dil. waOld not, allow our'compaw,1 truclr.s to go iwfth, causing all of ourtrucks wirz'cur products to'Co SOL!& Our cornpafi-,,dr is opertti.) discussing other possIblLa options rega-rdine- -Reis project. If you have anw questfun plezee call me'Lt (763) 355-8983, Regards-," Venk,ata Kanakamedala V: P of Operations. COUNCIL ` Request for Action Originating Department Approved for Agenda Agenda Section Public Works January 14, 2013 Consent Item No. By: Guy Johnson By; 6.18 Resolution requesting municipal state aid street funds advance (improvement project 406) Requested Action Staff recommends that Council approve a resolution requesting advance payment of the city's state aid construction allotment funds for use in the 2013 infrastructure project. Policy/Past Practice In years past, the city has made requests of the state for advances from the Minnesota state aid street fund to supplement the available funds in the city of New Hope's state aid construction account. This allows a city or county to encumber funding from future years for current infrastructure state aid projects. Background For many years the state has had a program to allow cities and counties to draw from future state aid fund allotments to supplement the current available funds for state aid projects. The state's current advance funding program releases funds to applicants on a first come, first served basis. For New Hope's 2013 infrastructure project, these advance state aid funds would supplement the use of the city's street infrastructure funds and/or storm water funds. Excluding Xylon Avenue between 42nd Avenue and 45th Avenue, and 45th Avenue between Xylon Avenue and Winnetka Avenue, after 2013 the city's current street infrastructure plan does not include projects with state aid eligible streets for the next five years. Funding The city's 2012 construction allotment was $507,307, up from $488,120 in 2011. Assuming that the state continues to fund the state aid program as in the past, the state is currently estimating that the city's 2013 allotment would be reduced by about 4%, to around $480,000. Attachment A copy of the resolution is attached. Motion by/ Second by To:f3-/� I; \ RFA \PUBWORKS�2013\906 2013 Street state Aid Distribution Request.doc City of New Hope Resolution No. 13-13 Municipal state aid street funds advance resolution (improvement project 906) WHEREAS, the municipality of New Hope is planning to implement municipal state aid street projects in 2013 which will require state aid funds in excess of those available in its state aid construction account; and, WHEREAS, said municipality is prepared to proceed with the construction of said projects, but not limited to, through the use of an advance from the municipal state aid fund to supplement the funds available in their state aid construction account; and, WHEREAS, the advance is based on the following determination of estimated expenditures: Account balance as of date 117113 Less estimated disbursements: Project # 182-101-018. 182-108-002, 182-112-002, 182-107-012 $4.000,000 Bond Principle (if any) $ Project Finals (overruns — if any) $ Other $ T _� Total Estimated Disbursements Advance Amount (amount in excess of account balance) $ 1,387,728.62 $4,000,000 $2,536,535 WHEREAS, repayment of the funds so advanced will be made in accordance with the provisions of Minnesota Statutes 162.14, Subd. 6 and Minnesota Rules, Chapter 8820.1500, Subp. 10b; and, WHEREAS the municipality acknowledges advance funds are released on a first come, first served basis, and this resolution does not guarantee the availability of funds. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin County, Minnesota: 1. That the commissioner of transportation be and is hereby requested to approve this advance for financing approved municipal state aid street project(s), but not limited to, of the municipality of New Hope in the amount up to $2.536,535. Y hereby authorize repayments from subsequent accruals, to the municipal state aid street construction account of said municipality from future year allocations until fully repaid. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 14th day of January, 2013. Attest: Valerie Leone, City Clerk -2- Kathi Hemken, Mayor n 0 400 800 Hoftontal Scale In Feet RECLAIM MILL AND OVERLAY >e w c w I w ' VICTOITY PARK ry I elr 7GTH AV NOR1H ,' Mw RIDGE I ! \ w PUBLIC _ GARAGE MENTS I� Mw NORTH 'w RIDGE "f0 CARE e w+ CENTER �I Ir �^J we Tit p f:w I ru 51ST AVr N VILLAGE GREEN GOLF .Y. COURSE Q xm IY �" rw rel NORTH EDUCATION CENTER ew m 54TH Mol AVE N m PROJECT STREETS NEW HOPE, MINNESOTA FIGURE: 1-1 a_ 2013 INFRASTRUCTURE IMPROVEMENTS ' `E V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: December 2012 COMM: 193801579 Leone Valerie From: Johnson Guy Sent: Tuesday, January 15, 2013 4:53 PM To: Leone Valerie Subject: RE: cert resolutions Hi Val, I left a voice mail but thought I would send the email too. I need to send the resolutions (I believe the originals) to Stantec`s state aid engineer. Each resolution will be added to three separate submittals that he will sena to the state aid office. Thanks, Guy From: Leone Valerie Sent: Tuesday, January 15, 2013 4:27 PM To: Johnson Guy Subject: cert resolutions Guy, can you call me before you leave to discuss who should mail certified resolutions to for RFA items 6.18, 6.19, 6.20 Valerie Leone, City Clerk City of New Hope (763)531-5117 vleone@ci.new-hope.mn.us COUNCIL a L Request for Action Originating Department Approved for Agenda Agenda Section Public Works January 22, 2013 Work Session Item No. By: Paul Coone, Operations ManagerBy; Kirk McDonald, Ci :Vlana er 11.5 Discussion of quiet zone installation for the proposed 2013 street infrastructure project (#906) Requested Action Staff would like to update the Council on the Boone Avenue Federal Railroad Administration's quiet zone application process. Background The proposed 2013 street infrastructure project includes the streets of 49th Avenue from Erickson Drive to Zealand Avenue, Boone Avenue from 49th Avenue to Bass Lake Road, and the industrial streets between Boone Avenue and the TH 169 service road. One of the improvements being considered, besides new bike lanes and water main replacement for Boone Avenue, is the creation of a quiet zone at the railroad crossing. In order to establish a quiet zone, the quiet zone risk index needs to be at or below the nationwide significant risk threshold. To accomplish this, recommended supplemental safety measures (SSM) need to be implemented. The Federal Railroad Administration has a procedure in place for communities to request a quiet zone railroad crossing. To initiate the procedure, staff held an onsite meeting with a representative from the Federal Railroad Administration in September to discuss the feasibility of creating a quiet zone for the Boone Avenue railroad crossing. Discussions have been ongoing between staff members and shareholders to continue the process and proceed with the quiet zone request. A quiet zone notice of intent was submitted to the Federal Railroad Administration on December 20, 2012, The notice of intent contains a quiet zone risk index calculation to determine if the crossing is below the nationwide significant risk threshold. The next step in the process is to set an onsite diagnostic team review meeting with Federal Railroad Administration, Minnesota Department of Transportation Railroad Administration, and Canadian Pacific Railroad representatives. Motion by Second by To: UV I:\ RFA\PUBWORKS\2013\906 2013 Street Infrastructure Project Quiet Zone Worksession 1-22-13.doc Request for Action January 22, 2013 Page 2 Staff received comments from the Federal Railroad Administration representative after receiving our notice of intent, suggesting that our submittal should be amended after discussions between all of the shareholders at the diagnostic team review meeting. The diagnostic team review meeting took place on January 7, 2013, and the notice of intent was resubmitted. Due to driveway access issues for two businesses south of the Boone Avenue railroad crossing, the city originally requested that the median south of the crossing be only 20 feet in length instead of the SSM's recommended 60 feet. A median less than 60 feet is considered an alternate safety measure (ASM). Because of the need to use an ASM, the city is also required to submit an application to the Federal Railroad Administration's representative for approval of the requested quiet zone. Because it was required that the application contain detailed information from the January 7 diagnostic team review meeting, the application was sent out last week. Considering the concerns of the property owner south of the railroad crossing and after reviewing all of the comments from the shareholders at the diagnostic team review meeting, staff submitted the application indicating a 100 foot median on the north side of the railroad tracks and a 30 foot median on the south side of the tracks. The application also indicated relocation of the curb in the southeast quadrant of the crossing to the east, the expansion of both driveway approaches for the businesses just south of the crossing, the extension of no parking along the curb in the northeast quadrant of the crossing, and requested a 24-hour quiet zone. Although this configuration of the medians and the 24 hour quiet zone do not concur with some of the shareholders suggestions, staff believes the submittal is the best case scenario of both the safety of the quiet zone crossing and the concerns of the businesses south of the railroad crossing. The Federal Register allows 60 days after submittal of the city's application for comments from the stakeholders. Staff has been informed by the Federal Railroad Administrations representative that it may take longer to receive their comments. Because of this possible timeline and the Twin Cities' construction window, staff is recommending that the creation of a quiet zone at the Boone Avenue railroad crossing be bid as an alternate. The timeline for the physical creation of the quiet zone can extend into 2014 as long as it is constructed prior to installation of the asphalt wear course on Boone Avenue. In order to ensure that the city receives competitive bids for the 2013 street infrastructure project, approval of plans and specifications, and the authorization to advertise for bids need to take place at the Council meeting on February 11, 2013. This will allow the Council to review the bids and possibly award a contract at its March 25, 2013, meeting. If this timeline cannot be met, staff recommends that the project be delayed until the 2014 construction season. Funding The engineer's cost estimate for creation of a quiet zone is $50,000. Funding would be from the street infrastructure fund. Attachments Attached are maps of the area and the engineer's memo. I:\ RFA\PLBWORKS\2013\906 2013 Street Infrastructure Project Quiet Zone Worksession 1-22-13.doc 41' 'f stantec January 14, 2013 Stantec Consulting services Inc. 2335 Highway 36 West St. Paul MN 55113 Tei: (651) 635-4600 Fax: (651) 636-1311 Guy Johnson City of New Hope 5500 International Parkway New Hope, MN 55428 Re: 2013 Infrastructure Improvements -- Quiet Zone Improvements Update Client Project No.: 906 Dear Guy: The Council requested additional intormation in regards to the potential quiet zone improvements at the December 10th meeting. Since that meeting, we have met onsite with all the shareholders (Federal Railroad Administration or FRA, Minnesota Department of Transportation Railroad Administration, Canadian Pacific Railroad, and city of New Hope) and conducted a diagnostic meeting as required by FRA in order to establish a quiet zone. We have also received feedback from the businesses. Following the diagnostic meeting and review of all shareholder comments, we have submitted an application to the FRA with the proposed quiet zone improvements (also see attached Figure 1 drawing): $ South median to be 30 feet long (previously shown at 20 feet). The east curb just south of the tracks will require a bump -out to allow for turning movements. Both driveways south of the crossing will require expansion of the driveway approaches. 40 North median to be 100 feet long (previously shown at 60 feet). This will require an extension of no parking along the curb to the northeast of the crossing. * 24-hour quiet zone request The application to the FRA was required since the median to the south is being proposed at less than 60 feet, which is the minimum Supplemental Safety Measure (SSM). Since the SSM was not achieved, an Altemative Safety Measure (ASM) of utilizing a 30 foot median needs to be submitted to the FRA for a 60 -day application review process. Due to the driveway access issues for the two businesses to the south of the crossing, we have maximized the potential for turning movements by bumping out the east curb and expanding the driveways. In order to proceed with the current Project schedule (construction beginning in 2013), the quiet zone improvements will need to be considered as an alternate to the base bid work. The project's advertisement for bids will occur prior to receiving the application review results from the FRA. Although the review results and the timing for the potential quiet zone improvements is unknown, the quiet zone improvements can be completed after the base course (first layer) of bituminous pavement, but will need to be completed prior to the wear course (final layer) of bituminous pavement. The wear course on Boone Avenue will not be completed until the summer of 2014. If you have any questions or require further information please call me at (651)604-4808. Page 2 of 2 Reference: 2013 Infrastructure Improvements - Quiet Zone Improvements Update Sincerely, STANTEC Christopher W. Long, P.E. Attachments: Figure 1- Vehicle/Truck Turning Evaluation Cc: Shawn Markham - New Hope; Mark Hanson, Jason Petersen - Stantec. LAKE .m 59TNAV! ao, asv eau a.r � aae em ® Mtl awa eNr aw. a. awi aNN I.N. F351 asw .us .Na .aN eNe asN �„Yi eN: s ..N e^ # _ VILIAGGOLF EN COURSE J MN I OMl a!U � ❑ � astl aA .w �'� 0 400 Haeimtal Scala In Feet VICTORY 4 f PARK m x L^ m s 6TH AV ��Ce,T1T�.sd �q�iAF "•. � NORFH NORTH EDUCATION CENTER `�•.;, „� RIDGE PUB WORRKKSS APART_ !I! RO � GARAGE MENTS i 1 ` aNf M 55TH AVE N as a,tl .m M„ eN0 M .9, aOl H NORTH BEGIN FUDGE yl eltl �p s�N »I •`� a esu T n PARK aea ara aea CARE aos t c z sMY sim CENTER a MN ars M. — 34TH AVE N "zH3F 4:►.s� 7� �..� __ _ _ _ _'. drl .,F H'!.s11�1 we m nss ...R m aYa r asps I .Na ' II C P. RAIL SYSTEM 1 Tam � 1 AV tlY see 9fa as em ]!R TP xu 1^ Sts? AVEN; c BOTH AVE ' 1 50TH AVE Nr a1BaM"ACRE PARK NM �N NEW HOPE a r „p ,•w ATHLETIC FAW%arW AVE N '» FIELD pp ap aaN .rrma ,ftl _ __ d4-i� a:[ • __ - �ry� -. .•_ 49TH AVE N RECLAIM MILL AND OVERLAYI ,"" "' '" � � •�*H A � '" COOPER HOUSE OF w HIGH SCHOOL 46TH AVE PROJECT STREETS NEW HOPE, MINNESOTA FIGURE: 1-1 2013 INFRASTRUCTURE IMPROVEMENTS stalbK V:\1938\ACIIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: December 2012 COMM: 193801579 �I I II j BARGAIN CONTAINER i 8821 SCIENCE CENTER DR. it li I 1 it I II !I I R �I EXISTING SIDEWALKI�r "ts-J p I II EXISTING CURB I I�! i k €I I I � I K C.P. RAILROAD C.P. RAILROAD EASEMENT (TYP.) CONCRETE PED. CURB RAMPS (2) I I i I PROPOSED 30' i NON -TRAVERSABLE I CURB € 1 DRILL PIPE 1j I S INTERNATIONAL NORTH }� I 5101 BOONE AVE. DRIVEWAY I I". PROPOSED CURB li 0 20 a0 RELOCATION = 5' SOUTH it j I rz• III l Horizontal Scale In Feet J �u `tsJ Il I li I IS I Ii I II I it PROPOSED 100' II NON -TRAVERSABLE 11 CURB } I EXISTING I I CROSSING ARMS CONCRETE PED. CURB RAMPS (2) WAYMOUTH FARMS 5300 BOONE AVE. TRUCK DETAILS VEHICLE WB -62 SEMI -TRAILER CB LENGTH 68.5 FEET WHEELBASE 19.5 FEET TRAILER LENGTH 48.0 FEET ! I � TAPER AT 4:1 I i jl PROPOSED CURB I I% BUMP-OUT=8.5' EAST NORTH DRIVEWAY I! ' II ... ... .... ... ... .... .... ... ..._ - I i! MINNEAPOLISTING DIECAS th I o I �` 5100 BOONE AVE. VEHICLE/TRUCK TURNING EVALUATION NEW HOPE, MINNESOTA FIGURE: 1 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\AC-IVE\193801579\CAD\DWG\19380;579_QUIET ZONE_ElG1•DWGDATE;December 2012 COMM: nantoc '93801579 I WOE `� R,A NSLDAU & LOGISTICS LLC. WTI 5101 Boone Ave NuM a New .Hope, ,MN 55428 Phone: 763.536-9080 o Fax: 763.536.91 Q2 December 20, 2012 Curt McDonald City of New tope 4401 Won Avenue North New Hope, PIN 55428-4898 Dear Mr. McDonald, ThankyoU foryour props l letter's garding the Raltrvad QuIt. Zone that has the goal of reducIng the noise created by the frequency of train activity across Boone Avenue. .R.Is our regret to inform you that World Transload and Logistics, LLC is unable to aecept the :alteration proposed by the City of New Hope as It _mill significantly slow aur external'daily business operations. The City of New Hope Is suggesting placing barrier curb mean on the. north side :of our business which. would not allow our company trucks to go north, Causing all sof our trucks with. our products to -go south. Our cornpany,is open to discussing other possible optlons regarding. this project. Tf you have any question please call. me at (763) 355-59833. Regards, Venkata Kanakamedala V.P of Operations: COUNCIL 1:1 RFA 1 PUB WORKS12013 \ 906 2013 Street Infrastructure Order Project.doc AN Request for Action Originating Department Approved for Agenda Agenda Section Public Works January 28, 2013 Development & Planning Item No. By: Paul Coone, Operations Manager By: Kirk McDonald, City Manager 8.1 Resolution ordering the construction of public improvement No. 906 (2013 street and infrastructure improvement project) Requested Action Staff recommends that the City Council order construction of the 2013 infrastructure improvement project. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan has identified areas for maintenance activities in 2013. Background The proposed 2013 infrastructure project will involve street and utility infrastructure improvements. Based upon the analysis of street condition ratings, GoodPointe Technology staff identified 49th Avenue from TH 169 to Boone Avenue; Boone Avenue from 49th Avenue to Bass Lake Road; and the industrial streets between Boone Avenue and the TH 169 service road for maintenance activities in 2013. The proposed 2013 street infrastructure project was discussed at the Council's April 16, 2012, work session. Council authorized preparation of a feasibility report for construction of a 2013 street infrastructure project on July 23, 2012. At that time, staff noted that a number of street sections have some history of water main breaks and that it was necessary to prioritize water main replacement in the 2013 street infrastructure area based upon street condition ratings, water main break history, and cost/improvement benefit. Additional discussions regarding the funding and prioritization of the water main replacement took place at the Council's October 15, 2012, work session. VIP Second by Motion By To: 1:1 RFA 1 PUB WORKS12013 \ 906 2013 Street Infrastructure Order Project.doc Request for Action January 28, 2013 Page 2 On November 13, 2012, the city engineer presented the feasibility report for the proposed 2013 infrastructure improvement project. Council reviewed the report and scheduled a public hearing for December 10, 2012. Council also directed staff to notify Northwest Church of Christ, Minnesota Masonic Home North Ridge, and Hearing & Service Dogs of MN, utilizing assessment roll A. The city clerk notified the property owners of the proposed assessment project and this hearing. Council again discussed funding and prioritization of the water main replacement at its December 10, 2012, Council meeting. With updated estimated project costs and funding restrictions, Council accepted staffs recommendation that Alternate 1 and Alternate 2 streets be milled and overlaid with spot water main, sanitary sewer, and storm water infrastructure corrections completed where necessary. Due to cost, Council also accepted staff's recommendation of a street striping layout for the project area of Boone Avenue that follows the city's complete streets policy and allows for bike lanes in both directions. Also at the December 10, 2012, meeting, Council reviewed and discussed options for a possible quiet zone at the Boone Avenue railroad crossing. Council requested that staff continue to work with the Federal Railroad Administration, Minnesota Department of Transportation Railroad Administration, and Canadian Pacific Railroad to minimize the impact to the abutting companies' operations. Staff sent a notice of intent by certified mail for a quiet zone and met onsite with representatives from the Federal Railroad Administration, Minnesota Department of Transportation Railroad Administration, and Canadian Pacific Railroad on Monday January 7, 2013, to complete a diagnostic team review. Comments from the diagnostic team review must be included in the city's Federal Railroad Administration application submittal to use alternate safety measures such as shorter median lengths. Discussions regarding the Boone Avenue railroad crossing quiet zone continued at the Council's January 22, 2013, work session. The city engineer discussed with the Council the concerns of the property owner south of the railroad crossing. After staff reviewed all of the comments from the shareholders at the diagnostic team review meeting, staff submitted the application indicating a 100 foot median on the north side of the railroad tracks and a 30 foot median on the south side of the tracks. The city engineer also stated that the Federal Register allows 60 days after submittal of the city's application for comments from the stakeholders. Staff has been informed by the Federal Railroad Administration's representative that it may take longer to receive their comments. Because of this possible timeline and the construction window, staff is recommending that the creation of a quiet zone at the Boone Avenue railroad crossing be bid as an alternate to the 2013 infrastructure project. The construction of the quiet zone can extend into 2014 as long as it is installed prior to installation of the asphalt wear course on Boone Avenue. After discussions were completed, Council approved staff's recommendation that the city continue to pursue the Boone Avenue railroad quiet zone as an alternate to the 2013 infrastructure improvement project. Final decision on proceeding with construction of the quiet zone would be necessary prior to the installation of the wear course of asphalt on Boone Avenue in 2014. An informational meeting on the project was held at the Public Works facility on January 15, 2013. I:\RFA\PUBWORKs120131906 2013 Street Infrastructure Order Project.doc Request for Action January 28, 2013 Page 3 • Proposed assessment amount $233,000.00 • Proposed city assessment amount $429,000.00 • State aid $3,924,000.00 • Street fund $484,000.00 • Storm water fund $715,000.00 • Sanitary sewer fund $210,000.00 • Water main replacement — PFA loan $1,035,000.00* • Water main infrastructure — water fund $270,000-00 Total estimate $7,300,000.00 *The city has received notice of approval that the project is on the public facilities authority's (PFA) 2013 intended use plan (1UP). The 2013 ILJP identifies projects the PFA intends to fund from the clean water revolving fund. The city has also received notice that Hennepin County staff is recommending the project receive a $13,500 Hennepin County grant for installation of on street bike lanes along Boone Avenue. Attachments A memorandum from the city engineer, a resolution prepared by the city attorney, and a map are attached. C:1 Users 1 pcoone \ AppData 1 Local\ Microsoft\ Windows\ Temporary Internet Files 1 Content.Outlook\ V4QLV66D \ 906 2013 Street Infrastructure Order Project.doc City of New Hope RESOLUTION NO. 13- 29 RESOLUTION ORDERING CONSTRUCTION OF PUBLIC IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Pursuant to Resolution No. 2012-165 adopted at its November 13, 2012 meeting, this Council held a public hearing on the 10th day of December, 2012, at 7:00 p.m. at the New Hope City Hall, 4401 Xylon Avenue North, on the proposed 2013 Infrastructure hp rovement No. 906 of the City. The public hearing was held after notice of the public hearing was duly published on the 29t' day of November and the and 6b day of December, 2012 in the City's official newspaper the N6w Hope - Golden Valley Sun -Post in accordance with and as required by law. 2. The Council has examined and approved the City Clerk's Affidavit Of Mailing pertaining to the mailing of notices of said hearing to the owners of all parcels within the area proposed to be assessed, and has examined and approved the mailing list containing the names and addresses of all such owners; and this Council hereby finds, determines and declares that the notice of said hearing was duly mailed to the owners of each and all parcels within the area proposed to be assessed at least 10 days before the December 10, 2012 public hearing in accordance with and as required by law. 3. Pursuant to a motion by the City Council, the public hearing was closed at the December 10, 2012 meeting and consideration of the herein Resolution Ordering Construction Of Public improvement No. 906 was postponed to the January 28, 2013 City Council meeting. Action on the resolution ordering the project was postponed so the City Council could review and analyze alternative plans and costs for a "railroad quiet zone" to be constructed as part of improvement Project 906 but not assessed to property owners. 4. That all persons desiring to be heard were given an opportunity to be heard both at the December 10, 2012 public hearing and the January 28, 2013 City Council meeting with respect to Improvement Proj ect 906.This Council having considered the views of all persons interested and being fully advised as to the pertinent facts relating to Project No. 906, does hereby determine the improvement is necessary, cost-effective and feasible as detailed in the feasibility report prepared by Stantec Consulting Services, Inc., Engineers for the City. Further, the Council hereby determines to proceed with the making of said proposed improvement, and said improvement is hereby ordered as proposed in Resolution No. 2012-165. 5. The area proposed to be assessed to pay the cost of said improvement shall include the property described in the notice of public hearing pertaining hereto as described in paragraph 1 of this resolution. Adopted by the City Council this 28th day of January, 2013. —1— wt, Kathi Hemken, Mayor A Valerie Leone, City Clerk P;1Attomgy SASU Client FilesU City ofNew Hope199.69061 (2013 sweet project)%mludan Ordering Cmwuction d3.doc —2— January 23, 2013 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Guy Johnson City of New Hope 5500 International Parkway New Hope, MN 55428 Re: 2013 Infrastructure Improvements — Order Project Client Project No.: 906 Stantec Project No.: 193801579 Dear Guy: The Council has conducted a public hearing and accepted the feasibility report for the proposed 2013 Infrastructure Improvements project, and it is recommended to order the construction of the project at the Council Meeting on January 28, 2013. Additional information was requested at the December 10th meeting in regards to the quiet zone crossing improvements. We discussed the comments and feedback from all the shareholders (Federal Railroad Administration or FRA, Minnesota Department of Transportation Railroad Administration, Canadian Pacific Railroad, and the city of New Hope) at the January 22, 2013, work session. The Notice of Intent previously submitted to the FRA was amended and resubmitted with the following quiet zone improvements (also see attached Figure 1 drawing): • South median to be 30 feet long (previously shown at 20 feet). The east curb just south of the tracks will require a bump -out to allow for turning movements. Both driveways south of the crossing will require expansion of the driveway approaches. • North median to be 100 feet long (previously shown at 60 feet). This will require an extension of no parking along the curb to the northeast of the crossing. • 24-hour quiet zone request Currently, the estimated total project cost including indirect is approximately $7,300,000. In order to proceed with the current Project schedule (construction beginning in 2013), the quiet zone improvements will be considered as an alternate to the base bid work. The project's advertisement for bids will occur prior to receiving the application review results from the FRA. Although the review results and the timing for the potential quiet zone improvements is unknown, the quiet zone improvements can be completed after the base course (first layer) of bituminous pavement, but will need to be completed prior to the wear course (final layer) of bituminous pavement. The wear course on Boone Avenue will not be completed until the summer of 2014. If you have any questions or require further inforrnation please call me at (651)604-4808. Page 2 of 2 Reference: 2013 Infrastructure Improvements —Order Project Sincerely, STANTEC a_4VA' Christopher W. Long, P.E. Attachments: Figure 1-1 Project Streets, Figure 1- Vehicle/Truck Tuming Evaluation Cc: Shawn Markham - New Hope; Mark Hanson, Jason Petersen - Stantec. (n C 400 Boo Harb ntal Seale In Feet RECLAIM MILL AND OVERLAY e4Y O w r MOTOR'( •r 1 I+ Y PARK ,.. mY 96TH a ' a .y.hrF.:v vil ar 'NORTH 1 J;DW NORTH RIDGE CME CENTER MY YL ORI 1 SCit NrC L: N-i�c• .l•i __ _ _ �__ _.— �..FNL6_M�_�k ."�__ LI I 1004 OOY iI Q C. P. RAIL SYSTEM BNB A N ® YY Y10 YR ■ 51ST VE N � vIF7 a-� n eu � are em I 'F'MIACFI .r X41, M OF 30TH VE N ACRE PARK Ys 0` 20 A a I� NEWOP E FIELD FAIRVIEV AVE �- "�/ I VILLAGE f�7FEH �C - E Ir IWO +m. WIN 11 wY s — YY era xL IIN6 aw a44 NORTH EDUCATION CUM [Ion �►� a v� ®©a�0©� p�,G ,yam PROJECT STREETS NEW HOPE, MINNESOTA FIGURE: 1-1 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: December 2012 COMM: 193801579 COOPER HIGH SCHOOL w C II I hi II I II l II II I BARGAIN CONTAINER II I 8821 SCIENCE CENTER DR. �I I II I II I II I !I l €I l II l II l II l II l I I EXISTING SIDEWALK II I II I 11 I - I m EXISTING CURB II E II t LJ II I II I I li I II Ij I I --------------------- ----------�---' --- I r I C.P. RAILROAD I C. P. RAILROAD EASEMENT MP.) DRILL PIPE INTERNATIONAL 5101 BOONE AVE. 0 z0 40 Horrzontsi Scale In Feet CONCRETE PED. CURB RAMPS (2) W I I I I PROPOSED 30' I I NON -TRAVERSABLE I CURB ! I II I NORTH DRIVEWAY I� l II l d t I li — —IL-- ------- J I I II _ -- J I I j Il Il II WAYMOUTH FARMS I I 5300 BOONE AVE. III I 11 I 11 I j II TRUCK DETAILS II VEHICLE WB -62 SEMI -TRAILER CB I II LENGTH 68.5 FEET j li rte, WHEELBASE 19.5 FEET II `z TRAILER LENGTH 48.0 FEET l II I II I �I I � I II 1 II I II I I} I II II PROPOSED 100' I II NON -TRAVERSABLE I II CURB --------------------- I I �j EXISTING CROSSING ARMS CONCRETE PED. CURB RAMPS (2) II I� TAPER AT 4:1 —----------- --PROPOSED CURB -------- I I% BUMP-OUT=8.5' EAST I II I I�I I-------------------------------- 11 --------------------------------- VEHICLE/TRUCK TURNING EVALUATION NEW HOPE, MINNESOTA FIGURE: 1 2013 INFRASTRUCTURE IMPROVEMENTS I ai V:\1938\ACTIVE\193801579\CAD\DWG\193801579_QUIET ZONE_FiG1.DWG DATE:December 2012 COMM: 193801579 II NORTH DRIVEWAY Lu - - - - - - - � I � � ; ¢URMINNEAPOLIS DIE I jI PROPOSED CURB CASTINGZRELOCATN = O 5100 BOONE AVE. L--_— 8 m l 11 I I I VEHICLE/TRUCK TURNING EVALUATION NEW HOPE, MINNESOTA FIGURE: 1 2013 INFRASTRUCTURE IMPROVEMENTS I ai V:\1938\ACTIVE\193801579\CAD\DWG\193801579_QUIET ZONE_FiG1.DWG DATE:December 2012 COMM: 193801579 Finance & Commerce, Inc. 730 2nd Avenue S Suite 100 Minneapolis, MN 55402-2418 1 (612) 333-4244 COPY FOR YOUR FILE ONLY NOT PROOF OF PUBLICATION Kirk McDonald City Of New Hope 4401 Xylon Ave N New Hope, MN 55428-4843 Please Read Carefully Finance & Commerce, Inc. is not responsible for errors or omissions after the First Run Date. If any errors, contact 1 (612) 333-4244. Attorneys placing legal advertisements are responsible for payment of same. PO #: Order ##: 10249659 Ad #: 20440839 Placement: Finance and Commerce Bids Construction Schedule: 2/21/2013 - 2/28/2013 2 inserts Ad Charge*: 205.25 Addt'I Charges/Disc*: 4.00 Payment Amount: 0.00 AMOUNT DUE: 209.25 ORDER KEYWORDS: Bids for New Hope RE: 2013 Infrastructure Improvements Anchor Rate: Subsequent Rate: $132.68 $72.57 CITY OF NEW HOPE ADVER.USVXEN]r FOR BIAS Sealed Bids will be received by the City of New Hope, Minnesota, in the City Hall at 4401 Xylan Avenuo North, until 10 A.M.} CDT, Tuesday, March 19, 2013, at which time they will be publicly opened and react aloud for the furnishing of all labor, materials, and all else necessary for the following: 2013 Infrastru oture Improvements In general, Work consists of the replacement of water main, services, spat replacement of sanitary sewer and storm s'war, and improvements to the streets within the industrial area located in the northwest part of tl-* city. The Ptnject consists of the following approximate quantities: 360 LIN FT 6" HDPE Sanitary Sewer Forcemain - Directional Drill 850 LIN FT 8" & UP PVC Sanitary Sewer 10,100 LIN FT 4" - 12" DIP Water Main 2,900 LIN FT 12" to 60" RCP Storm Sewer 40 EACH Storm Sewer Structures 31,000 CU YD Common Excavation 41,000 SQ YD Geoteuiile Fabric Type V 41,000 CU YD Select Granular Borrow 32,000 C -U YD Class 5 Aggregate Base 26,000 TON Bituminous Pavement 9,500 LIN FT Concrete Curb and Gutter 4,000 SQ FT Concrete Sidewalk 600 SQ FT Sign Panels 46,000 LIN FT Striping (Epoxy and Paint) Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurte- nances. A Pre -Bid Conference will be held at 9:30 AM CDT, on March 7, 2013 at New Hope Public Works located at 5500 International Parkway. Representatives of Owner and Engineer will be present to discuss the Project. Bidders may attend and participate in the con&rence. Engineer will transmit to all prospective Bidders of record such Addendum as Engineer considers necessary ui response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. Complete digital Bidding Documents are available at www.questedn.com for $20 by rutting QuestCDN eBidDoo #2474880 on the website's Project Search pege. Paper Bidding Docranents may also be. viewed at the Qty of New Hope and at Stantec, 2335 Highway 36 West, St Paul, MN 55113, (651) 68"600- I of 1 Direct ingruries to Engineer's Project Manager Jason Petersen at (651) 967-4630, Bid Security in the amount of 5 percent of the amount of the ,Bid must accompany each Bid in accordance with the Instructions to Bidders - The Owner reserves the right to retain the eposits of the 3 lowest Bidders for e period not to exceed 60 days atter the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner reserves the right to reject any and all Bads, to waive irregularities and informalities therein, and further reserves the right to award the Contract to the best interests of the .Owner. KIRK MCDONALD, City Manager City of New Hope, Minnesota (Published in Finance and Commerce February 21, 28, 2013) 10249669 *Changes to this order may result in pricing changes. Customer: 1002223 ]/City Of New Hope Order: 10249659 Proof Printed: 9:45:58AM on 2/18/2013 by Chong Khang COUNCIL a Request for Action Originating Department Approved for Agenda Agenda Section Public Works February 11, 2013 Development & Item No. 8.1 By: Guy Johnson, Director By: Kirk McDonald, City Manage Resolution approving plans and specifications and ordering advertisement for bids for public improvement No. 906 (2013 infrastructure improvement project) Requested Action Staff recommends approval of the resolution approving the 2013 infrastructure improvement project plans and specifications and ordering advertisement for bids. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan has identified areas for maintenance activities in 2013. Background The proposed 2013 infrastructure project will involve street and utility infrastructure improvements. Based upon the analysis of street condition ratings, GoodPointe Technology staff identified 49th Avenue from TH 169 to Boone Avenue; Boone Avenue from 49th Avenue to Bass Lake Road; and the industrial streets between Boone Avenue and the TH 169 service road for maintenance activities in 2013. Council authorized preparation of a feasibility report for construction of a 2013 street infrastructure project on July 23, 2012. At that time, staff noted that a number of street sections have some history of water main breaks and that it was necessary to prioritize water main replacement in the 2013 street infrastructure area based upon street condition ratings, water main break history, and cost/improvement benefit. Additional discussions regarding the funding and prioritization of the water main replacement took place at the Council's October 15, 2012, work session. Motion by To: / 3-33 Second by I:\AFAIPUBWORK512013\906 2013 Street Infrastructure Approving Plans & Spers_doc Request for Action February 11, 2013 Page 2 On November 13, 2012, the city engineer presented the feasibility report for the proposed 2013 infrastructure improvement project. Council reviewed the report and scheduled a public hearing for December 10, 2012. The city clerk notified the property owners regarding the proposed assessment project and the public hearing was held on December 10, 2012. A representative from Hearing & Service Dogs of MN attended the public hearing and expressed concern regarding possible impact on their annual fund raising walk event on the proposed project's streets in the industrial area. A representative from Minnesota Masonic Home North Ridge also expressed concerns regarding the infrastructure project's impact on access to their facility for staff and visitors. Council discussed funding and prioritization of the water main replacement again at its December 10, 2012, meeting. With updated estimated project costs and funding restrictions, Council accepted staff's recommendation that Alternate 1 and Alternate 2 streets be milled and overlaid with spot water main, sanitary sewer, and storm water infrastructure corrections completed where necessary. Due to cost, Council also accepted staff's recommendation of a street striping layout for the project area of Boone Avenue that follows the city's complete streets policy and allows for bike lanes in both directions. Also at the December 10, 2012, meeting, Council reviewed and discussed options for a possible quiet zone at the Boone Avenue railroad crossing. Council requested that staff continue to work with the Federal Railroad Administration, Minnesota Department of Transportation Railroad Administration, and Canadian Pacific Railroad to minimize the impact to the abutting companies' operations. Staff sent a notice of intent by certified mail for a quiet zone and met onsite with representatives from the Federal Railroad Administration, Minnesota Department of Transportation Railroad Administration, and Canadian Pacific Railroad on Monday, January 7, 2013, to complete a diagnostic team review. Comments from the diagnostic team review were required to be included in the city's Federal Railroad Administration application submittal to use alternate safety measures such as shorter median lengths. Further quiet zone discussions took place at the Council work session on January 22, 2013, and Council agreed with staff's recommendation that the city continue to pursue the Boone Avenue railroad quiet zone as an alternate to the 2013 infrastructure improvement project. Council ordered construction of the 2013 street infrastructure improvement project and authorized the preparation of plans and specifications at its meeting on January 28, 2013. A public informational meeting concerning this project was held on Tuesday, January 15, 2013. The proposed project schedule is: Approve plans and specifications and order advertisement for bids on February 11, 2013 Review bids and possibly award contract on March 25, 2013 Start construction in April 2013 I:\ UA\PUBWORM2013\906 2013 Street Infrastructure Approving Plans & Specs.doc Request for Action February 11, 2013 Page 3 In accordance with New Hope's assessment policy, the breakdown of estimated revenue sources for the 2013 infrastructure project is: • Proposed assessment amount $233,000.00 a Proposed city assessment amount $429,000.00 • State aid $3,924,000.00 • Storm water fund $715,000.00 a Sanitary sewer fund $210,000.00 • Water main replacement — PFA loan $1,035,000.00 • Water main infrastructure - water fund $270,000.00 Subtotal Estimate $7,300,000.00 Quiet Zone Alternate: Street infrastructure fund $50,000.00 TOTAL Estimate $7,350,000.00 *The city has received notice of approval that the project is on the public facilities authority's (PFA) 2013 intended use plan (IUP). The 2013 IUP identifies projects the PFA intends to fund from the clean water revolving fund. The city has also received notice that Hennepin County staff is recommending the project receive a $13,500 Hennepin County grant for installation of on street bike lanes along Boone Avenue. Attachments Resolution prepared by city attorney Memorandum and map prepared by city engineer L�RFA\PLBWORKS12013\906 2013 Street Infrastructure Approving Plans & Specs.doc City of New Hope RESOLUTION NO. 13-36 RESOLUTION APPROVING PLANS AND SPECIFICATIONS AND ORDERING ADVERTISEMENT FOR BIDS FOR PUBLIC IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. Plans and specifications of proposed 2013 Infrastructure Improvement No. 906 of the City, heretofore prepared by Stantec Consulting Service, Inc., City Engineers, have this day been presented to the Council and such plans and specifications are hereby approved, and a copy thereof shall be placed on file in the office of the City Clerk. 2. The City Clerk and the Engineers are hereby authorized and directed to advertise for bids in the New Hope -Golden Valley Sun -Post, the official newspaper of the City, and in Finance and Commerce for the construction of said improved improvement, said advertisement for bids to be in substantially the form attached hereto and made a part hereof. Adopted by the City Council this 11`x' day of February, 2013. /" ;� t ", , Kathi Hemken, Mayor Attest: r f z Valerie Leone, City Clerk PMttarney\SASi1 Client Files2 City of New Hope199-69061 (2013 street project)\Resolution approving plans and auth bidding d2.doe --1— Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Stantec February 4, 2013 Guy Johnson City of New Hope 5500 International Parkway New Hope, MN 55428 Re: 2013 Infrastructure Improvements — Approve Plans and Specifications/Authorize Bidding Client Project No.: 906 Stantec Project No.: 193801579 Dear Guy: A Public Hearing for the 2013 Infrastructure Improvements project was held on December 10, 2012, Council meeting. After the Public Hearing was closed, Council ordered the construction of the project at the Council meeting on January 28, 2013. The proposed improvements are generally consistent with the November 2012 Feasibility Report_ The primary modifications to the current plan from the report include the quiet zone railroad crossing revisions (shortened south median and bump -out curb), and not including any of the alternate street improvements due to funding constraints. A summary of the current estimated costs and revenues for the project is shown below: Sourcel MSA Street Infrastructure Storm Water Water Sewer *PFA Assessments Total Improvement Funds Fund Fund Fund Fund Loan Street $3,924,000 $484,000 $662,000 $5,070,000 Storm Water $715,000 $715,000 Water Main $270,000 $1,035,000 $1,305,000 Sanitary $210,000 $210,000 Sewer Total $3,924,000 $484,000 $715,000 $270,000 $210,000 $1,035,000 $662,000 $7,300,000 Notes: *The City has received notice of approval that the project is on the Minnesota Public Facilities Authority (PFA) Intended Use Plan (IUP) for 2013. **Funding does not include the estimated $50,000 (construction and indirect costs) with the alternate work for the potential quiet zone crossing improvements on Boone Avenue. Also, the 2013 Bikeway Development Grant from Hennepin County may fund up to $13,500 if this grant is awarded. If Council chooses to move forward with this project, approval of plans and specifications and authorization to advertise for contractor bids could be given at the February 11'h Council meeting. Bids could then be received on March le and brought back to Council for review at the March 251' meeting. A figure drawing showing the proposed project area is enclosed. A complete construction plan set is available at City Hall for review. If you have any questions or require further information please call me at (651)604-4808. Page 2 of 2 Reference: 2013 Infrastructure Improvements —Approve Plans and Specifications/Authorize Bidding Sincerely, STANTEC (X)' ;e Christopher W. Long, P.E. Attachments: Figure 1-1 Project Streets Cc: Paul Coone, Shawn Markham — New Hope; Mark Hanson, Jason Petersen — Stantec. n 0 400 800 Hortwntal Scala In Feet RECLAIM MILL AND OVERLAY VILLAGGEE GREEN COURSE 9N w eI > >„ s 1 9 VICTORY wu ami �x PARK nr I 9r Nor Nm 76TH AVE !ti ±L"s pP kon l NORTH I ( I NORTH EDUCATION CENTER 1 -44 RIDGE I Pu9uG MRNiKS 7 �APIWT- 1GARACE A�N15 \l ` 55TH AVE N tw } gat aa, aw NORTH z w z BEGIN ' 9Y ev a,® RIDGE 1 °1°° z 4r 9n e7 �� E la au PARK aw w CARE CENTER M0. L`� I 74TN AVE N \Tll s f y4RM wOF i� 1 i„9�.�x 1.n.� � ►.:�:� r�T�T�,-�rrs��3� y �i ter-+ ��, PROJECT STREETS, NEW HOPE, MINNESOTA FIGURE: 1-1 2013 INFRASTRUCTURE IMPROVEMENTS V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DWG DATE: December 2012 COMM: 193801579 CITY OF NEW HOPE ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of New Hope, Minnesota, in the City Hall at 4401 Xylon Avenue North, until 10 AM., CDT, Tuesday, March 19, 2013, at which time they will be publicly opened and read aloud for the furnishing of all labor, materials, and all else necessary for the following: ru In general, work consists of the replacement of water main, services, spot replacement of sanitary sewer and storm sewer, and improvements to the streets within the industrial area located in the northwest part of the city. The Project consists of the following approximate quantities: $50 LIN FT 6" HDPE Sanitary Sewer Forcemain - Directional Drill 85o LIN FT s" 8c lo" PVC Sanitary Sewer 10,100 LIN FT 4" - 12" DIP water Main 2,900 LIN PT 12" to 60" RCP Storm Sewer 40 EACH Storm Sewer Structures 34,000 CU YD Conunon Ex ravntion 41,0,)0 SQ I'D Geot.extile Fabric Type V 41,000 CU YD Select Granular Borrow 32,000 CU YD Class 5 Aggregate Base 26,000 TON Bituminous Pavement 9,500 LIN FT Concrete Curb •<.:r Gutter 4,000 SQ FT Concrete Sidewalk 600 SQ FT Sign Panels 46,000 LIN FT Striping (Epoxy Anil Paint) Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurte- nances. A Pre -Bid Conference will he held at 9:30 A.M CDT, on March 7, 2013 at New Hope Public works located at 5500 International Parkway. Representatives of Owner and Engineer will be present to discuss the Project, Bidders may attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addendum as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be hinding or legally effective, Complete digital Bidding Documents are available at www.questcdn.com for $20 by inputting QuestCDN e$idDoo #2474860 on the website's Project Search page. Paper Bidding Documents may also be viewed at the City of New Hope and at Stantec,2335 Highway 36 West, St. Paul, MN 56113, (651) 636-4600. Direct inquiries to Engineers Project Manager Jason Petersen at (651) 967-4630. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in accordance with the Instructions to Bidders. The Owner reserves the right to retain the deposits ofthe 3 lowest Bidders for a Affidavit of Publication period not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner reserves the right to reject any and all Bids, W waive irregularities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. kURK MCDONALD, City Manager City of Now Hope, Minnesota (Published in Finance and Commerce February 21, 28, 2013) 10249659 STATE OF MINNESOTA (SS. COUNTY OF HENNEPIN ) Description: Bids for New Hope RE: 2013 Infrastructure Improvements Carrie Retzack Page ' of 1 , being duly sworn on oath say she,he is and during all times herein stated has been the publisher or the publishers designated agent in charge of the newspaper known as Finance and Commerce and has full knowledge of the facts herein stated as follows: (A) The newspaper has complied with all of the requirements constituting qualifications as a legal newspaper, as provided by Minnesota Satute 331A.02, and 331A.07, a*ld other applicable laws, as amended.. (B) She/He further states on that the printed Construction 10249559 hereto printed as part as it was printed and published there in the English language; that it was first so published on February 21, 2013 for 2 tinlc(s): e su sequent ates of publications being as o ows: "??' 013 2128/2013 And that the following is a printed copy of the 'knvc: case alphabet from A to Z, both inclusive, and is hereby acknowledged as being the size and kind of type used in the Subscribed and Sworn to before me this 28th Seal) Notary abcdefghij kIrrmopgrstuvwxyz day of Febru4y,%013 FA County, Minnesota SHONA RHEA SCHMITZ Notary Publio-Minme to My Cortxa SOM Expkas Jen 91, 2UM5 1. Lowest classified rate paid by commercial users for comparable space: 2. Maximum rate allowed by law for the above matter: 3. Rate actually charged for the above matter: $ 16.0000 $ 0.49415 $ 0.4492 CONTRACT DOCUMENTS Project Mianual For 01 Infrastructure! Improvements MY of New Hope,, Minnesota February 2013 City P{oject No. 906 CONTRACT Start Project No. 193801579 SAP 182-101-01 DOCUNJEINTS SAP 1.82-107-012 SAP 182-108.002 SAP 182-112-002 StantK DOCUMENT 00 91 13 ADDENDUM B 2013 INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 906 PROJECT NO. 193801579 NEW HOPE, MINNESOTA MARCH 14, 2013 Number of Pages: 2 (includes this sheet) To: All Planholders of Record From: Stantec 2335 Highway 36 West St. Paul, Minnesota 55113 (651) 636-4600 — General Office (651) 967-4630 — Jason Petersen, Project Manager The following changes, additions, and deletions are hereby made a part of the Bidding Documents. Bidder shall acknowledge receipt of this Addendum on the Bid Farm. Failure to do so may result in rejection of the Bid. Please acknowledge receipt of this Addendum by signing and faxing this page back to Stantec at Fax No. (651) 636-1311 as soon as you receive It. • C -VNO A � . Lil 115 Company Name Date ADDENDUM B 0 2013 Stank 1193801579 00 91 13 -1 SECTION 33 10 00 — WATER UTILITIES 1. Page 33 10 00 - 1, Paragraph 1.02.A.1.f. Add the following after Item f. 1) Payment for Connect to Existing Water Main shall include all connections to existing water mains or services that are 4" or larger. Payment at the unit bid price will include all items requirement to complete the work, include removal of existing plugs, sleeves, and reducers. Connections to copper water services will be paid under the Connect to Water Service bid item conformance with Section 33 12 12 — Water Services. The Statement of Estimated Quantities in the Drawings has accounted for these connections. 2) Excess service pipe that is 4" or greater shall be removed or filled with sand in conformance with Section 02 41 13 — Selective Site Demolition. 2. Page 33 10 00 — 2, Paragraph 1.02.A.i.m. Add the following after item m. 1) Payment for ductile iron fittings will be based on AWWA C153 weights. SECTION 33 1212 — WATER SERVICES 1. Page 33 12 12 - 1, Paragraph 1.02.A.6. Delete and replace paragraph with the following. 6. Connect to Existing Water Service: Measurement shall be based on each connection made to existing copper services, including disconnecting the existing service from the existing water main, plugging existing corporation, reconnecting existing service to new curb box, and all other work and materials to make the connection. The Statement of Estimated Quantities in the Drawings has accounted for these connections. 3. Page 33 12 12 - 3, Paragraph 2.04.E. Delete and replace paragraph with the following. E. Mueller, Minneapolis pattern base. SECTION 33 3114 — SANITARY SEWER SERVICES 1. Page 33 31 14 — 1; Paragraph 1.02.A.3. Add the following after 3. a. The Bid Item for 8"x6" PVC Wye shall be used regardless of the size of the wye required (8'14" or 1074"). 2. Page 33 31 14 - 2, Paragraph 2.01.A. Delete and replace paragraph with the following. A. PSM Poly Vinyl Chloride) (PVC) Plastic Pipe and Fittings I. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to SDR 26. 3. Joints: Elastomeric gasket joints providing a water -tight seal conforming to ASTM D3212 or ASTM F477. SECTION 33 40 00 — STORM DRAINAGE UTILITIES 1. Page 33 40 00, Paragraph 2.01.A. Add the following after 12. 13. A Bid Item has been provided for Rain Guardian — Bunker. Measurements will be based on the units of each. Payment will include excavation, aggregate base, concrete base slab, concrete apron, structure, and all other work and materials to furnish and install the Rain Guardian — Bunker as detailed in the Drawings. LIST OF ATTACHMENTS 1. None END OF DOCUMENT ADDENDUM B 9) 2013 Stantec 1193801579 009113-2 DOCUMENT 00 91 13 mo 4C1pill WvW 2013 INFRASTRUCTURE IMPROVEMENTS CITY PROJECT NO. 906 PROJECT NO. 193801579 NEW HOPE, MINNESOTA MARCH 11, 2013 Number of Pages: 2 (includes this sheet) To: All Planholders of Record From: Stantec 2335 Highway 36 West St. Paul, Minnesota 55113 (651) 636-4600 — General Office (651) 967-4630 — Jason Petersen, Project Manager The following changes, additions, and deletions are hereby made a part of the Bidding Documents. Bidder shall acknowledge receipt of this Addendum on the Bid Form. Failure to do so may result in rejection of the Bid.- Please id: Please acknowledge receipt of this Addendum by signing and faxing this page back to Stantec at Fax No. (651) 636-1311 as soon as you receive it. Company Name Date ADDENDUM A ® 2013 Stantec 1193801579 00 9113— 1 PRE-BID CONFERENCE 1. A Pre -Bid meeting was held Thursday, March 7, 2013. Meeting minutes and attendance sheet from the Pre -Bid Conference are available on QuestCDN. SECTION 0110 00 — SUMMARY 1. Page 01 10 00 —1, Paragraph 1.06.A.4. Delete and replace paragraph with the following. 4. Each phase shall be completed to the top of the aggregate base course prior to continuing to the next phase. If at least one-way traffic can pass and driveway access is available to all properties on the current stage, the Contractor will be allowed to continue to the next stage of construction. Aggregate base shall be ramped at driveways to allow access to businesses and residences until bituminous paving can be completed. 2. Page 0110 00 - 2, Paragraph 1.07. Add the following after item B. C. Working hours shall be from 7 A.M. to 9 P.M. from Monday thru Friday, 9 A.M. to 9 P.M. on Saturday, and Work shall not be completed on Sunday unless approved by the City. The exception will be for water connections during service interruption, which may be completed during night- time hours. CLARIFICATIONS TO MINNESOTA PUBLIC FACILITIES AUTHORITY— CONTRACT PACKET 1. The "Fair Share Objectives" are 5.0% for Women Business Enterprises (WBE) and 3.5% for Minority Business Enterprises (MBE). 2. In conformance with the PFA Contract Packet, Contractors must: A. Comply with required Contract Conditions on Pages 3 and 4 of. B. Comply with required "Good Faith Efforts" and Required Contract Conditions for Disadvantaged Business Enterprises (DBE). C. Provide EPA Form 6100-2, DBE Subcontractor Participation Form to all of its Disadvantaged Business Enterprise subcontractors. D. Prime Contractors must include all completed EPA Forms 6100-3, DBE Subcontractor Performance Form with Bid Form. E. Prime Contractors must complete EPA Form 6100-4, DBE Program Subcontractor Utilization Form, and submit with Sid Form. Ia7;7AVPI►[�KcFR11q 1. Replace the Tilde Sheet Drawing with the attached Title Sheet Drawing G1.01 that includes the state aid signatures. LIST OF ATTACHMENTS 1. Drawing G1.01 (with state aid signatures) END OF DOCUMENT ADDENDUM A Q 2013 5tantec 1193801579 009113-2 DESIGN DESIGNATION STA. 0+00 TO STA. 50+86.23 FUNCRONAL CLASSIFICATION EN -18 N0. & WROTH OF TRAFFIC LANES No. &WIDTH OF PARKING LANES No. & WIDTH OF BIKE LANES ADT (PRESENT YEAR) 2013 ADT PU TURE YEAR 2033 HGLDT (FUTURE YEAR) 2033 DESIGN SPEED DESIGN LOAD DESIGN DESIGNATION STA. 0+00 TO STA. 26+07.90 FUNCTIONAL CLASSIFICATION EN -18 No. & WIDTH OF TRAFFIC LANES No. & WIOTH OF PARKING LAND ADT (PRESENT YEAR) 2013 ADT (FUTURE YEAR) 2033 HCADT (FUTURE YEAR) 2033 DESIGN SPEED DESIGN LOAD DESIGN DESIGNATION STA D+00 TSI STA 25+53.85 FUNCTIONAL CLASSIFICATION EN -18 No. &WIDTH OF TRAFFIC LANES ADT (PRESENT YEAR) 2013 AOT (FUTURE YEAR 2033 HCADT (FUTURE YEAR 2033 DESIGN SPEED DESIGN LOAD BOONE AVENUE COLLECTOR 1,97.8,000 2 & 11.0 FT 1&8.OFT 2 &7.0 FT 8,500 9,500 NA 30 MPH 10 TN 49TH AVENUE NORTH COLLECTOR 1,611,0D 2 & 15.0 FT 1 & 10.0 FT 0,400 NA 30 MPH 10 TN SCIENCE CENTER DRIVE COLLECTOR 740,000 2 & 26.0 FT 2,450 4,450 NA 30 MPH 10 TN PROJ. NO. STATE FUNDS — GOVERNING SPECIFICATIONS — EWA DEPARTMENT OFTRANSPORTATMN "STANDARD 5PECIFHATION FOR CONSTRUCTION" SHALL GOVERN. NO SIGNING SHALL CONFORM AND BE INSTALLED IN ACCORDANCE WITH THE dM TRAFFIC CONTROL DEVICES" (MN MUTCD) AND PART V1, "FIELD MANUAL" TOR TEMPORARY TRAFFIC CONTROL DEI(3S. ET NDTES PLAN LAN CONSTRUCTION PLAN & CONSTRUCTION STAGING TT OF ESTIMATED WUTMES - TABULATIONS PWER SCHEDULE LOCATED ON BOONE LOCATED ON SCIEHNNUE LOCATED ON HWY iNUE NORTH CENTER ROAD EAST & 51ST AVENUE LOCATED ON 49TH J 434UE NUE NORTH & 51ST AVENUE I CENTER ROAD FAST IERLAY STREETS BOONE AVENUE NORTH (SAP 182-101-018) HIGHWAY 169 SERVICE ROAD, GROSS LENGTH SM23 FEET 0.963 WEST RESEARCH ROAD, DESIGN DESIGNATION & INTERNATIONAL PARKWAY STA. 0+00 TO STA 66+10 MILES FUNCTIONAL CLASSIFICATION COLLECTOR FN -18 713,000 No. & WIDTH OF TRAFFIC LANES 2 & 26.0 FT ADT (PRESENT YEAR 2013 3,200 ADT (RIIURE YEAR) 2033 3,450 HCADT (FUTURE YEAR 2G33 NA DESIGN SP® 30 MPH DESIGN LOAD 10 TN PROJ. NO. STATE FUNDS — GOVERNING SPECIFICATIONS — EWA DEPARTMENT OFTRANSPORTATMN "STANDARD 5PECIFHATION FOR CONSTRUCTION" SHALL GOVERN. NO SIGNING SHALL CONFORM AND BE INSTALLED IN ACCORDANCE WITH THE dM TRAFFIC CONTROL DEVICES" (MN MUTCD) AND PART V1, "FIELD MANUAL" TOR TEMPORARY TRAFFIC CONTROL DEI(3S. ET NDTES PLAN LAN CONSTRUCTION PLAN & CONSTRUCTION STAGING TT OF ESTIMATED WUTMES - TABULATIONS PWER SCHEDULE LOCATED ON BOONE LOCATED ON SCIEHNNUE LOCATED ON HWY iNUE NORTH CENTER ROAD EAST & 51ST AVENUE LOCATED ON 49TH J 434UE NUE NORTH & 51ST AVENUE I CENTER ROAD FAST IERLAY STREETS BOONE AVENUE NORTH (SAP 182-101-018) 2553.89 FEET GROSS LENGTH SM23 FEET 0.963 MILES BRIDGE LENGTH D FEET 0 MILES E)K33rnON LENGTH 0 FEET 0 MILES NET LENGTH 5086.23 FEET 0.963 MILES LENGTH AND DESCRIPTION BASED UPON EXISTING BOONE AVENUE CENTERLINE 49TH AVENUE NORTH (SAP 182-107-012) 2553.89 FEET GROSS LENGTH 2607.90 FEET 0.494 MILES BRIDGE LENGTH 0 FEET 0 MILES EKCEFTION LENGTH 0 FEET 0 MILES NETLENGTH 2607.90 FEET 0.494 MILES 0 MILES LENGTH AND DESCRIPTION BASED UPON OWING 49TH AVENUE NORTH CELVTERLINE SCIENCE CENTER DRIVE (SAP 182-108-002) GROSS LENGTH 2553.89 FEET 0.481 MILES BRIDGE LENGTH 0 FEET 0 MILES X9 2PTION LENGTH 0 FEET 0 MILES NETLENGTH 2553.85 FEET D.484 MILES LENGTH AND DESCRIPTION BASED UPON 17ISTIEG SCO=NCE CENTER DRIVE CENTERLINE HIGHWAY 169 SERVICE ROAD, WEST RESEARCH ROAD, & INTERNATIONAL PARKWAY (SAP 182-112-002) GRASS LENGTH 6610-D FEET 1.752 MBS BRIDGE LENGTH 0 FEET 0 MILES D OMPTION LENGTH G FEET 0 MILES NETLENGTH 6610-0 FEET 1.252 MILES LENGTH AND DESCREPTION BASED UPON EXISTING INDEPENDENCE AVE NORTH, WEST RESEARCH ROAD, & INTERNATIONAL PARKWAY CENTERLINE CONTROLPkAN EWER IENUE NUE NORTH i CENTER ROAD EAST NUE FO IENUE .NUE NORTH H CENTER LOAD EAST DEC �IENUE- STREET IMPROVEMENTS ',NUE NORTH - MILL & OVERLAY/STREET IMPROVEMENTS NUE & RESEARCH CENTER ROAD EAST - STREET IMPROVEMENTS CENTER DRIVE - MIL & OVERLAY 1 169 SERVICE ROAD - MIL & OVERLAY 1169 SERVICE ROAD & RESEARCH CENTER ROAD WEST - MILL & OVERLAY H CENTER ROAD WEST & INTERNATIONAL PARKWAY- MIL &OVERLAY TIONAL PARKWAY - MILL & OVERLAY VENUE INTERSECTION DETAILS 04UE INTERSECTION DETAILS TE NO. 1- BOONE AVENUE QUIET ZONE BEC PID DETAILS 9ETAI15 IN UE NORTH RAIN GARDEN - PLAN AND DETAIS VENUE WOE NORTH CENTER DRIVE NUE & INTERNATIONAL PARKWAY H CENTER ROAD EAST & INTERNATIONAL PARKWAY TIONALPARKWAY 1169 SERVICE ROAD THIS PLAN SET CONTAT14S 69 SHEETS. DATE LW/2013 OF NEW HOPE DATE ADENGINEER: REVIEWED FOR COMPLIANCE WITH STATE AID RULES/POLICY kaat���— DATE ^' 0 ENGINEER. APPROVED FOR STATE AID FUNDING BID SITE: CIT, 2335 Hlghvmy 35 W SL Paul, MN 55113 Ph: 651.636-4600 Fax: 651{{36-1311 www.xaniac cam O STANTBC 20L2 z Lu a- 0 O z LL O �A LTJ LL Z_ cn N EURVG/ PpLpY pRgwx EAgRR �.Ra �aGew:as SAP 182-101-018, SAP I$Z-M- 12 , SAP 182-108-002, SAP 1&M Z-OaZ SECTION 00 01. 05 PROFESSIONAL CERTIFICATIONS PROFESSIONAL ENGINEER I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota. 0� Lets�m�� ]asont rsen Date: February 27, 2013 License # 50142 END OF SECTION PROFESSIONAL CERTIFICATIONS © 2013 Stantec 1193801579 00 01 05 -1 SECTION 00 01 10 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP Division 00 - Procurement and Contracting Requirements Introductory Information 0001 05 Certifications Page 0001 10 Table of Contents Public Facilities Authority Requirements Contract Packet Procurement Requirements 0011 13 Advertisement for Bids 0021 13 Instructions to Bidders 00 31 00 Available Project Information Geotechnical Exploration Program 0041 10 Bid Form Non -Collusion Declaration Contracting Requirements 00 52 10 Agreement Form 0061 13.13 Performance Bond 0061 13.16 Payment Bond 00 72 05 EJCDC C-700 Standard General Conditions of the Construction Contract (2007 Edition) 00 73 05 Supplementary Conditions Transmittal Letter - To New Hope City Council Notice to Bidders — Suspensions/Debarments Federal Funded Contracts — SP Division A — Labor Notice to Bidders — Payment to Subcontractors Federal Wage Rates State Wage Rates MN Truck Rental Rates Fuel Escalation Clause Schedule of Materials Control EEO Special Provisions SPECIFICATIONS GROUP GENERAL REQUIREMENTS SUBGROUP Division 01 - General Requirements 01 1000 Summary 01 20 00 Price and Payment Procedures 01 31 00 Project Management and Coordination 01 3300 Submittal Procedures 01 40 00 Quality Requirements 01 50 00 Temporary Facilities and Controls 01 57 13 Temporary Erosion and Sediment Control 01 70 00 Execution Requirements Division 02 — Existing Conditions 0241 13 Selective Site Demolition Division 26 — Electric TABLE OF CONTENTS © 2013 Stantec 1 193801579 000110-1 26 05 05 Basic Electrical Materials and Methods 26 05 19 Low Voltage Electrical Power Conductors and Cables 26 05 33 Raceways and Boxes for Electrical Systems 26 50 00 Lighting SITE AND INFRASTRUCTURE SUBGROUP Division 31 - Earthwork 31 1000 Site Clearing 31 2300 Excavation and Fill 31 2313 Subgrade Preparation 31 32 19 Geosynthetic Soil Stabilization and Layer Separation Division 32 — Exterior Improvements 32 11 23 Aggregate Base Courses 32 12 02 Flexible Paving (State Aid Projects) 32 13 14 Concrete Walks, Medians, and Driveways 32 16 13 Concrete Curbs and Gutters 32 17 23 Pavement Markings 32 92 00 Turf and Grasses 32 93 00 Plants Division 33 - Utilities 33 05 05 Trenching and Backfilling 33 05 17 Adjust Miscellaneous Structures 33 05 23.13 Utility Horizontal Directional Drilling 33 05 23.16 Utility Pipe Jacking 33 08 30 Commissioning of Sanitary Sewer Utilities 33 10 00 Water Utilities 33 12 12 Water Services 3331 00 Sanitary Utility Sewer Piping 3331 14 Sanitary Sewer Services 33 34 00 Sanitary Utility Sewer Force Mains 33 39 00 Sanitary Utility Sewer Structures 33 40 00 Storm Sewer Drainage Utilities 33 46 00 Subdrainage Division 34 — Transportation 34 41 05 Traffic Signs and Devices Division S — MnDOT Special Provisions S-1 Emerald Ash Borer Compliance (only use in counties indicated) S-2(1603) Materials: Specifications, Samples, Tests and Acceptance S-3(1717) NPDES Permit S-4(1803) Prosecution of Work (ped ramps) S-5(2105) Excavation & Embankment S-6(2123) Equipment Rental S-7(2211) Aggregate Base S-8(2211) Open Graded Aggregate Base S-9(2357) Bituminous Tack Coat S-10(2360) Plant Mixed Asphalt Pavement (Local Agency) S-11(2461) Structural Concrete S-12(2471) Structural Metals S-13(2573) Storm Water Management S-14(2575) Rapid Stabilization Specifications S-15(3103) Blended Hydraulic Cement S-16(3115) Fly Ash for Use in Portland Cement Concrete TABLE OF CONTENTS © 2013 Stantec 193801579 000110-2 S-17(3126) Fine Aggregates for Portland Cement Concrete S-18(3137) Coarse Aggregates for Portland Cement Concrete S-19(3138) Aggregate for Surface and Base Courses S-20(31139) Graded Aggregate for Bituminous Mixtures S-21(3753) Type 1-D Membrane Curing Compound S-22(3754) Poly -Alpha Methylstyrene (AMS) Membrane Curing Compound S-23(3755) Linseed Oil Membrane Curing Compound S-24(3876) Seed S-25(3877) Topsoil Borrow S-26(3889) Temporary Ditch Checks Division SS — Signal Special Provisions SS -1 (1802) Qualification of Workers SS -2 (2565) Traffic Control Signals END OF SECTION TABLE OF CONTENTS © 2013 Stantec 1 193801579 0001 10-3 Clean Water Revolving Fund Drinking Water Revolving Fund CONTRACT PACKET This packet lists required contract conditions that apply to all Clean Water and Drinking Water Revolving Fund loan projects and contains forms that must be used in the procurement process. Please review this packet prior to bidding. This packet and the appropriate federal Davis Bacon and Minnesota prevailing wages must be physically included in all bidding, solicitation and contract documents. PLEASE NOTE • Both Federal Davis Bacon prevailing wages and State of Minnesota prevailing wages (Minnesota Statute, sections 177.41-177.43) apply to this project. Payment of the wages, fringe benefits and overtime rates that are most beneficial to the employees are required. Overtime is governed by Minnesota Prevailing Wage Statutes at M.S. 177.42 which requires overtime for over 8 hours per day and for more than 40 hours per week, thus any employee working more than 8 hours in one day is entitled to overtime. Both the proper Federal (Davis -Bacon) and State of Minnesota Prevailing Wage rates and contract conditions must be physically incorporated into the bidding and contract documents. 12 Weekly certified payroll submittal is required under the Federal Davis Bacon laws. PFA CWRF &DWRF Page 1 of 24 September 2012 Contract Packet Minnesota Public Facilities Authority Clean Water Revolving Fund Drinking Water Revolving Fund Required Contract Conditions This project is being financed in whole or in part by the Minnesota Public Facilities Authority through the Clean Water or Drinking Water Revolving Fund. The loan recipient is required to comply with the following federal and state laws, rules and regulations and must ensure that their contractor(s) also comply with these regulations, laws and rules. 1. Title Vi of the Civil Rights Act of 1964 (131 88-352), the Rehabilitation Act of 1973 (P.L. 93- 1123, 87 Stat. 355, 29 U.S.C. Sec. 794), the Older Americans Amendments of 1975 (P.L. 94- 135 Sec. 303, 89 Stat. 713, 728, 42 U.S.C. Sec. 6102), and subsequent regulations, ensures access to facilities or programs regardless of race, color, national origin, sex, age or handicap. 2. Executive Orders 11246, as amended by Executive Orders 11375 and 12086 and subsequent regulations. Prohibits employment discrimination on the basis of race, color, religion, sex or national origin. Inclusion of the seven clauses in Section 202 of E. O. 11246 as amended by E. 0. 11375 and 12086 are required in all project related contracts and subcontracts over $10,000. 3. Executive Orders 11625, 12138 and 12432; 40 CFR part 33; Section 129 of P. L. 100-590 Small Businesses Reauthorization & Amendment Act of 1988; Public Law 102-389 (42 U.S.C. 437d); a 1993 appropriations act ("EPA's 8% statute"); Public Law 101-549, Title X of the Clean Air Acts Amendments of 1990 (42 U.S.C. 7601 note) ("EPA's 1096 statute"). Encourages recipients to award construction, supply and professional service contracts to minority and women's business enterprises (MBE/WBE) and small businesses and requires recipients to utilize affirmative steps in procurement. 4. 40 CFR Part 33 Participation by Disadvantaged Business Enterprises in Procurement under Environmental Protection Agency (EPA) Financial Assistance Agreements 5. Executive Orders 12549 and 12689, 2 CFR Part 180, and 2 CFR Part 1532, Subparts B and C. Prohibits entering into contracts or sub -contracts with individuals or businesses who are debarred or suspended. Borrowers are required to check the status of all contractors (construction and professional services) and must require contractors to check the status of subcontractors and suppliers for contracts expected to be equal to or over $25,000 via this Internet address: httpJ1epIs.arnet.gov/. 6. Executive Order 13502, use of Project Labor Agreements for Federal Construction Projects. PFA CWRF &DWRF Page 3 of 24 September 2012 Contract Packet 7 Section 513 of the Federal Water Pollution Control Act (33 U.S.C. 1372) and section 1450(e) of the Safe Drinking Water Act (42 U.S.C. 300j -9(e)). Requires that all laborers and mechanics employed by contractors or subcontractors be paid wages at rates not less than those prevailing for the same type of work as determined by the U. S. Secretary of Labor in accordance with the Davis -Bacon Act (46 Stat. 1494; 40 U.S.C., sec. 276a through 276a-5). Reorganization Plan Number 14 of 1950 (15 F.R. 3176) and section 2 of the Davis -Bacon Act of June 13, 1934, as amended (48 Stat. 948; 40 U.S.C. 276c). 8. Minnesota Statutes, Section 471.345, Uniform Municipal Contracting Law. 9. Minnesota Statutes, Section 574.26 to 574.32, the Public Contractors' Performance and Payment Bond Act, as applicable 10. Minnesota Statutes sections 176.181-176.182. Requires recipients and subcontractors to have worker's compensation insurance coverage. 11. Minnesota Statutes sections .177.41-177.43 and Minnesota Rules 5200.1000 to 5200.1120 (prevailing wage rate law and rules). Requires that contractors pay laborers and mechanics prevailing wages established by the Minnesota Department of Labor and Industry for public works projects. 12. Minnesota Statutes 290.9705. Requires that 8 percent of payments made to out-of-state contractors be withheld once cumulative payments made to the contractor for work done in Minnesota exceed $50,000 in a calendar year, unless an exemption is granted by the Department of Revenue. 13. Minnesota Statutes, Chapter 16A.633, Subdivision 4, Report on Jobs Created or Retained (MN Laws of 2012, Chapter 293, Section 28). PFA CWRF &DWRF Page 4 of 24 September 2012 Contract Packet Minnesota Public Facilities Authority Clean Water Revolving Fund Drinking Water Revolving Fund Disadvantaged Business Enterprises (DBE) Good Faith Efforts Borrowers and their prime contractors must follow, document, and maintain documentation of their good faith efforts as listed below to ensure that Disadvantage Business Enterprises (DBEs) have the opportunity to participate in the project by increasing DBE awareness of procurement efforts and outreach. This applies to procurement for construction, equipment, supplies and services. 1. Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities; including placing DBEs on solicitation lists and soliciting them whenever they are potential sources. 2. Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. 3. Consider in the contracting process whether firms competing for large contracts could be subcontracted with DBEs. This will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. 4. Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually. 5. Use the services and assistance of the Small Business Administration and the Minority Business Development Agency of the U. S. Department of Commerce. 6. If the prime contractor awards subcontracts, require the prime contractor to take the steps in numbers 1through 5 above. Required Contract Conditions These conditions must be included in all procurement contracts entered into by the Borrower for all DWRF and CWRF projects: 1. The prime contractor must pay its subcontractor for satisfactory performance no more than 30 days from the prime contractor's receipt of payment from the owner. 2. The prime contractor must notify the owner in writing prior to the termination of any Disadvantage Business Enterprise subcontractor for convenience by the prime contractor PFA CWRF &DWRF Page 17 of 24 September 2012 Contract Packet 3. If a Disadvantage Business Enterprise contractor fails to complete work under the subcontract for any reason, the prime contractor must employ the six good faith efforts if soliciting a replacement contractor. 4. The prime contractor must continue to employ the six good faith efforts even if the prime contractor has achieved its fair share objectives. 5. The prime contractor must provide EPA Form 6100-2 DBE Program Subcontractor Participation Form to all of its Disadvantaged Business Enterprise subcontractors. Disadvantaged Business Enterprise subcontractors may send completed Form 6100-2 directly to the Region 5 DBE Coordinator listed below. Adrianne M. Callahan, Region 5 MBE/WBE Coordinator USEPA, Acquisition and Assistance Branch 77 West Jackson Boulevard (MC -10J) Chicago, IL 60604 6. The prime contractor must have its Disadvantaged Business Enterprise subcontractors complete EPA Form 6100-3 — DBE Program Subcontractor Performance Form. The prime contractor must include all completed forms as part of the prime contractor's bid or proposal package to the Borrower. 7. The prime contractor must complete and submit EPA 61004 DBE Program Subcontractor Utilization Form as part of the prime contractor's bid or proposal package to the Borrower. 8. A Borrower must ensure that each procurement contract it awards contains the following terms and conditions: The contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. PFA CWRF &DWRF Page 18 of 24 September 2012 Contract Packet Environmental NOW t ar Protection Agency OMS Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form EPA Foran 6100-2 NAME OF SUBCONTRACTOR' PROJECT NAME ADDRESS CONTRACT NO. TELEPHONE NO. EMAIL ADDRESS PRIME CONTRACTOR NAME Please use the space below to report any concerns regarding the above EPA -funded project (e g_, reason for termination by prime contractor, late payment, etc.). CONTRACT ITEM NO. ITEM OF WORK OR DESCRIPTION OF SERVICES RECEIVED FROM THE PRIME CONTRACTOR AMOUNT SUBCONTRACTOR WAS PAID BY PRIME CONTRACTOR Subcontractor Signature Title/Date 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-2 (DBE Subcontractor Participation Form) 114M ' Environmental Protection Agency OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form EPA Form 6100-2 The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen (15) minutes. Burden means the total time, effort, or financial resources expended by persons to generate, maintain, retain, or disclose or provide information to or for a Federal agency. This includes the time needed to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing information; adjust the existing ways to comply with any previously applicable instructions and requirements; train personnel to be able to respond to a collection of information; search data sources; complete and review the collection of information; and transmit or otherwise disclose the information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information unless it displays a currently valid OMB control number. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed EPA DBE Subcontractor Participation Form to this address. EPA FORM 6100-2 (DBE Subcontractor Participation Form) Environmental AM Protection Agency OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 NAME OF SUBCONTRACTORi PROJECT NAME ADDRESS BID/PROPOSAL NO. TELEPHONE NO. E-MAIL ADDRESS PRIME CONTRACTOR NAME CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK ITEM NO. PRIME SUBMITTED TO PRIME CONTRACTOR Currently certified as an MBE or WBE under EPA's DBE Program? Yes No Signature of Prime Contractor Date Print Name Title Signature of Subcontractor Date Print Name Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Environmental Ir Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen (15) minutes. Burden means the total time, effort, or financial resources expended by persons to generate, maintain, retain, or disclose or provide information to or for a Federal agency. This includes the time needed to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing information; adjust the existing ways to comply with any previously applicable instructions and requirements; train personnel to be able to respond to a collection of information; search data sources; complete and review the collection of information; and transmit or otherwise disclose the information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information unless it displays a currently valid OMB control number. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed EPA DBE Subcontractor Performance Form to this address. EPA FORM 6100-3 (DBE Subcontractor Perforinance Form) OMB Control No: 2090-0030 Approved: 05/01/2008 Environmental Approval Expires: 01/31/2011 NFrProtection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form EPA Form 61004 BID/PROPOSAL NO. PROJECT NAME NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS ADDRESS TELEPHONE NO. FAX NO. The following subcontractorsi will be used on this project: COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE ESTIMATE CURRENTLY NUMBER, AND E-MAIL ADDRESS PERFORMED D DOLLAR CERTIFIED AMOUNT AS AN MBE OR WBE? I certify under penalty of perjury that the forgoing statements are true and correct In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302(c). Signature of Prime Contractor Date Print Name Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form EPA Form 61004 The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen (15) minutes. Burden means the total time, effort, or financial resources expended by persons to generate, maintain, retain, or disclose or provide information to or for a Federal agency. This includes the time needed to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing information; adjust the existing ways to comply with any previously applicable instructions and requirements; train personnel to be able to respond to a collection of information; search data sources; complete and review the collection of information; and transmit or otherwise disclose the information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of information unless it displays a currently valid OMB control number. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed EPA DBE Subcontractor Utilization Form to this address. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) SECTION 00 11 13 ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of New Hope, Minnesota, in the City Hall at 4401 Xylon Avenue North, until 10 A.M., CDT, Tuesday, March 19, 2013, at which time they will be publicly opened and read aloud for the furnishing of all labor, materials, and all else necessary for the following: 2013 Infrastructure Improvements In general, Work consists of the replacement of water main, services, spot replacement of sanitary sewer and storm sewer, and improvements to the streets within the industrial area located in the northwest part of the city. The Project consists of the following approximate quantities: 350 LIN FT 6" HDPE Sanitary Sewer Forcemain — Directional Drill 850 LIN Fr 8" & 10" PVC Sanitary Sewer 10,100 LIN Fr 4" - 12" DIP Water Main 2,900 LIN Fr 12" to 60" RCP Storm Sewer 40 EACH Storm Sewer Structures 34,000 CU YD Common Excavation 41,000 SQ YD Geotextile Fabric Type V 41,000 CU YD Select Granular Borrow 32,000 CU YD Class 5 Aggregate Base 26,000 TON Bituminous Pavement 9,500 LIN FT Concrete Curb and Gutter 4,000 SQ FT Concrete Sidewalk 600 SQ Fr Sign Panels 46,000 LIN Fr Striping (Epoxy and Paint) Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurtenances. A Pre -Bid Conference will be held at 9:30 A.M CDT, on March 7, 2013 at New Hope Public Works located at 5500 International Parkway. Representatives of Owner and Engineer will be present to discuss the Project. Bidders may attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addendum as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. Complete digital Bidding Documents are available at www.questcdn.com for $20 by inputting QuestCDN eBidDoc 2474880 on the website's Project Search page. Paper Bidding Documents may also be viewed at the City of New Hope and at Stantec, 2335 Highway 36 West, St. Paul, MN 55113, (651) 636-4600. Direct inquiries to Engineer's Project Manager Jason Petersen at (651) 967-4630. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in accordance with the Instructions to Bidders. The Owner reserves the right to retain the deposits of the 3 lowest Bidders for a period not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner reserves the right to reject any and all Bids, to waive irregularities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. Kirk McDonald, City Manager City of New Hope, Minnesota Q 2013 Stantec 1 193801579 ADVERTISEMENT FOR BIDS 001113-1 SECTION 00 21. 13 INSTRUCTIONS TO BIDDERS ARTICLE 1- DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below: A. Issuing Office — The office from which the Bidding Documents are to be issued and where the Bidding procedures are to be administered. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation for Bids may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license for any other use. 2.04 Neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from Bidder's use of electronic downloadable Bidding Documents (Electronic Bidding Documents). In addition to the above items, Bidders using Electronic Bidding Documents are solely responsible for use of such documents, including, but not limited to: A. It is the responsibility of the Bidder to go to QuestCDN's Projects (www.questcdn.com), check for the presence of Bidding Documents (including Addenda), and download documents as they become available. Bidder shall regularly check QuestCDN's projects for Addenda or other additions or revisions to the Bidding Documents through the Bid Opening date, whether or not Bidder has received email notice of Addenda from Stantec or Quest CDN. B. It is the responsibility of the Bidder to verify the intended document size (sheet dimensions) and to verify proper colors (color, or black and white) of the Electronic Bidding Documents prior to reproduction. Bidder shall ensure that the Electronic Bidding Documents are reproduced to the correct and exact scale, and correct colors. C. It is the responsibility of the Recipient of Electronic Bidding Documents from this site to check the electronic data for computer viruses or other harmful coding. D. Bidders are subject to the Terms of Use and Limitations on Use detailed in the Stantec Plan Room. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within 5 days of Owner's request, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below: INSTRUCIFIONS TO BIDDERS © 2013 Stantec 1 193801579 0021,13-1 A. Evidence of Bidder's authority to do business in the state where the Project is located. B. Evidence of genuiness of Bid and lack of collusion in conjunction therewith. 3.02 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder's representations and certifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site. 2. Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 4.06 of the General Conditions. INSTRUCTIONS TO BIDDERS © 2013 Stantec 1 193801579 0021 13-2 4.05 On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. 4.06 Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work contemplated by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of contract documents (other than portions thereof related to price) for such other work. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, and the other related data identified in the Bidding Documents; B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work; D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified, if any, in Paragraph 4.02 of the Supplementary Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Paragraph 4.06 of the Supplementary Conditions as containing reliable "technical data;" E:. consider the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work, (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder's safety precautions and programs; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) Bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents; H. promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder; and © 2013 Stantec 1 193801579 INSTRUCTIONS TO BIDDERS 002113-3 I. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 A Pre -Bid Conference will be held at 9:30 A.M., CST on March 7, 2013 at New Hope Public Works, located at 5500 International Parkway, New Hope, Minnesota. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addendum as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner, unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than 10 days prior to the date for Opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. ARTICLE 8 - BID SECURITY 8.01 A Bid must be accompanied by Bid Security made payable to Owner in an amount of 5 percent of Bidder's maximum Bid price and in the form of a certified check, bank money order, or a Bid Bond Issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid Security of the successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required Contract Security and met the other conditions of the Notice of Award, whereupon the Bid Security will be returned. If the successful Bidder fails to execute and deliver the Contract Documents and furnish the required Contract Security within 15 days after the Notice of Award, Owner may consider Bidder to be in default, annul the Notice of Award, and the Bid Security of INSTRUCTIONS TO BIDDERS © 2013 Stantec 1193801579 002113-4 that Bidder will be forfeited. Such forfeiture shall be Owner's exclusive remedy if Bidder defaults. The Bid Security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 7 days after the Effective Date of the Agreement or 61 days after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within 7 days after the Bid Opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of days within which, or the dates by which, Milestones are to be achieved and the Work is to be Substantially Completed and ready for Final Payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11- SUBSTITUTE AND -OR-EQUAL- ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or -equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain subcontractors, suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent successful Bidder, and any other Bidder so requested, shall within 5 days after Bid Opening, submit to Owner a list of all such subcontractors, suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such subcontractor, supplier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed subcontractor, supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent successful Bidder to submit a substitute, in which case apparent successful Bidder shall submit an acceptable substitute, Bidder's Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating Bids and making the Contract award. 12.02 If apparent successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable subcontractors, suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid Security of any Bidder. Any subcontractor, supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 12-03 Contractor shall not be required to employ any subcontractor, supplier, individual, or entity against whom Contractor has reasonable objection. INSTRUCTIONS TO BIDDERS ©2013 Starlet 1193801579 002113-5 ARTICLE 13 - PREPARATION OF BID 13.01 The Bid Form is included with the Bidding Documents. 13.02 All blanks on the Bid Form shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each section, Bid Item, Alternate, adjustment Bid Unit Price Bid Item, and Bid Unit Price Bid Item listed therein. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 13.08 All names shall be printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 13.10 Postal and e-mail addresses and telephone and fax numbers for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located, or Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. Bidder's state contractor license number, if any, shall also be shown on the Bid Form. 13.12 Bidders shall indicate the total add or deduct to the Total Base Bid for each Alternate provided on the Bid Form. ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS 14.01 Unit Price with Alternates A. Bidders shall submit a Bid on a Bid Unit Price basis for each Bid Item of Work listed in the Bid Form and include a separate price for each Alternate described in the Bidding Documents as provided on the Bid Form. The price for each Alternate will be the amount added to or deleted from the Base Bid if the Owner selects the Alternate. In the evaluation of Bids, Owner may select any combination of Alternates or Owner may choose not to accept any Alternate Bids. n © 2013 Stantec 1 193801579 0021 13-6 B. The total of all estimated prices will be the sum of the products of the estimated quantity of each Bid Item and the corresponding Bid Unit Price. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of work and Bid Unit Prices will be resolved in favor of the Bid Unit Prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. D. Bids will be compared on the basis of the "Adjusted Total Base Bid" and this amount will be the basis for determining the lowest Bidder. The sum of the Total Base Bid and any combination of Alternates and Substitute Items accepted by the Owner will determine the "Adjusted Total Base Bid." The Owner may choose to not accept any Alternates or Substitute Item Bids. ARTICLE 15 - SUBMITTAL OF BID 15.01 Bid shall be submitted no later than the date and time prescribed and at the place indicated in the Advertisement or Invitation for Bids and shall be enclosed in a plainly marked package with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid Security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate package plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to owner's office. 15.02 The Bid shall include the entire Document 00 4110, Bid Form. This includes all attachments listed in Article 7.01 of the Bid Form and/or all forms included with the Bid Form. The Contractor may remove or copy these sheets from the Project Manual 15.03 The entire Project Manual should not be submitted with the Bid. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the Opening of Bids. 16.02 Bids may be withdrawn after Bid Opening only in accordance with the law. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the Advertisement or Invitation for Bids and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the Base Bids and major Alternates, if any, will be made available to Bidders after the Project is awarded. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 19 - EVALUATION OF BIDS AND AWARD OF CONTRACT 19.01 If the Contract is awarded, award will be made on the basis of the lowest responsive, responsible, qualified Bidder determined by the Adjusted Total Base Bid. INSTRUCTIONS TO BIDDERS © 2013 Stantec 1 193801579 0021 13-7 19.02 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the successful Bidder. 19.03 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than 1 Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.04 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such Alternates, Bid Unit Prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.05 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of subcontractors, suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of subcontractors, suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed subcontractors, suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents. As a condition of its Bid, Bidder is required to waive any and all claims of whatever nature against Owner, Engineer, and their employees and agents which arise out of or relate to such investigations and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. This waiver is not intended to restrict Bidder's rights to challenge a Contract pursuant to law. 19.07 If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner's requirements as to performance and payment bonds and insurance. When the successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds. ARTICLE 21- SIGNING OF AGREEMENT 21.01. When Owner issues a Notice of Award to the successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within 10 days thereafter, Owner shall deliver 2 fully signed counterparts to successful Bidder with a complete set of the Drawings with appropriate identification. END OF SECTION INSTRUCTIONS TO BIDDERS © 2013 Stantec , 193801579 002113-8 SECTION 00 31 00 AVAILABLE PROJECT INFORMATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Technical Data. 1.02 TECHNICAL DATA A. The Technical Data is identified in the Supplementary Conditions. Bidders are responsible for their own interpretation, verification, and use of the Technical Data contained in these reports and drawings consistent with the General Conditions and Supplementary Conditions. Reports, drawings, and other information regarding the Project may be available for Bidder's review at Engineer's office. Schedule a viewing time with the Project Manager. B. Portions of reports and drawings used by the Engineer in the preparation of Bidding Documents are attached to this Section. A list of attachments to this Section include: 1. Report dated January 16, 2013, prepared by Element Materials Technology entitled "Geotechnical Exploration Program — Proposed 2013 Infrastructure Improvements, New Hope, Minnesota." 2. Summary dated January 31, 2013, prepared by Stantec Consulting Services, Inc. entitled "Environmental Subsurface Evaluation — New Hope 2013 Infrastructure Improvements." a. The summary was a follow-up to the "slight product odor detection" listed in the report from Element Materials Technology. b. Attachment A — Laboratory Analytical Data Reports is not included, but can be provided upon request. 3. Canadian Pacific — Minimum Safety Requirements for Contractors Working on Railway Property, dated April 2007. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION AVAILABLE PROJECT INFORMATION © 2013 Stantec 1193801579 003100-1 Mement Materials Technology P 651645 3601 -.7 , .... • ,... 662 Cromwell Avenue F 651.659 7348 V St Paul, MN T 888766 7555 55114.1720 USA irrfo.stpaul@element.cern elanent.com Proposed 2013 Infrastructure Improvements New Hope, Minnesota Element Materials Technology St. Paul Inc. Project No. ESP©' 1999P Pd epau'ed for: City of New Dope c/o Stantec ,January 16, 2013 Prof s:ona Ce-01calion. I hereby certii that this plan, specification or report was prepared by me or under my direct supervision and that I aryl a duly Licensed .Professional Engineer under the laws -of the State of Minnesota. Mari S XaE ht, P.E_ . Senior Project Engineer MN Reg, No. 41658 This report shall not be reprodLmd, except in full, without prior permission of Element Materials Technology, ERR Controlied Data: This document contains technical data whose export and re-export/retransfer is subject to control by the 1.13. Department f)f Commerce under the Export Administration Ari and the Export Adminisiratiorr Regulations: The Department of Commerce's prior written approval is required for the export or re-exporlfretransger of such technical data to any iorrign person, foreign entity or foreign organization Whether in the Unified States or abroad, January 16, 2013 City of New Hoge c/o Stantec Attn: Mr. Jason Petersen 2335 Highway 36 West St. Paul, MN 65113 RE; Geotechnical Exploration Program Proposed .2013 Infrastructure Improvements New Hope, Minnesota Element Materials Technology St. Paul Inc. Project. No. ESP011909P Dear Mr. Petersen,. We. have completed the geotechnical exploration for the above -referenced project. This report presents the results of our field and laboratory testing programs including the soil boring logs and table documentingthe existing bituminous and aggregate base thicknesses, if encountered. This report also includes recommendations concerning the sail and groundwater conditions as they relate to the proposed pavement reconstruction including. recommended new pavement sections. The soil samples will be retained in our laboratory for 39 days and then will be discarded, unless we receive a written request from you to hold them for o Ionger period. We are pleased to be of service to.you in this important phase of the project. If there are any questions regarding the information contained in this. report or if we can be of further service to you, please call us directly at (651) 659-7447 or via e-mail at m.ark.straight@element.com. Respectfully Submitted, UEME.NlT iHATZRI.U_S TECHFOLO "ST. FALIL, 4,4'. Kevin Zalec, P.E. Staff Engineer IVIN Reg. No. 479179 Mark Straight; P.E. Senior Project. Engineer MN Reg. No. 41858 Project Number ESP011909P January 1G, 2013 raga 2 of 16 f ►"� - I,[ 1, Al- I ..;L w,:T�L,:"i'� P;l_F°°.���,,�``� lrfap'�::�-�:Ir'+�.� 'CL'}���`�'E�� �.►��'::>�`, �':�lil, �`�. E����()-��+�,'� �3►:�. �vw � �`i��1�'P We have completed the geotechnical exploration program for the propo :ed 2013 Infrastructure Improvement project for the City of New Hope.. Element Materials Technology St. Paul Inc. was retained by the City of New Hope care of Stantec to perform this exploration. This report presents the results of the field exploration; our laboratory testing, and geotechnical review for the proposed pavement reconstruction including recommended new pavement sections based on the soil boring, performed at the site. 9.1 Project Descrir)tion The 2013 proposed infrastructure improvement project includes the reconstruction and/or milling and overlaying of several streets within the project area. The project area is bounded by 49th Avenue on the south, Boone Avenue on the east, Bass Lake Read on the north, and Independence Avenue on the west. The approximate location of the project area is shown on the Boring Location Plan provided by the City of New Hope and Stantec attached to this report. We were also informed by Stantec that spot repairs of sanitary sewer along with replacing sections of water main and storm sewer would be incorporated into this project. We were informed that the final project details would be dependant on available budget and soil conditions within the selected street reconstruction areaG. "ii.2 iiervice The scope of our services forthis project is limited to the following-. Project Number ESPO11909P January 16, 2013 Page 3 of 16 Layout Boring locations from site plans provided by Sta ntec and City of New Hope. Coordinate the locating of underground utilities i:hrough Gopher-State- One-Call opher State - One -Gall system. Provide limited traffic control including signs and cones around drilling equipment. Explore the subsurface soil and groundwater conditions by pe,forming fourteen (14) standard penetration test soil borings each to unit depths of 10 feet below existing grade throughout the street reconstruction project area. The wort{ scope was to include measurement. and recording of thicknesses of existing bituminous and apparent aggregate base, if encountered, and to perform a "smell test" for hazardous substances such as petroleum. Backfill and cold patch the test hales; Visually classify the extracted soil samples and perform additional laboratory testing including moisture content and mechanical analysis (i.e. gradation) as noeded to support our recommendations. We performed nine (9) mechanical sieve analysis (no hydrometer) and twelve (12) moisture content tests on selected samples collected in the field. Based on our laboratory review and lab tests as described above estimated R - values were provided. Prepare an engineering report that will include the soil oaring logs, thicknesses of, bituminous pavement and aggregate base, laboratory test results and recommendations for pavement subgrade correction, preparation strategies, pavement sectiorl.design, and sanitary/storm sewer foundation construction considerations. The purpose of this report was to perform a subsurface exploration and engineering review not to provide environmental services. However, a slight pro6uct odor was detected through normal human sensing in soil borings B1-133, B5, 138-B14 and is noted. on the boring logs. Environmental lab tests were not performed on the recovered samples, however, the product odor appeared to be petroleum based, possible a Prolod Number ESPO i 1909P X ,.. January 15., 2013 Page 4 of 16 ctabilization product or petroleum that muy have leached from the surface bituminous layer. The product odor was mainly limited to near the surface within the gravel base layer supporting the pavement. We recommended that proper testing and disposal of any encountered environmentally impacted soils that exceed normal Mate allowable limits be perforated during construction, if encountered. 2.11 -'AZLD IG S I NG PI'aV N'4141F. A total of fourteen (14) standard penetration test soil borings were performed between November 27 and 28, 2042. The number, depth and locations of the soil borings were determined by Stantec. The approximate boring locations are shown on the Bearing Location Plan attached to this report. We were informed. that the surface elevations of the borings would be performed by others at a later date during the project survey. Therefore, the boring elevations are not shown on tho boring logs. The standard penetration. borings were performed. with a rotary type drill rig mounted on. a true using split -barrel sampling procedures. Water level observations were made in the boreholes during and upon completion of the drilling and sampling operations. During the field operations, the drill crew maintained logs of the subsurface conditions including changes in stratigraphy and the observed groundwater levels. The boring logs are attached to this report. After completion of the drilling operations, the boreholes were backfilled with auger cuttings and bentonite chips to just below the existing pavement surfacer The surface of the borings was then patched with bituminous cold patch to match existing pavement grade. Sampling and classification of soils: were performed in general accordance with American Standards for Testing and Materials {ASTIR} .procedures, and are described in the attachments. Prolegt Number ESP011909P January 16, 2013 Page 5 of 16 1, ,I . ,'.,l 'i 1 7.1Site Condi ion A The borings were drilled in areas of existing bituminous paving ihroughout the various residential and commercial streets as depicted on the boring location plan. The majority of the street topography was relatively level with slight inclines and declines. The surface of the pavement was in poor to fair condition. We observed bituminous patches in several. areas. Several utilities were observed overhead, mainly electric services. During the utility clearanco process through the Gopher State -one -Call system, several below grade utilities were identified and marked on the pavement by utility locate contractors. These included water; gas, sanitary sewer; storm sewer, phone and cable. 4!.2 Sabsurfacp Card -tions The subsurface conditions encountered at the test boring locations are shown on the test boring logs. The boring logs also indicate the possible geologic origin of the materials encountered. We wish to point out th&t the subsurface conditions at other times and locations on the site may differ from those found at our test locations. if different conditions are encountered during construction, it is necessary that you contact us so that our recommendations can be reviewed. The boring logs indicate a generalized soil profile consisting of fill at the surface underlain by glacial till. Glacial outwash and fine alluvium was also encountered beneath surface fill layers within soil borings S7 and B8. At several of the test locations, the fill was encountered to the full depth of the soil boring This was due to the proximity of adjacent buried. utilities such :as water and sewer and the shallow depth of the borings. The fill was mainly comprised of bituminous and sand, sand with silt, silty sand with gravel base at the surface underlain by a mixture of silty sand, clayey sand, and sandy lean clay. Soil borings 131-133, 135, and .138-131A, detected a slight product odor through normal human sensing within the gravel base layer. "i his may have been an asphalt stabilizing agent, most likely a petroleum product, applied to the base soil directly beneath the Pried Nomber EsPfl11909P January 16, 2.013 Page 6 of 16 bituminous or possible could be. petroleum product (i.e. chip seal, etc.) leaching from the surface bituminous. it is out, experience that these petroloum based products may have been used in the past by the City on street projects and may be encountered during street recon traction. However, product odors were not detected through normal human sensing during drilling activities at the remaining borehole locations. This does not eliminate the possibility that petroleum based products muy bo present at other locationb within the reconstruction project area away from our boring locations. The thickness values of the surface bituminous layer varied from 5" at boring locations. BB to 9" at boring location B9. Most of the bituminous thicknesses were observed in the range of fi" to 8". Where .a distinct base layer was encountered below the bituminous, the thickness of thi; base course varied from 6" at boring B13 to 29" at boring 134. This base layer in its current condition may not meet the current requirements for Mn/DOT Specification 3138 Aggregate for Surface and Base Courses. The fill was found to be of low to moderate density, based on the penetration values (N - values) obtained daring drilling activities. Sandy lean clay (CL) glacial till with various.amounts of gravel was generally encountered below the fill. The gle tial dill was fecund to be in a soft to firm consistency based. on the penetration values (N -values) obtained during drilling activities. Fine alluvium comprised of lean clay was encountered below the fill in soil boring B8. The lean clay was found to be in a very soft consistency based on the penetration values (N -values) obtained during drilling activities. 2.3 LevM Conditions Water level observations were made during the drilling operations. The data is shown on the boring logs. Groundwater was encountered in. boring B5 at a depth of 7` and in boring B8 at a depth of 10%. Groundwater was not encountered in the remaining shallow borings at the time of drilling operations. Iron oxide soil staining and mottled Project Number ESP011909P January 96, 2013 Page 7 of 16 soils were observed at several boring locations. This.is an indication that ground%Arater mzAy have been pry )ent previously within the sail k"tyer. Since the clay soils encountered in the borings are relatively impervious or slow draining, it may take several days for groundwater in a borehole to rise to its hydrostatic level. If more accurate water level determinations are required, piezometers should be installed and the water level monitored over a period of time. In general, water levels may fluctuate throughout the year depending on variations in the amount of precipitation, degree of evaporation, surface run-off characteristics and other related hydrogeological factors. .4.6 L..DOIVJORY MW IOR1,P Vi A 1—.-STItFN!3 The soil samples obtained during the drilling operations were logged, labeled., sealed and delivered to our laboratory for further review. The soil samples were classified in general conformance with ASTIR Standards by an Element Materials Technology St. Paul Inc_ geotechnical engineer. Additional soil samples were collected during drilling operations and submitted to the laboratory for mechanical analysis (i.e. gradation with no hydrometer) and moisture content tests. The results of the laboratory tests are shown on the baring logs or attached to this report. 6.03 EVIE}"+ AND Based on the information obtained from our geotechnical work and our understanding. or assumptions of the project data, we made our engineering review which resulted in recommendations which are presented in the following sections. If: any of our understanding or assumptions are not correct, or if conditions observed during construction are significantly different than those encountered in our geotechnical work.,. Element Materials "i echnology St. Paul Inc. should be contacted immediately so we may review our recommendations. Project Number ESPii11909P ,January 16, 2013 Page 8 of 16 We understand the new construction will include improvements and/or reconstruction on various streets within the City of New Hope as defined by the 2013 Infrastructure Improvement Projcct. The project is bounded by 49th Avenue on the south, Boone Avenue on the east, Bass Lake Road on the north; and independence Avenue on the west. The approximate location of the project area is shown on the Boring Location Plat i provided by the City of New Hope and Stantec attached to this report. It !sour understanding that a majority of the construction, budget permitting, will include reclaiming the existing street bituminous and. a portion of the underlying aggregate base., where encountered, into a recycled Glass 7 aggregate base course, acting as aggregate Rase fora majority of the street areas.. This recycled aggregate base is removed and stockpiled. The exposed roadway subgrade is test rolled and any soft areas detected by the test rolling are corrected. Clay soil encountered within the. proposed design section would be removed and replaced. It is proposed to redistribute the stockpiled recycled material into the roadway subgrade acting as base aggregate, followed by placement of bituminous surfacing. A. mill and overlay is planned for portions of International Parkway and all of Independence Avenue. We further understand that spot: repairs of sanitary sewer along with replacing sections of water main and storm sewer would be incorporated into this project. We were informed that most of the streets within the project area are State Aid routes and will be constructed to a 10 -ton dasign standard. This would include Boone Avenue, 4'9Eh Avenue, and Science Center Drive. 4.2 Ut111W InatzIllaiior. Utility plans were not available at the time of this report. Cased on the borings, storm sewer, sanitary sewer, .and water main pipes placed within the upper 10' of subgradr-. will generally -bear upon cohesive fill. or naturally deposited glacial till soils. We recommend these utility pipes be placed at proper frost protection depth (i.e. water Project Number .ESP011909P January 1":, 2013 Page 9 of 16 .!L main placed at a minimum depth of 7', eic.). In many areas, the cohesive fill or natural coil could be found to be in a low density condition. in some areas, very soft to soft clay may be encountered. This was most notable: at boring locations B5, B8, and B13. if very soft .Soils or uncorrmpacted till soils are encountered at pipe invert elevation,, these soils may not be suitable for pipe support. Loose or soft.existing Fill areas, where encountered, should be recompacted per project specifications. Any organic materials iOUnd during construction should also be removed We recommend unsuitable fill or very soft naturol soil. be over excavated, by a minimum of 'l', to place a foundation or bedding for pipe support. The foundation bedding material should be comprised of coarse, .granular material or pea gravel. We recommend that pea gravel should be used where ,groundwater moisture is present. The pipe foundation. bedding materials may be separated from the subg"rade by geotextile fabric, especially in loose/wet conditions. We recommend at a minimum, that the exposed soils in the utility trench Ike recornpacted prior to neva utility placement. After the fooundation bedding and pipe placement, fill should be placed to attain final grades. Where pavement may be pieced, the fill should be compacted to at least 95% cf the Standard Proctor density (ASTM D: 698). Fill placed in the top 3 feet of subgrade ior pavement should be compacted to at least 100% of the Standard Proctor density. In addition, the moisture content should be within 3% of tho optimum as determined by the Standard Proctor test. Proper shoring of the excavation during utility installation should be performed by the utility contractor per O.S.H.A. guidelines,. This is especially important where very soft or loose existing fill soil is present at depth. T. 3 0ier:ua�lon1r-nvemen orl + r�.ae ' n ► r i A, mill and overlay is planned for Independence Avenue and the norihern portion. of International Parkway, if budget permits. Soil borings were not.performed on these :street areas, therefore the existing pavement thickness and composition is unknown to Project Number ESP011909P January 16., 2013 Page 10 of 16 yy�J j l .y!�.p' • l� us. We recommend that an engineering review be performed on the exposed bituminous beforelaRer the milling process and pl.,iur to placement of the new wearing course, especially if no initial geotechnical information is available. The engineering review should be performed to verify thickness and integrity of remaining in-place bituminous material for cUpport of the new wearing course. In our opinion, areas observed where the existing in-place pavement may have been significantly distressed or cracked or has now further broken.up due to the milling process should be repaired or replaced prior to final wear lift placement. Crack repair of the underlying bitUfflinous should -also be performed where applicable as budget permits to aid in extending the time that cracks may propagate up through the new wear course pavement. Based on the borings, we recommend the subgrade preparation for the remaining street areas, budget permitting, should consist of reclaiming the existing surficial bituminous pavement and underlying aggregate base where encountered to a. depth of approximately 10' to 12". The recycled aggregate base could then be removed and stockpiled exposing the existing roadway subgrade. Any organic. soils where encountered within the upper 3' of existing road grade should also be excavated. The excavation should continue to allow for placement of the new street section. This would include excavating clayey soils within the upper 7.5' of final subgrade elevation where encountered and replacing them with select granular soils as described below to aid in increasing the R -value at these locations. Limited soil corrections may also be required in isolated areas of subgrade dependent on encountered field conditions during construction. Street areas located next to wetland areas would of primary concern. These areas should be further evaluated during construction. Additional excavation may also be required to -allow for proper placement of the new pavement section where thinner existing pavement and aggregate base were encountered. Proper subsurface draintile. systems world need to be incorporated into the design and constructed where granular fill was placed/encountered at the 'surface underlain by Project Number ESP011909P January 13, 2013 Page 1 I of 16 relatively impervious clay soil types. The draintile system should be designed to minimize water ponding boneath pavement areas. The draintile should he sock wrapped and encapsi dated with clear rock surrounded by fabric. The drainfile system should be properly connected to suitable outfalls (drainage areas) or the storm sewer system.. Any contaminated soils encountered during construction should be properly tested and disposed of under standard construction practices per the Minnesota .Departw hent of Health (MDH) and Minnesota Pollution Control Agency (MPGA) guidelines. After the recommended excavation and ordinary surface compaction of exposed soils, geotextile placement; engineered fill may then be placed to attain final grades. We recommend all exposed soils are thoroughly surface compacted with a large vibratory self-propelled compactor. We recommend a MnIDOT Specification 3733 Type V separator fabric be placed on the prepared subcut base soil to maintain the Integrity of the new pavement section. The fabric should be pulled taught during placement with the seams either sewn or overlapped a minimum :of 2 feet per MnIDOT specifications. The fabric should extend the full width of the drive areas and extend a minimum of 2' beyond the edge of proposed pavement or up the side walls of the excavation. Construction traffic, other than foot traffic, should not be allowed on the fabrics prior to placement of the sand section and subsequent aggregate base layer. Fill placed in the upper three feet of the sobgrade should be compacted to 100% of the Standard Proctor density. The moisture content should be within 3% below znd the optimum as determined by the Standard Proctor test. Moisture conditioning the soil may be required, to attain the proper soil compaction. We recommend Where additional fill is required within the upper 3' of subgrade be granular soils meeting MnIDOT Specification 3149.213 Select Granular having no greater than 12% fines passing the #200 sieve and preforably no greater that 50% passing the #40 sieve. Project Number ESP011909P January 16; 2013 Page 12 of 16 Additional aggregate base meeting Mn/DOT Specification 3138 may be required in street areas where reclaimed bituminous and underlying aggregate base thicknesses are insufficient to P.How for the proposed new aggregate base section. Additional aggregate may also need to be added and blended to the reclaimed material to meet current gradation specifications. We recommend that the project documents include a line item for importing % inch clear rock aggregate per ton delivered to the site in case it is needed to meet : Ec.te gradation requirements. Larger bituminous pieces of the reclaimed material, if encountered, should be removed or screened from tho roadway base material prior to paving operations. Samples of reclaimed :base aggregate -should be collected during construction and tested to verify design and project requirements have been achieved. The reclaimed aggregate base should be compacted to a minimum of 100% of the. Standard Proctor density and the new bituminous pavement placed and compacted to a minimum of 92% of the maximum theoretical density.. The subgrade surFare; as well as the pavement surface, should be uniformly sloped to facilitate drainage ar'the base and sand subgrade rnaterial,within the pavement. system, and to avoid any ponding of water beneath the pavement. We also recommend proofrolling the pavement subgrade and base grade to aid in detecting any loose or unstable zones. This proofrolling should be performed with a fully loaded tandem axle dump truck. in those areas where deflection or rutting is obvious, additional e:;cavation or reworking may be necessary. Based on the soil types, gravel content, grain sizes, N -values, and current conditions of the subgrade including moisture content, we estimated R -values and provided them in the attached table. The. actual R -value used in design should account for changing moisture conditions and how that affects stability in the soil types present. This is especially important during late fall and spring when f=reezing and thawing of the Project dumber E5P011909P January 16, 2013 Page 13 of 16 subgrade occurs. The worst condition on instability generally occurs in the spring season, just after the subgrade thaws but still retains moisture. .'L.• .✓��.A�`i l�'S'14 a �PyVS�. ill li R�%�i .� k ri D 'q Assuming the pavement subgrade preparation is performed as recommended in the preceding sectiioii and the subgrade soils are judger) suitable based on a proofroll test, we recommend the following pavement design be used, Oo ,ane �'+Vc[li�ti., W n" o , J' 5 Ave�C.�i� % Science �. nnte - L1�"ive, �'� h!CI-.nOf-+ Re:3ea ch Center Rood vieet' ; iera?.Jonal ci twat'' ,";egg-nrch Cen'�e r Road East iiMion-MtGoei- $ai Fidrt MntDOT Spec. 2360 Type LV4 Bituminous Wear Course 2° Mn/DOT Spec. 2360 Type LV3 Bituminous felon -wear Course 4° Mn/DOT Spec.. 3138 Class 5 Aggregate Base Class 7 Recycled) 12" Mn/Do'r Spec, 3149.21 Select. Granular Fill 18" Mn/DOT Spec. 3733 Geotextile Fabric., Type V, note -woven The recommended street section thicknesses are based on the soil boring logs and encountered soil properties for a 20 -year design life pavement system rased on an assumed traffic condition. The; designer should verify that Type LVbituminous mixes are applicable based on Average Annual. [wily Traffic (AADT) for the project area. This design also assumes that a regular, conscientious maintenance program is performed. It is possible that.seal coating may extend the pavement life somewhat. We caution that reduced pavement thickness may result in a reduced service life and increased maintenance. The thickness of each of the components of the street section indicated above is assumed a minimum for construction. The design also assumed the aggregate base will be compacted to a minimum of 100% of the Standard Proctor density and the bituminous pavement placed .and compacted to 92% of the maximum specific.gravity. Project Number ESP01 I 909 January 16, 2013 Page 14 of 16 11 s'3K3ti+.�.� All excavations should comply with the requirements of O.S.H.A. 29 GFR, Part 1926, Subpart P, "Excavation and `trenches". This document states that excavation safety is the responsibility of the contractor. Deference to these O.S,H.A. requirements should be included in the project specifications. As variations in soil conditions may exist. at Locations and elevations other than those of our borings, we recommend the ge©technical engineer be retained to observe the soil conditions during site preparation. We recommend in-place field density testing be performed in the compacted new fill as detailed in the attachments to this report. 1U.3 Coli '=.Alfeaiiier Condlt!mna Construction during cold weather should be exercised with care. We have included a sheet entitled "Precautions for Excavating and Refilling During Cold Weather." Please refer to this sheet attached to this report for specific details. }.4 Soil Sar -r1vitif The clayey and silty soils at thissite are susceptible to disturbance from construction traffic, especially in wet conditions. If the soils become disturbed, additional excavation may be required. Therefore, proper excavation equipment should be used to minimize tho potential for disturbance. 5..0 This report is for the exclusive- use of the parties to which it is addressed. Tho soil testing and.geotechnical engineering services performed by Element Materials Technology St. Paul. Inc. for this project have been conducted in a manner with the level of skill and care ordinarily exercised by other members of the profession currently Project Number ESPOI1909P January i6,2013 Page 15 of 16 practicing in this area under similar budgetary and time constraints. No werranty, express or implied, is made. Attachments: -Soil Boring Location Plan (1 page) -Summary of Existing Pavement Section and Estimated R -Values (I page) -Boring Logs BI -B14 (14 pages) -Particle Size Distribution (Gradation) Reports (9 pages) -Symbols and Terminology on Test Boring. Logs (1 page) -Field Exploration Procedures (1 page) -Construction Observations and Testing (1 page) -Cold Weather Precautions (1 page) FABM0%2012CME1GE0WSP011009P Naw HOP0201a SUM Reconstrudon with S(antwIGftyof New Hope 2013.6treet RecoAstrxtion Geo ReVorLdor, Project Number ESPOI 190P January 16, 2013 Page 16 of 16 dr : RECLAIM MILL AND OVERLAY 0 •592s' rwrt. IY7 vr;6 PARWK I M)m R=E FiIC mw SO4: wann S CARAGmpim ' R Cm Gm — NOM EDUCATION COM L r - PROJE .T RID e.. NEW HOPE, MINNESOTA FIGURE: 1-3 2013 INFRASTRUCTURE IMPROVEMENTS V.\1938\ACTNE\193801579\CAD\DWG\2013 INF STREELDWG DAM October 2012 COMM. 193801579 MATH AVE N L r - PROJE .T RID e.. NEW HOPE, MINNESOTA FIGURE: 1-3 2013 INFRASTRUCTURE IMPROVEMENTS V.\1938\ACTNE\193801579\CAD\DWG\2013 INF STREELDWG DAM October 2012 COMM. 193801579 Element M O.: -r als Technolo y :662Cromwell Auxnue 5.t Pav! . MN 55114-17 o u:.a 2013 Inira. st ucte..re lmp:overreent�i - Now Ilope E ennent:Project, No. EIS PO11939P P 651 545 3501 F 051 659 7-148 T 13SV--P67555 tnFa,stnau':�Pelarrt,nt coo Cement C�)M Page : op:1 I B4 Basi '1 liMmetms- O`hL-vt 29 Boring Bit'. Aggrega � Base OF I tiirrssted 1 "smell Wurnber Thiehness Thickness C, Value""" l esbits oti field test" Tor 7 (inches) (inci�esj""�"`" 1 22 Hazardous Substances B1 6 18 15 Slight Product Odor Detecbon*" B2 1 7 1 13 1 S Slight Product Odor Detection" ,, R� I a 13 15 Slioht Product Odor Detection I B4 7 29 20 No Detection 135 BB' B7 8 5 8 23 19 18 18 15 22 Slight Product Odor Detection's No Detection No Detection B8 7 11 22 Slight Product Odor Detection 89 9 11* 22 Slight Product Odor Detection' i 1310 1 6 18 15 Slight Product Odor Detection" a B11 7 21 22 Slight Product Odor Detection" M B12 8 7 15 Slight Product.Odor Detection"""` 613 $ b 10 111ni rroaurll VOW uelef-LIUH B14 8 16 15 Slight Product Odor Detection" Remarks A. 4.5" layer of recycled aggregate base was encountered directly beneath the pavement thea 6.5" of silty sand vith gravel base.. Denotes possible asphalt stabilized aggregate base or subgrade or product detected. **'* R -values were estimated based on soil characteristics encountered at the boring location unless otherwise noted. *"** The aggregate base was comprised of a mixture of sand, sand with sift, and silty sand with various amounts of gravel unless noted otherwise. Ur k�lli Project NO. Esk 10,11,1909P shok. I Of I CLIENT ARCHITECTIENGINEER CKY of Now I hypc SITE Uoona Ave t' -6&h ' 7 lootvea. PROJECT Mew Eops, -Nffin-,esobt 201.11r.' rL%&ue: ure Improver ant's "I:m ljqn h1.*r;1'61Q611d R..'-ftay SAMPLES I TESTS Surfaw Elev.: QA Mz - z la.: I m i-P,5—FILL, 6" of bituminous pavement 7 FILL, 178' -R -E fity sand & gravel aggregate base, brown, moist, slight 2.0 product odor detected - ----------------------- FILL, sandy lean clay with a little gravel, brown & gray mottled, iron oxide staining, moist, firm to hard bANuy LtAN L;LAY min a irate gravel, iron oxide staining, brown and gray mottled, moist, firm (CLS) FEE q > z Uf n,ADOMONAL 6 ta DATA! fdF F- 2 REMARKS 0 ri M jCL O Vii- E sq Surfaw Elev.: QA Mz - z la.: I m i-P,5—FILL, 6" of bituminous pavement 7 FILL, 178' -R -E fity sand & gravel aggregate base, brown, moist, slight 2.0 product odor detected - ----------------------- FILL, sandy lean clay with a little gravel, brown & gray mottled, iron oxide staining, moist, firm to hard bANuy LtAN L;LAY min a irate gravel, iron oxide staining, brown and gray mottled, moist, firm (CLS) WATER LEVEL OBSERVATIONS A None 662 Cromwell Ave. St. Paul, MN 55114 Telephone, 651-645-3601 1 2 1 SS 1 24 1 3 1 SS 1 24 1 4 1 $S 1 24 1 5 1 SS 1 24 1 16 gravel STARTED 11128/121 FINISHED 11128/121 DRILL Co. Element GRILL RIG 367 DRILLER Dunleavy ASS'TDRILLER CA, LOGGED BY TPK APPROVED MASS FEE WATER LEVEL OBSERVATIONS A None 662 Cromwell Ave. St. Paul, MN 55114 Telephone, 651-645-3601 1 2 1 SS 1 24 1 3 1 SS 1 24 1 4 1 $S 1 24 1 5 1 SS 1 24 1 16 gravel STARTED 11128/121 FINISHED 11128/121 DRILL Co. Element GRILL RIG 367 DRILLER Dunleavy ASS'TDRILLER CA, LOGGED BY TPK APPROVED MASS Oct NO, Esil"011im9p .CLIENT SITE I��a�ti: it`:vent<I `sheet 9 of 'i, _ ARCHITECTIENGINEER Idly.a klew �40p M4rtk Uoono Ave r: 49t1: Gtrcat PROJECT New Pope, knnesa°L 2C•13 In reevu Wre Improvc-ft -raj - New E. pe sand with gravel, brown; inoist, slight 2.e--\ product odor detected_ —.j--- 14 2 SS 24 S FILL, sandy lean clay with a Hide gravel, lenses of silty sand, brown mottled, moist, soft 4.0--- _ -- -- FILL, sandy lean clay with a little gravel, iron oxide staining, grayish 12 3 5S .24 brown;moist, firm SANDY LEAN CLAY wi:h a trace c j gravel and lenses of sand at 1 OR, i brown. mottled, iron oxide staining, moist, soft to firm (CLS) WATER LEVEL 013SERVATIONS � tu �T -.None a 7 9 662 Cromwell Ave. St. Paul, MN 55114 Telephone: 65-1-645-3601 4 1SS124 1 6 lsSl24 STARTED 111281121 FINISHED 1112811; - DRILL co. Element DRILL RIG 36' DRILLER Dur3leavy ASST DRILLER 0 LOGGED BY TPK APPROVED °LU I 0 CIApz LU ADDITIONAL _y MD �. z DATA/ REMARKS a. is rL >.0 � � O. � A a Surface Elev.: c� ❑ a z la a Slight product FILL 7" of bituminous pavement AS 1 UGE 24 ^0_6 , _ _ _ Fi.LL, 1 " of silty sand & gavel odor detected m6thin gravel aggregate base underlain by 4" of silty bam sand with gravel, brown; inoist, slight 2.e--\ product odor detected_ —.j--- 14 2 SS 24 S FILL, sandy lean clay with a Hide gravel, lenses of silty sand, brown mottled, moist, soft 4.0--- _ -- -- FILL, sandy lean clay with a little gravel, iron oxide staining, grayish 12 3 5S .24 brown;moist, firm SANDY LEAN CLAY wi:h a trace c j gravel and lenses of sand at 1 OR, i brown. mottled, iron oxide staining, moist, soft to firm (CLS) WATER LEVEL 013SERVATIONS � tu �T -.None a 7 9 662 Cromwell Ave. St. Paul, MN 55114 Telephone: 65-1-645-3601 4 1SS124 1 6 lsSl24 STARTED 111281121 FINISHED 1112811; - DRILL co. Element DRILL RIG 36' DRILLER Dur3leavy ASST DRILLER 0 LOGGED BY TPK APPROVED ProjwA- Pio.P"S Sheet 1 Of I CLIENT v ARCHITECTIENGINEER 1171tv of E.''et-4 I .alae SITE U06fie Ave : 49th t,ea: PROJECT 146W 1 tape, %013 lnt�wtruciw 9 hi i "Opn: 11bim. vcti Ut,Wr ir.ad Wwr'L SAMPLES TESTS Q ca > IT ADDITIONAL V4 0 z DATA/ > W i -O -4 LU 0 M "I R U) 0 REMARKS 3: 'k > :2 Surface Elev..z LN 0.5 FILL. 6" of bitumitious pavernent AS 1 WGIER 24 Slight product F1I0L'—'f ��O?-s fity—s—an—d—&—gr—av—el — — — — — — — — odor detected -aggregate base, slight product odor within gravel detected, underlain by 6" of silty sand base. .9.0 ebrown, ist -%lyth ATnl, — — --moist — - 13 2 SS 24 15 FILL, sandy lean clay with a little gravel, lenses of silty sand at 5', brownish gray,. iron oxide staining, moist, firm 10 3 SS 24 5 14 4 SS 24 9.0 SANDY LEAD CLAY with a little 11 5 SS 24 gravel, iron oxide staining, brown and - gray mottled, moist firm (CLS) 10— End of Boring z Di WATER LEVEL OBSERVATIONS STARTED 1106/12 FINISHED 11/28112" None DRILL CO. tlern6nt DRILL RIG 367 9 662 Cromwell Ave. St. Paul, MN 55114 DRILLER Dunleavy ASST DRILLER CA Telephone: 651--f45-3601 Lur— LOGGED BY TPKj APPROVED MAS -'3 r CLIENT ARCHITECTIENGINEER UN16Y of i��► ! .ape ::.ani SITE Buono Ave F 49W New Eope,. Minnesotp of Inmmado. n l ?&riwr y zs center Pond Cas,t Surface Elev.. a.r IF 7" of bituminouspavement �FEi�L, 2�"0� silly sarin &gravel aggregate base, brown, moist FILL, sandy lean clay, grayish tarovrn, moist, firm i e 5 --- _---- FtCL_,i5lean clayvri#h a little— gravel, lenses of sand -at 6', brownish gray, moist, firm FILL, sandy Elean day with a little --_--- gravel, brown and gray moitled'k moist, firm WATER LEVEL OBSERVATIONS i (done sbee, 10; 1 � y 24 15 24 24 24 y�C it ilk ('STARTED 11128112 FINISHED 11128112.-, r: 1�ski;� _ec1 it+o?y DRILL co. Element DRILL RIG 367' 662 Cromwell Ave. -St. Paul, UN 66114 DRILLER Dunleavy ASST DRILLER Ci _.. Telephone: 651-645-3601 LOGGED By TP.K1 APPROVED MAS, 9 2 SS 13 3 SS 51 PROJECT 70:3 l :r_-z!ru W'jre !tri 3r,)Ve'ai siiW - WOW 1 -"OPS SAMPLES TESTS r � a � z "' a ADDITIONAL C5_ � W � DATA! REMARKSp"p uC3! p is W 0 0 > � E Ori 4; ;j 24 15 24 24 24 y�C it ilk ('STARTED 11128112 FINISHED 11128112.-, r: 1�ski;� _ec1 it+o?y DRILL co. Element DRILL RIG 367' 662 Cromwell Ave. -St. Paul, UN 66114 DRILLER Dunleavy ASST DRILLER Ci _.. Telephone: 651-645-3601 LOGGED By TP.K1 APPROVED MAS, 9 2 SS 13 3 SS 51 24 15 24 24 24 y�C it ilk ('STARTED 11128112 FINISHED 11128112.-, r: 1�ski;� _ec1 it+o?y DRILL co. Element DRILL RIG 367' 662 Cromwell Ave. -St. Paul, UN 66114 DRILLER Dunleavy ASST DRILLER Ci _.. Telephone: 651-645-3601 LOGGED By TP.K1 APPROVED MAS, 13 4 SS 14 5 Ss 10 24 15 24 24 24 y�C it ilk ('STARTED 11128112 FINISHED 11128112.-, r: 1�ski;� _ec1 it+o?y DRILL co. Element DRILL RIG 367' 662 Cromwell Ave. -St. Paul, UN 66114 DRILLER Dunleavy ASST DRILLER Ci _.. Telephone: 651-645-3601 LOGGED By TP.K1 APPROVED MAS, CLIENT ARCHITECTIENGINEER Vi4 of ik+i[r Lv i lope l.. { SITE Lloone Ave 2, 4911. Sl"WL PROJECT i New F in e, iklii.r a��Oti 2013 9t ;mtrmZure 1ntprovc;tf v&tt -Now i 1-4,.16 f°.`r• oL"Ch cr­_e'r 17�c. 'e ria ut SAMPLESI TESTS I gravel; lenses of waterbearing sand at 7% lenses of peat at 9, gray mottled, moist to wet, very soft (CLS) WATER LEVEL -OBSERVATIONS WL 1 -7 T 2 4 SS 2 5 SS a tu -��z t� C3 Ir p It! M W 2 c is ADDITIONAL t3ATAi arte. ua U5 R .� REMARKS: g ji SI'[face Elev.: 0 ci (9 q O m z z z tL ? 0 A p O. ILL, 8" of bituminous pavement AS '! AUGER 21 SIIgrit product , -7� _2 odor detected MILL, t—sl—t---d & gra_[ Within gravel aggregate base, brown, moist, slight base. t product odor detected 12 2 SS 24 _xs-------- - FILL, sandy lean clay with a little_ _ _ _ _ _ gravel, dark gray to darn brown, Menses of silty sand, moist, film to Soft FILL, sandy lean clajr with a trace of 7 3 SS 24 gravel, grayish brown, moil#, soft gravel; lenses of waterbearing sand at 7% lenses of peat at 9, gray mottled, moist to wet, very soft (CLS) WATER LEVEL -OBSERVATIONS WL 1 -7 T e X e:,.), i 662 GromvveilAve. ' St. Paul, MN 55114 Telephone: 651-645-3601 1 24 1 24 i; STARTED 11/28/121 FINISHED 11 $112, DRILL 00. Element DRILL RIG 367 i! DRILLER Dunleavy ASS'T DRILLER CA TPKI APPROVED LOGGED BY _ IAS 2 4 SS 2 5 SS �o. e X e:,.), i 662 GromvveilAve. ' St. Paul, MN 55114 Telephone: 651-645-3601 1 24 1 24 i; STARTED 11/28/121 FINISHED 11 $112, DRILL 00. Element DRILL RIG 367 i! DRILLER Dunleavy ASS'T DRILLER CA TPKI APPROVED LOGGED BY _ IAS p b ®gj spy xx H—jjeci Nlo, :: SP0!1S09l-* CLIENT ARCHITECTIENGINEER Ci"y cad I4ew Hope SITE Boone A C" 4�oill Street PROJECT @w Flope, f��l rrsota 2 13 mfr ztru(Au,�.,'- s��,c f - Raw.' ope '•cl'a'n Cwntew DAve - --- SAMPLES TESTS Surface Elev.: 4-.4-5" of iiuminouUavementt F1LL, 1 f3" o€ sandwith—silt & gravel aggregate bases brown, moist FILL, sandy lean Clay with a trace of ti gravel, grayish brown, iron oxide. staining, moist, firth F SANDY LEAN CLAY wltn a 1 gravel, gray, moist, firm (Ci.) 11 .9 9 8 WATER LEVEL OBSERVATIONS None �,cc1z �s ieE nc r 662 Cromwell Ave. St. Paul, Mfg 55114 Telephone. 651-645-3601 2 SS 24 "17 3 SS ® i zq ADDITIONAL 0 JU LU 0�LZt! s DATA/ REMARKSHi 4 c~i. j:© M o a� E 11 .9 9 8 WATER LEVEL OBSERVATIONS None �,cc1z �s ieE nc r 662 Cromwell Ave. St. Paul, Mfg 55114 Telephone. 651-645-3601 2 SS 24 "17 3 SS 24 4 SS 24- 5 45 SS 24 STARTED 11/271121 FINISHED 1112711 DRILL co. Element DRILL RIG 3671 DRILLER Dunleavy ASS'TDRILLER Ci LOGGED BY TRK APPROVED MAS or !'roject K.10. ESP0% 1909P CLIENT ARCHITECTIENGINEER *—Nty of New i lope SUntec SITE Boone p.Ve � .4 Ct geh :;t� e,d PROJECT W-WNope, fih!nnesata 20113 I.-tteactructure improver, "-it9r-zv0t!oa of Sclewo Center Drive F SAMPLES as MUL In ntwa,.Honafr araway a 0 Ix LU z LU ADDMONAL H Ir X P z Ia. 0 DATA/ REMARKS CL mW LU D: a d! - Surface Elev., LU 0 jr 0 CL a ca z 0: Z. a a. FL'sl 0,5 FILL, 6" of bituminous ppVement AS I hUGEF 24 FILL. 18" of send & gravel aggregate 1base, brown, moist 2.0 cobble 53* 2 SS 24 encountered at 2.5', fine to medium grained, brown, moist, hard 4.15 — — — — — — — — — — — — FILL, clayey sand, with g-1ff—t1e—g`ra—ve-1,— 18 3 SS 24 fine grained, brown, moist, m6dium dense Z)MU Y LIZAIN uLAY wjin a intie gravel, gray, moist, hard (CL) moist, medium dense il—," -- WATER LEVEL OBSERVATIONS None Is 24 OZA U 662 Cromwell Ave. St. Paul, MN 55114 Telephone: 651-645-3601 1 4 1 SS 1 24 1 5 1 SS 1 24 by a 'STARTED 11/27/12 FINISHEt) 11/27.11, DRILL CO, Element DRILL. RIG 351 DRILLER DunleaVy ASST DRILLER C/ LOGGED BY TPKJAPPROVED MAE CLIENT � ARCHITECT1ENGINEER (,',Iot of Kbw Mom ITILA00 SITE Boone P.ve.M 419ri1i St mt Now Hopp, lkilnner-'otn r Surface Elev.: FILL, 8" of bituminous pavement nLI.,, 71-1of silly+ sand & graver —r aggregate base, brown, moist, slight �- -- 2.0 1p-rgductodor detected _------.J,-^^ I; -1 FILL, sand with silt and gravel, fine to t medium .grained, brown, moist, slight 1 Xproduct odor detected to 1.5' F1LL, sandy lean clay with a trace of gravel, grayish brown, moist, soft to p 4.5 firm FILL, sandy least clay u' th a tras of — ! gravel, grayish brown, moist, firm 7.0 1' FILL, sandy lean clay with a #race 6f gravel, grayish brown, moist, firm WATER LEVEL OBSERVATIONS None 0 xa i 0 Ui r Shc eei ii of 1 PROJECT 2013 inYta ucitm of llniprm-roe f;�, - Now AS 1 1 �.Uj r 111 Vo w in W z AS 1 1 6 1 2 1SS124 12 1 3 1 SS 1 24 14 1 4 1 SS 1 24 12 1 6 1 SS 1 24 mate'k-da atn Si Y 662 Cromwell Ave. St. Paul, MN 55114 Telephone-, 651-645-1601 Jetecl8d i gravel and clad to 1.5' STARTED 11/27/12 FINISHED 1112711: DRILL CO. Element DRILL RIG 367, DRILLER Dunleavy ASST DRILLER CIA, LOGGED BY TPKj APPROVED MAS$. - - it n w A ADDITIONAL; LU W DATA/ r W REMARKS � c� Gs y- U. _ I` 6 1 2 1SS124 12 1 3 1 SS 1 24 14 1 4 1 SS 1 24 12 1 6 1 SS 1 24 mate'k-da atn Si Y 662 Cromwell Ave. St. Paul, MN 55114 Telephone-, 651-645-1601 Jetecl8d i gravel and clad to 1.5' STARTED 11/27/12 FINISHED 1112711: DRILL CO. Element DRILL RIG 367, DRILLER Dunleavy ASST DRILLER CIA, LOGGED BY TPKj APPROVED MAS$. - - it 15(�'_ 101411RO; MCI 1-31f 3 4 SS 4 5 Vrqoc�.No. M113.3"1129914 95 Shoot I of i i CLIENT ARCHITECUENGINEER Clity of 4-1Iewf SiTE Boore Ave C; 4 "h Simet PROJECT New Hope, "ill"OsatL M�w Kopa 4&6i..!w4huc., Ncori-h SAMPLES TESTS z� W > z ADDITIONAL DATA! LU M M LU LU 4= M 0 D La W a REMAR"s qL 0 W co n 0CL LL E Flev.. a a M Z it z 2 a M 09-9 -Surface FILL, 8" of bituminous pavement AS I kUGEF 24 9 Silght product— 0.7 - - - - - - - - - - - - - - - - - - - - - - odor detected1.2 FILL, &'of.silty sand & gravel within gravel ----I aggregate base, brown., moist, slight base and 2.0 kprqduLct odor detected_extended to t.5'._ -1 FILL., a MFji6W Fiff j Wn_d_inTi.7iid_ 12 2 SS 24 15 1 with a little gravel, fine to medium 1 brown, moist slight product ;odorgrained, detected _0f_ FILL, sandy lean.day Wfh_g'trace gravel, brownish gray, moist, firm to VeTy soft 8 3 SS 24 10 2.0 TILL, sandy ldari aE�y'�M h a trace -if - -.-.J-..... gravel, grayish brown, moist, soft WATER LEVEL OBSERVATIONS I None 24 24 24 24 STARTED 11127/12 FINISHED 11/27/12 DRILL co. Element DRILL RIG 367 662 Cromwell Ave. St. Paul, MN 56114 DRILLER Dunleavy ASST DRILLER CA Telephone: 651-645-3601 0 LOGGED BY TPI(I APPROVED !VIASI 7 4 SS 4 5 SS 95 24 24 24 24 STARTED 11127/12 FINISHED 11/27/12 DRILL co. Element DRILL RIG 367 662 Cromwell Ave. St. Paul, MN 56114 DRILLER Dunleavy ASST DRILLER CA Telephone: 651-645-3601 0 LOGGED BY TPI(I APPROVED !VIASI 5 6 SS 7 7 SS 95 24 24 24 24 STARTED 11127/12 FINISHED 11/27/12 DRILL co. Element DRILL RIG 367 662 Cromwell Ave. St. Paul, MN 56114 DRILLER Dunleavy ASST DRILLER CA Telephone: 651-645-3601 0 LOGGED BY TPI(I APPROVED !VIASI CLIENT ARCHITECUENGINEER p SITE -':f!one we a: *& Street PROJECT taw Fops, Kiciraasoka 1013 Info' iiur,bure tmpmuvc 49th. Atromie'f!orth SAMPLES _ Surface Elev.. 01 FILL, 8" of bituminous pavernent FILL, 16" of silly sand. &gravel j aggregate:. base, brown j. moist, slight 2Rfl�product odor detected FILL-, sandy lean clay vith a trace .af gravel, with lenses of fine grained silty sand from .2'-5', grayish brown, moist,. 7 Ran I I If 9.0 — _—_ �,—_�__ Fi LE , sandy lean play witFs s trace :of gravel,brown and gray mottled, moist, firm ]NATER LEVEL OBSERVATIONS ]None I Sheet 1 oil - New 'W Iasi us c ADDITIONAL 15 4 SS 12 5 55 24 11 24 24 24 i I i Lx.� STARTED 19127112 FINISHED 1112711 m t�ttic�ls is ctu,ei� DRILL Cfl. Element DRILL RIG 36' 662 Cromwell Ave. St. Paul, MN 55114 DRILLER DUnleDVy ASS'T DRILLER C, Telephone: 651-645-3601 'LOGGED BY -1 Pf{ APPROVED MAS,. . D 2 Q 12 3. DATA/ 61 wIx r r REMARKSRijn 2 CL 0:0 LL Q rnZr Z d:� 00., LL a AS 1 U—GIER 24 Slight product odor detected withln..gravel 15 4 SS 12 5 55 24 11 24 24 24 i I i Lx.� STARTED 19127112 FINISHED 1112711 m t�ttic�ls is ctu,ei� DRILL Cfl. Element DRILL RIG 36' 662 Cromwell Ave. St. Paul, MN 55114 DRILLER DUnleDVy ASS'T DRILLER C, Telephone: 651-645-3601 'LOGGED BY -1 Pf{ APPROVED MAS,. 11 2 SS 12 3. SS 61 15 4 SS 12 5 55 24 11 24 24 24 i I i Lx.� STARTED 19127112 FINISHED 1112711 m t�ttic�ls is ctu,ei� DRILL Cfl. Element DRILL RIG 36' 662 Cromwell Ave. St. Paul, MN 55114 DRILLER DUnleDVy ASS'T DRILLER C, Telephone: 651-645-3601 'LOGGED BY -1 Pf{ APPROVED MAS,. r 80 70 60 50 40 30 20 10 0 VI U -N I I V %? m -L- - I l %-Gravel % Sand % Fines Coarse Fine hoarse Medium V Fine. Silt -- 0.0 4.7 11.5 7.3 22.6 38.8 15.1 Test Results (ASTM C 136 & ASTM G 117) Opening Percent Spee Pass? Size Finer (Percent) (X=Fail) 1-1/211 100.0 11' 100.0 3/4f1 95.3 1/211 91.8 3/811 87.5 #4 83.8 #10 76.5 #30 56.6 #40 539 #50 41.9 #100 27.7 #200 15, - (nn specification pr ai islet!) Location: D-2 Sample Number: 1 Depih: l l - C C'ea+1�t�w Material Description- - Silty sand with gravel, fine to medium grained, brawn (SM) Atterbera Limits fASTM D PL= LL,= Pl= Classification USCS (D 248/)= SM AASWTO (M 146')= Coefficients: D90= 11.2035 D86= 5.8307 D60= 0,4967 1360= 0.3831 D8p=0.171.3 D1&= D1Q= CU- Cc= Remarks 8,I% Moisture content Sample discarded after completion of testing, Date Received: 11/281.2012 Me Tested: 1112912012 Tested By: 1. Rutherfbrd Cheeltedl By: M. Straight, PE Title, Sr. Project Engineer Date Sampled: I lt=012 CIlenti. City ofNew Hope Project., 2013 Infrastructure Improvements FrP1 _O: ESP01 i 903 0 �._r ar..r. r�r-�r�rn� - � r ' • .w. R M-`rrr� .. r-wn. .-.,aw.w. • r % Gravel o4 Sand 6 137 Coarse Fine Coarse Iiddium 0.0 7A 30.1 8.1 24.7 Test Results (ASTM C 136 & ASTM C 117) :pening Fercent Spec Pass7 Size Finer (Percent) {X=Fail} -112" r 100.0 1" 100.0 3/4" 92.4 1/2" 91.9 3/&" 73.1 #4 62.3: #x'10 54.2 P30 39.2 #40 295 #50 20.3 ##100 9.1 #P200 3.9 .. (w specification provided) 25.6 % Fines - sift _ � Clay 3.9 Material Descriatior► Sand with gravel, fine to medium grained, Ix -own {SP) lltterbern_L.im,�it�_LASIN-Q-4-3-181 PL_= L.L.= Pl= Classi kation .uses (a. 2487)= Sl' AASHTO (M UW coefficients 1390=17;4159 D85= 14.2288 D.60= 3.7700 D50= 1.1780 D 30=0.4325 t)1$ -0X0 7 DI"O 0.1624 Cij= 2322 C = 0.31 13emarks Sample discarded afar completion of testing. Date Received: 11127/2012 Date Tested. 11130/2012 Tested ByJ. Rutherford Chocked By: M. Straight, PE Title: Sr. Project Engineer ocGtlon: B-7 Date Sampled: 11/27/2012 ample Number 1 _ �T.1e ' 1' --T Clit:rt: City of New Hope .--_- .. - Project: 2013 Infrastructtn'e Improvements xProi 4n: ESPQ11909P sr+u . ._ __,... -_... 1 .I i. r ��. s, �.. �- - .... .� .5... t„_ •�,�� .... .. �. ter:. U IV -111V r7lLC — kllkil. % GraveE s/■ Sand _ °% F1nr Coarse fine Coarse Medium Fine Silt 0.0 4.0 .5.9 1 3.3 20.5 38.9 31.4 Test Results (ASTM C 135 P4 ASPM C 117) Opening Percent Spec! Pass? Size Finer (Perm) (X -Fail) 1-1/2" 100.0 1" 100.0 3/4" 10.0.0 112:" 100.0 318" 97.0 ##4 94.1 #10 90.3 ##30 79.6 440 70.3 #sd .6d.3 ##100 42.8 #200 31A (no spel;Zt; time provided) Location: B-7 �t 121e_ idurnber. 2 11a�pil�,i' .. Material Description Silty sand with a little gravel, fine to medium grained, brown, (SM) A#Mrbsrg Limi#at (ASTM D 4310 PL LLQ Pl= Ciassirtcatloh USCS (D 2457)- SM AASHTO (M 145)= Coefficients "90=1;6058 D85= 0.8119 D6()= 0.2958 D507 0.2047 1)300 D160 Dion CU= Cc= Remarks Sample discarded after completion oftesting. Date t ecelvad:. 11/27/2'(112 Date Vested: 11/30/2012 Tested By: J. Rutherfbrd Checked By: M. Straight, PE Title: Sr. Fmject Engineer Date Sampled: 1/27/20112 1 Client: City of New Hope Project: 2013 Infrastructure Improvements 1 i % Gravel % Sand Caarse Fine Coarse Medium Fina 13,0 11:0 4.9 21.4 50.6 Test Results (ASTM C 136 & ASTM C 117) Opening Percent Spec." Pass? Size Finer (Percent) (X=Fait) 1-1/211 100.0 1" 100.0 3/4" 100,0 1/211 96.4 318" 94.9 #4 8910 4.10 84.1 #30 72.0.. #40 62.7 #50 50.4 #100 26.1 #200 1.2.1 .. (ne.specification prdvidod) Silt Fines 12.1. Material Description Silty sand with a little gravel, mostly fine grained, brown (SM) Atterber Limits ASTM Q 4318 PL= LLQ- pl= Classification USCS (D. 7.487)= SM AASHTO (l1M 14W Coefficlents No= 5.3358 DN=2.4468. D60- 0.3911 D50= 0.2971 D30= 0.1709 DW 0.0895 DIO= Cu= CC= Remarks Sample discarded after completion of testing. Date Received: 11/28/2012 Hate Tested: 11/30/2012 Testes( By: J. Ruther ford Checked By: M. Straight, PE Title: Sr. Pioject Engineer _ Won B-8 .?ate Sampled: 11/28/2012 ipie Mumber: I __ Depth: l.' - 2' ME.'i` e' i c n ifn,!Z Cliont: City of New Hope Project:. 201.3 Tnfhds-iructure Improvernen N to _...'Pajectilu' ESPO119091'�.._- iob 90 80 70 60 60 40 30 20 10 0 I " �p X 1r - %Gravel Goarse Fine 5.5 7.9 5.9 1 ?.3.3 'lest Results (ASTM C 136 & ASTM C 117) Opening Percent Spec." Pass? Size Finer (Percent) (X=Fait) 1-112" 100.0 1 " 100,0 31 /4" l/2" 894.55 91,9 3,`8" 88.8 #-4 86.6 ##10 80:7 #30 67A M 57.E #A 44.$ #100 19.1 #200 8.5 (no spun Ovation provided) Lion: B-8 ample Number: 2 Depth: 2'-,h' NI'kNY.M4YY�JY �:'ifia�` •a/��W.��:� lzt{fsIN tsILtW - MM. Sand % Fines t[ Fina Silt Gta 4.8.9 8.5. Material Descri0on Sand with silt and a Iittle gravel, fine to medium grained, brown (SP -SK Atterbergr�.il tIts (A$TM D 43181PL= L, 1�lassficarian USO ► (D 2487)= .SP -SM AASHTO (M 145)= Coei idents t]g0=1.0.6219 1:385=3.43.79 D60= € A609 D60= 0.3436 1330= 0,2074 -1316= 0.1255 D10= 0.0875 CU= 5.27 Cc= I.07 Remarks Sample discarded after completion of testing. Data Received: 11/2812012 date Tested: 11130/2012 'rested By: J. Rutherford Checked By: M. Straight, PE Title: Sr. Project Engineer Mate z+wrnpled: 1112#!2012 Client: City of New lope Project: 2013 Inftastracture Improvements CY w to 01111111 % CxrdVet % Sal aarse Fine Coarse Wledium 0.6 l.5 5.$ 23:2 Test Results (A $TM C 136 & ATM C 117) Opening Percent Speck Pass? Size Finer (Percent) (X=Fait) 1=112" 1.00.0 1" 100.0 3/4' 100.0 112" 100.0 3/9" 100.0 #4 98.5 #10 92.7 #30 78.7 #40 69.5 #50 58.2 #100 34.4 ##200 22.4 (nig spmificativa pl'avided) Location. B-9 Sant le umber: 2 ©ei j''yy41 h r, c-''.�.{r� Clay 47.1 1 22.4 Material Iescri sign silty sand with a. trace ofgravel, .brown (w11ii) Atterbera Limits MYM D 4318 PL= LL.= Pl= Classification USCS (D 2487)= SM AASHTO (M 145)= Coefii is tg Dy0=1.3725 D85=11.8516 i" w 0.3159 C5e 0.2395 Dgp= 0.1241 Die Die Ce Cc= Remarks 16.9°1 ]Moisture content Sample discarded after completion of testing Date Received: 11128/2012 Data Tbsted: 11/29/2012 Tested By. d. Rutherford Checked By. A Straight, PE Title: sr. Project Engineer 1 Dote BampilQd. 11/28/'?012 Client: City of New Hope Projeci: 2013 lnfissi ul4ture [i ipibvemerits 3f Prnjj, r^ I�L Jrt711 U .rte —.� i �i:�I� 100 J 80 1 $0 70 Ili Z 60 11, Z 5D W U � 40 L1.. 3D 20 10 I0 6 }�„ % Gravel `Ya Sand Curse Fine Coarse Medium Fine 0.0 0.0 28.8 12.3 1 28.7 1 27.8 Test Results (ASTM C 938 & ASTM C 117) Opening Percent Spec.' Pass? Size Finer (Percent) (X=Fait) 1-112" 100.0 1" :100.4 3/4" 100;0 1/2" 89.9 3/8" 82.4 ##4 71.2 #1:0 58.9 ##30 39.0 #40 30.2 #50 21.3 #100 7.9 #200 2.4 _ % Fines 2.4 Material Description. Sand %kith gravel, fine to mediurn.grained, brown (SP) Aiterberg !=i(nftq ASTM D !fi PL= LL= PI= Classification 1JSCS (D 2487)= SP AAS IITO (M 146)-- Coefficients 4a)=Coefficients D90=12,7444 D85= 1.0,6318 Dep= 2.1614 DSO= 1.0746. D.30=0.4210 DI6 = 0.2273 D1p= 0.1731 Ce- 12.48 C4�= 0.47 Rernai i.s Sample discarded after completion of testing; Date Received: 11/28/2012 Date Tested,, 11/30/2012 Te.S:ed By: J. Rutlierford Checked Sy; M. Straight, PE: Title: Sr. Project Engineer (no specification provided) Location: E-11 Oate-Sampled: 1.11'2812012 Sampler 1 De the 1`-2' _ EE j.. epi'a� + . -•w�, G Client: City of New Hops P`^u ytlIC�$$ {'.Ry Project: 2013 Infrastructure improvements i 4� 1`r � G+; ert bio: t �P011909P i ty W z U.. % Graved _ ��� Goatee _Fine Coarse Medium 0,0 0.0 5.5 3.4. 15.1 Test Results (ASTM C 136 & ASTM G 117) Opening Percent Spec" Pass? size FMer (Percent) ()C IFali) 1-1/2" 100.0 1" 100.0 314" 100.0 4 ijp" 96.6 318" '96.0 #4 94.5 ##l0 41.4 ##30 92.6 #40 76:3 #50 68:2 #100 47.6 #200 29.8 (no speeit -aftou pro oded). Fine silt 46.5 29.8 Material Des+eri tion Clayey sand with a little gravel, fine grained, brown, (SC) Atterbe: a Limits (ASTM €� 4318)318) P1.= Li:- Irl= M.r.sification UACS (D 2487)= SC W AASHTO (M 145)= Coefficients Qepw 1.39$7 13g5= 0.7:1$5 460= 0.2258 DSO= 0.1628 D30=0:0757 D15= D10- Cu= Cc' llemarks Sample discarded after completion of testing. Date Rece:ved::I 1128/2012 Date Tested: 11130%2012 Tested By: L Rutherford Chocked By: M. Straight, PE -- Title: Sr. Prnjeot Engineer -- Ho". B-11 mate Sampled. 1112812012 Ae Dumber: 2 D the 2.5'- 4' Tient. City of New Hope -. Project. 2013 Infrastructure Improvements iso; LSPOI I.90 .1 l=i�;ui` �. _ UK 1 h +a„ % Gravel _ Coarse r Fitt( .0.01 4.6 1 5.3 % Sand Coarse Madtum Fine 5.7 23,4 44.6 Teat Results (ASTIR C 136 & ASTM C 117) Pass? Opening Percent Sped! size Finer (Percent) (Wall) 1-1/3" 100.0 1 " 140;0 3/411 95.4 1 i2" 93.0 3/8" 92.2 #4 90.1 410 k4 #30 70A #40 611.0 #f50 49.6 #fi100 28.2 #200 16.4. slit % Fines May 16.4 Material Description Silly sand with A littlo gravel, fine to medium grained, brown (SM) ,Atterbarg Limits (AAM D 4318 PL= LL= Pi= Classification USCS (D 2487)= SM AASHTO (11i 146)= CMUlcients D90 4.6418 13$6= 2.1694 D6,0= 0.4121 D60= 0.3038 D30- €3.1614 D18= Ding CU=�� Remarks 9.3% Moisture content 5a(nple discarded after completion of testing. Date 'ecelved: 11128/2012 mate Test9d: 11/29/2012 Tortod By; :1. Rutherford Checked By: NL Straight, P13 Titid. Sr. Project Engineer - (no specification provided) Location: B-13 Semple iJurnber: 1 De gt�h:,l;- 2'. Unite ts �mglsd: 1112812012 �. I P., 24 i ri , � g'�;:�� i:; Client: City of New Hope • � d' p � ! err ject: 2013 infrastructure Irnprovernettts r ar .'• �S. 119091' Forret GE0-004 SYMNI.» .Is - Orillint- and omnllnq Laboratos v Testinq ry nmol DescrtoWn Sumbol PlesaripHnn HSA 3-19'1,D holldw stem auger W Water content, % (ASTM:D2216)" -'A 4", 6" or'ti7'diameter.flight anger D. Drydenslty, pct NA 2', 4" or 6" hand auger LL Liquid limit (ASTM.,D4318) DC —IAC 2-112", 4" 5" or 6'steet drive casing PL Plastic limit (ASTM:D4318) Size A. B or N rotary casing PD Pipe drill or cleanout tube Inserts In Last Column (tau or ROD) -- CS Continuous split barrel sampling 13M Drilling mud Qu Unconfined compressive stmngth, psf (ASTM.02106) JW Jetting water Pq Penetrometer reading, tsf (ASTM:D1958) SB 2"OA split barrel sampling Ts' Torvane reading, tsf L 2-112" or 3"112":O:D. S8 linersample G Specific gravity (ASTM0854) �i .2' or 3" thin walled tube sample SL Shrinkage limits (ASTM:D W) 3TP 3"thin waited tube using pitcher sampler OC Organic content -Combustion method. (ASTM:D2974) TO 2" or 3" thin wagied tube suing Osterberg sampler SP Swell pressure, tsf tASTM:i 546) W Wash sample PS Percent swell under pressure (ASTM:.D4546) B Bag. sample FS Free swell; % (ASTM:134W) P Test pit sample SS Shrink swell, % (ASTM:13454W) Q BQ, HiQ, or PQ wireline system pH Hydrogen Yon content — Meter Method (ASTM:D4972) AX, BX, or NX double tube barrel SC Sulfate content, parWmillion or mgll TX iV Standard penetration test, blows per foot CC Chloride content, parWmillion, or mqA CR Gore recovery, percent C' One dimensional consolidation (ASTM D2435) WL Water level Qe Tdmdal compression (ASTWO2850 and D4767) dater level O.S. Direct shear (ASTM:D3080) NMR No measurement recorded. Primarily due to the K" Coef iclent & permeability,.cmisec (ASTM-, D2434) Presence of drilling or coring Pull P' 'Pinhole test.(ASTWD4B47) DH* Double hydrometer (ASTM:04221) MA* Particle size analysis (iASTM:D422) R Laboratory:ekdrical resistivity, chrn-c m (ASTM:G57) E* Pressurameter deformation modulus, tsf (ASTW134719) PM* Pressuremeter test (,�STM:D4719) VS" Field vane shear (ASTM -02573) IR* Inf€]trometer test (ASTM:D3385) ROD Rock quality designation, percent k Results shown on attached data sheet or graph " ASTM designates American Society for Testing and Materials TIE~RiU WOLOGY Particle sly -es Soil Layering and Moisture 7 .te Size Rande Term Visual obsenadlon Botrtders > 12" Lamination tap to '114" thick stratum Cobbles 3" —12"' Varved Alternating laminations of any combination of Coarse gravel 314" — 3' clay, silt, fine, sand. or colors Fine gravel #4 sieve — 314" Lenses Small pockets of different soils in a soil tnass Coarse sand #4 - #10 Steve Stratified Alternating layers of varying materials or colors Medium sand 410 - #40 sieve Layer 114" to 12" thick stratum Fine sand X40 7=0 sieve Dry Powdery, no noticeable water Silt 100% passing #200 sieve and > 0.005 mm Moist Damp, below saturation Clay 100% passing 0200 sieve and c 0.005 mm Waterbearing Pervious soil below water Wet Saturated, above liquid limit Gravel Content 'Standard Penetration Resistanr coarse -Grained Soils Fine -Grained Soils Cohesionless Sails Cohesive 30111s ravel Description a t�raval DescrYaYEon N �/alu4 Relative Density N -Value consi�terccy 2-15 A little gravel 4.5 Trace of gravel 6-4 Very loose 0-4 Vary soft 16-49 With gravel 5-16 A little gravel 5-10 Loose $ — a Soft 16-30 With gravel 1'l r- 30. Mediwn .dense 9-15 Firm 31-49 Gravelly 31-50 Dense 16-16 Hard > 50 Very dense > 30 Very hard Forret GE0-004 EL-nrent St. Foal SQti, ;rao�li� Soil sampling was performed in accordance with ASTM D 1586. Using this procedure, a 2" O.D. split. barrel samplor is driven into the ooil by a 140 pound weight. failing 30". After an initial set of 8", the number of blows required to drive the sampler an additional 12" is known as the penetration resistance, or 11 value. The N value is an index of the relative density of cohesionless soils and the consistency of collusive soils. Thin wall tube samples were obtained according to ASTM, D 15-37 where indicated by the appropriate symbol on the boring lags. Rock core samples, if taken, were obtained by rotary drilling -in accordance with ASTM D 2113. Rower auger borings, if .performed, were donb in general accordance with ASTM D 1452. ?161 Ox asslee6;aAcrl As the samples were obtained in the field, they were visually and manually classified by the crew chief in accordance with ASTM. D 2488. Representative portions of the samples were thea returned to the laboratory for further examination and for verification of the field classification. logs of the boring: indicating the depth and identification of the various strata, the N value, the laboratory test data, water level information and pertinent information regarding the .method of maintaining and advancing the drill holes .are attached. 'The descriptive terminology and symbols used on the boring logs are also attached. Form GEC} 005 �s7 i1 ��'.'J_] � f AW `r! J��u�s� �.�3 _Y6RA �.Y C��ptk`� IV.�1'�'4% - I.i+ •� C6.? � �. 'Eld rte.' Ii St. PaUl The recommendation: made in this report have been made based on the subsurface conditions found in the borings. It is possible that there are soil and water conditions on site that were not represented by the borings. Consequently, on-site observation during construction is considered integral to the successful implementation of the recommendations. ' We believe that qualified field personnel need to be on site at the times outlined below to observe the site conditions and effectiveness of the construction. We recommend that the completed excavation enol prepared subgrade be observed and tested by a soils engineerltechnician prior to fill placement or construction: of any undation elements. These observations would be necessary to judge if all unsuitable materials have been removed from within the planned construction area .and that an appropriate degree of lateral oversize has been provided for in those areas where fill will be placed below the bottom of foundation grade. We recommend a representative number of field density tests be taken in all engineered fill placed to aid in judging its suitability. dile suggest that at least one density test be performed for at least every 2,500 square feet of engineered fill placed for every 2' of fill depth. Additional tests should be taken where confined areas are compacted. Any proposed fill material should be submitted to the laboratory for tests to check compliance with our recommendations and project specification^. Form GECLOOS F -ler t rAl tt..Paul l� t.•i:r �E Iii. c., Rp. +zjajjw;t" `` :rXI The winter season in this aroa presents specific problems for foundation construction. Soil, that are allowed to freeze undergo a moisture volurne expansion, resulting in loss of density. These frost -expanded soils will consolidate upon thawing, causing settlement of any structure supported on them. To prevent this settlement, frost should not be allowed to penetrate into the soils below any propocad structure. Ideally, winter excavation should be limited to areas small enough to be refilled to grade higher than footing grade on the same day. Typically, these areas should be filled to floor grade. Trenching back down to unfrozen soils for foundation construction can then be performed just prior to footing placement. The excavated trenches should be protected from freezing by means of insulating or heating during foundation construction. Backfilling of the foundation trenches should be performed immediately after the below -grade foundation construction is finished. In addition, any interior footings or footings. designed without frost protection should be extended below frost depth, unless adequate precautions are taken to prevent frost intrusion until the building can be enclosed and heated. In many cases, final grade cannot be attained in one day's time; even though small areas are worked. In the event final grade cannot be attained in one day's time, frost can be expected to develop overnight. Leaving a layer of loose soil on top of the compacted material overnight can minimize the depth of frost penetration. However, any frost that forms in this loose layer, or snow that accumulates, should be completely removed from the fill area prior to compaction and additional soil placement. Frozen soils or soils containing frozen material or snow should never be used as fill material. After the structure has been enclosed, all floor slab areas should be subjected to ample periods of heating to allow thawing of the soil system. Alternatively, the frozen soil can be completely removed and be replaced with an engineered fill. The floor slab areas should be checked at. random .and representative locations for remnant areas of frost .and density tests should be performed is document fill compaction to slab placement. Due to the potential problems associated with fill placement during cold weather; a. full- time, on-site sails technician should monitor any filling operations. Full-time monitoring aids in detecting areas of frozen material, or potential problems with frozen material within the fill, so the appropriate measures can be taken. The choice of fill material is particularly important during cold weather, since clean granular fill material can be placed and compacted more efficiently than silty and clayey soils. In addition, greater magnitudes of heaving can bw expected with freezing of the more frost susceptible silts and clays. If more specific frost information or cold weather data concerning other construction materials is required, please contact us. Form csQ all January 31, 2013 Stantec Consulting Services, Inc. 2355 Highway 36 West St. Paul, Minnesota 55113 Tel: (651) 636-4600 Fax (651) 636-1319 Mr. Chris Long Stantec Consulting Services, Inc 2335 Highway 36 West St. Paul, Minnesota 55113 RE: Environmental Subsurface Evaluation New Hope 2013 Infrastructure Improvements New Hope, Minnesota 55428 Stantec Project #: /93801579 Dear Mr. Long: Stantec Consulting Services, Inc. (Stantec) has conducted an Environmental Subsurface Evaluation as part of New Hope 2013 Infrastructure Improvements (herein referenced as the Site). The objective of the Environmental Subsurface Evaluation was to further characterize the potential nature and extent of potential subsurface impacts beneath the existing road surface and aggregate sub -base at the Site in preparation for 2013 construction activities. Site Overview The Site is identified as the portion of Boone Avenue North between Bass Lake Road and 49th Avenue North, extending west on 4e Avenue North to the Highway 169 Service Road in New Hope, Minnesota. Key design components for this construction project will include pavement and roadway improvements and utility installation. A subsurface and geotechnical analysis for the Site was conducted by Element Materials Technology in November 2012, providing recommendations based on geotechnical information for the street improvements and utility construction. No laboratory analytical testing was completed during the November 2012 subsurface investigation. Scope of Work This Environmental Subsurface Evaluation is intended to identify potential environmental impacts at the Site and provide recommendations for future construction activities. The scope of work consisted of the following: Advance three test pits spatially across the Site to a depth of approximately 18 inches below ground surface (bgs); Collect soil samples from each test pit location for field screening and visual observation; and Submit one soil samples from each test pit location for laboratory analysis of petroleum constituents with reference to guidelines and criteria established by the Minnesota Pollution Control Agency (MPCA). January 31, 2013 Environmental Subsurface Evaluation New Hope 2013 Infrastructure Improvements — New Hope, Minnesota Page 2 of 4 The depth of each test pit was vertically extended to a point where native material was first encountered (i.e. below the bituminous surface and aggregate base). At each test pit location, this depth was confirmed to be at the 18 -inch depth interval. Field Screening Stantec field staff mobilized to the Site on December 14, 2012 to conduct the subsurface investigation. A total of three test pits (Subsurface 100, 200, and 300) were dug to a maximum depth of 18 inches bgs using a backhoe excavator provided by the City of New Hope; test pit locations were placed approximately equidistant across the Site along the shoulder of the roadway. Soil samples collected from these test pits were utilized to visually characterize subsurface soils following the Unified Soil Classification System (USCS) and collect soil samples for laboratory analysis. Each test pit was dug by first scraping away bituminous and aggregate base material and then excavating to the prescribed depth. Samples were collected using a stainless steel -shovel and placed into separate polyethylene bags; one bag was placed in a cooler on ice for laboratory analytical sampling, while the second sample was retained for headspace analysis. Headspace analysis was performed using a photoionization detector (PID) with a 10.6 electro - volt (eV) lamp and calibrated to an isobutylene standard gas. Following standard industry procedure, the headspace sample was allowed to equilibrate to ambient air temperature (approximately 10 minutes) prior to field screening. After headspace development, the probe of the PID was inserted into the polyethylene bag and the highest PID reading was recorded in parts per million (ppm). Table 1 illustrates PID readings at each sample location. Soil Sampling One soil sample from each test pit location was submitted for laboratory analysis. Soil samples were placed in laboratory -supplied containers immediately upon sample collection. Samples were submitted under chain -of -custody (COC) documentation to a Minnesota -certified laboratory for the following analysis: Volatile Organic Compounds (VOCs) using Environmental Protection Agency (EPA) Method 8260; Gasoline Range Organics (GRO) using the Wisconsin Modified GRO Method; Diesel Range Organics (DRO) using the Wisconsin Modified DRO Method; Polycyclic aromatic hydrocarbons (PAHs) using EPA Method 8270; and Resource Conservation and Recovery Act (RCRA) Metals by EPA Method 7471 and Method 6010. Soil Analytical Results Results of laboratory analysis were compared to the Tier 1 Residential Soil Reference Values (SRVs) established by the Minnesota Pollution Control Agency (MPCA). These soil reference values represent contaminant concentrations in soil at levels that are considered an acceptable risk under the residential exposure scenario. This exposure scenario was selected as a reference as it is the most stringent. In addition, analytical results were compared to the MPCA documents - Best Management Practices for the Off -Site Use of Unregulated Fill to determine MEZZ January31, 2013 Environmental Subsurface Evaluation New Hope 2013 Infrastructure Improvements — New Hope, Minnesota Page 3 of 4 the correct handling of subsurface soils. The field screening and contaminant concentration criteria for determining unregulated fill (defined by the MPCA as excess soil) are as follows: Free from solid waste, debris, asbestos -containing material, visual staining, and chemical odor; Organic vapors less than 10 ppm, as measured by a PID; For petroleum -impacted soil, less than 100 mg/kg of DRO/GRO; and For contaminants detected in soil, less than the MPCA Residential SRV. Based on laboratory analysis, analyzed constituents (with the exception of arsenic) were reported below the Tier 1 Residential SRV. Arsenic concentrations above the Tier 1 SRV of 5 milligrams per kilogram (mg/kg) were reported for the following samples: Subgrade 100 (18") at 6.8 mg/kg; Subgrade 200 (18") at 5.8 mg/kg; Subgrade 300 (18") at 7.6 mg/kg; However, as described in the MPCA guidance, "naturally occurring concentrations of some metals, such as arsenic, selenium, or copper sometimes exceed the SRV or Soil Leaching Value (SLV). Such soils are not considered impacted in the absence of a contaminant source or other field or laboratory indications of contamination." In addition, the Minnesota Department of Health (MDH) indicates that the potential for health risk with levels of arsenic in soil that range from 5 to 20 mg/kg are small. Further information provided by the MDH on the risks of arsenic can be found using the following link: NIP Dealth.state.mn.usldivsiehikizardous/to icslanl .h l Table 2 provides a summary of analytical concentrations for the analysis performed on soil samples collected during the December 14, 2012 field event. Discussion Analytical results from the December 14, 2012 soil sampling event were compared to criteria within the MPCA document — Best Management Practices for the Off -Site Use of Unregulated Fill to determine the correct handling of subsurface soils. In addition, once defined as unregulated fill, additional best management practices (BMPs) are recommended for the re -use ui iiii. These BiviFu, as dei -tried by ihv MPGA, are used Lu avoid poieniiai probiems or pubiic concern and include the following: • Avoid placing unregulated fill at schools, playgrounds, daycares, and residential properties. Unregulated fill is most suitable for use at industrial or commercial properties; • Avoid placing unregulated fill in gardens where food for humans/animal ingestion will be grown; Observe a minimum ten foot separation distance between unregulated fill and the water table; and • Avoid placing unregulated fill where contaminants may be transported by run-off to lakes, rivers, wetlands, or streams. January 31, 2013 Environmental Subsurface Evaluation New Hope 2013 Infrastructure Improvements — New Hope, Minnesota Page 4 of 4 Based on a comparison of the December 2012 sample results to the MPCA criteria, excess subsurface soils at the Site located within the 18 -inch depth interval can be classified as unregulated fill with respect to the BMPs listed above. Although detected concentrations were reported for arsenic above the Tier 1 SRV, these concentrations are considered to be naturally - occurring and fall within an acceptable range as determined by the MDH. As several locations were noted by Element Materials Technology to emit a "slight product odor' during the November 2012 geotechnical analysis, workers should work upwind of excavated areas when possible and utilize dust control measures as necessary. Subsurface soils at the Site located beneath the roadway at depths greater than 18 inches bgs that are disturbed during roadway improvements and utility installation were not investigated during this Environmental Subsurface Evaluation. Should excess material generated during construction activities from this horizon be considered as potential beneficial reuse material, it is recommended that soil sampling be conducted and analyzed utilizing the parameters listed above. Those excess materials exhibiting organic vapors greater than 10 ppm as measured by a PID, DRO concentrations in soil samples above 100 mg/kg, and contaminants detected in soil greater than the MPCA Residential SRV should not be classified as unregulated fill. It is recommended that workers involved in the roadway and utility improvements limit direct contact with these subsurface soils. Stantec appreciates this opportunity to provide environmental services to the City of New Hope. Please do not hesitate to contact either of the undersigned if there are any questions or additional information required. Sincerely, Stgntec. Consulting Services, Inc Andrew C. Riemer Alan Gorski Geologic Project Specialist Senior Scientist Tel: (651) 255-53960 Tel: (651) 255-3956 Cell: (651) 600-2308 Cell: (651) 343-9924 Andrew.RiemerAstantec.com Alan.Gorski@stantec.com Attachments: Table 1 — Photoionization Detector Results Table 2 — Soil Analytical Results Attachment A — Laboratory Analytical Data Reports Tables Table 1 Photolonization Detector Results City of New Hope 2013 Infrastructure Improvements Sample ID Sample Date Sample Depth (ft. bgs) Control Point (estimated) PID (ppm) Subgrade 100 (18") 12/14/2012 1.5 45+50 0.0 Subgrade 200 (18") 12/14/2012 1.5 14+00 0.0 Subgrade 300 (18") 12/14/2012 1.5 16+00 0.0 Notes: 1. ft bgs = feet below ground surface 2. PID = photoionization detector 3. ppm = parts per million Table 2 Soil Analytical Results City of New Hope 2013 Infrastructure Improvements Sample ID Analyte Subgrade 100 Subgrade 200 Subgrade 300 18") 18" 18" MPGA Tier 1 MPCA Tier 2 MPCA Tier 2 Sample Date 12/14/2012 12/1412012 12/1412012 Residential SRV Industrial SRV Short-term Worker SRV Sample Depth (ft b s) 1.5 1.5 1.5 Control Point 45+50 14+00 16+00 Metals Mercury <0.0021 <0.020 <0.021 1 15 04 Arsenic 6.8 5.8 7.6 5 2070 Barium 17.6 22.4 26.6 1,200 18,000 I Cadmium 0.15 9.9 0.13 25 20D WS Chromium 19.4 0.14 12.0 44,000 100.000 100,000 Lead 9.5 5.6 4.0 300 700 700 Selenium 1.5 1.5 1.6 160 1,300 1.400 Silver 1 <0.43 <0.40 <0.38 160 1,300 140.0 Select Volatile Organic Compounds Benzene <0.0218 <0.0214 <0.0203 6 10 2 Toulene <0.0546 <0.0535 <0.0507 107 306 2-15 Ethylbenzene <0.0546 <0.0535 <0.0507 200 200 , 015 1,2,4-Trimethylbenzene <0.0546 <0.0535 <0.0507 8 25 .0 1,3,5-Trimethylbenzene <0.0546 <0.0535 <0.0507 3 10 30 Total Xylenes <0.164 <0.161 <0.152 45 130 ,Ei3 i Diesel Range Organics Diesel Range Organics <9.0 <7.8 <8.3 NS* NS* NS-- S*Gasoline GasolineRange Organics Gasoline Range Organics <5.5 <5.4 <5.4 NS* NS* NS* Polycyclic Aromatic Hydrocarbons Acenaphthene <0.0107 <0.0105 <0.0105 1,200 5;260 _ J 000 Acenaphthylene <0.0107 <0.0105 <0.0105 NS NS 1<;O� I Anthracene <0.0107 <0.0105 <0.0105 7,880 45,40D loci q'in Benzo (a) anthracene <0.0107 <0.0105 <0.0106 NS NS ; Benzo (b) fluoranthene <0.0107 <0.0105 <0.0105 NS NS P. Benzo (k) fluoranthene <0.0107 <0.0105 <0.0105 NS NS I`1S Benzo (a) pyrene <0.0107 <0.0105 <0.0105 2 3 14 Benzo (g,h,i) perylene <0.0107 <0.0105 <0.0105 NS NS �.#r I Chrysene <0.0107 <0.0105 <0.0105 NS NS Dibenzo (a,h) anthracene <0.0107 <0.0105 <0.0105 NS NS s,aS Fluoranthene <0.0107 <0.0105 <0.0105 1,080 6.800.'ti3' Fluorene <0.0107 <0.0105 <0.0105 850 4,120 r,`4(1 Indeno (1,2,3 -cd) pyrene <0A107 <0.0105 <0.0105 NS NS N1 St Naphthalene <0.0107 <0.0105 <0.0105 10 28 !" Phenanthrene <0.0107 <0.0105 <0.0105 NS NS INS Pyrene <0.0107 <0.0105 <0.0105 890 5,8W Notes: 1. All concentrations reported in milligrams per kilogram (mg/kg) 2. ft bgs = feet below ground surface 4. MPCA SRV = Minnesota Pollution Control Agency Soil Reference Value 4. Concentrations in bold print indicate a value above the MPCA tier 1 Residential SRV 5. Concentrations in light gray shading indicate a value above the MPCA Tier 2 Industrial SRV 6. Concentrations in dark gray shading indicate a value above the MPCA Tier 2 Short-term Worker SRV 7. NS = Indicates constituent not currently regulated by MPCA SRV 9. * = Contaminant concentrations of less than 100 mg/kg for diesel range organics and gasoline range organics meet the criteria for unreg PPACIFIC CANADIAN t3 t7 MINIMUM SAFETY REQUIREMENTS FOR CONTRACTORS WORKING ON RAILWAY PROPERTY April 2007 Initialed by: Canadian Pacific's Minimum Safety Requirements for Contractors Working on Railway Property is the minimum safety requirements to be followed at all Times. Note -- Prior to the commencement of any work at the worksite, a local safety orientation must be conducted in conjunction with Canadian Pacific and shall include the following: • Hazard identification 1 risk assessment of hazards inherent in the work to be undertaken or generated by the work processes to be used. • Various controls used to mitigate risk of the hazards present both as a result of the railway and contractor work processes. • Local communication procedures including emergency call -out / response. • Local evacuation procedures. Initialed by. 2 TABLE OF CONTENTS SRIINTRODUCTION.......................................................................................................... 4 SR2GENERAL.....................................................................................................................4 SR3PERSONAL ATTIRE................................................................................................... 4 SR4 PERSONAL PROTECTIVE EQUIPMENT...............................................................4 SR5PERSONAL CONDUCT............................................................................................. 5 SR6 PROTECTION OF RAILWAY TRAFFIC AND PROPERTY ................................. 6 SR7 TRAIN MOVEMENTS AND WORKING NEAR TRACKS .................................... 7 SR8 TOOLS, EQUIPMENT AND MACHINERY.............................................................. 9 SR9CRANES......................................................................................................................10 SR10 CLEANUP, ENVIRONMENT AND FIRE PREVENTION....................................11 SRI I HAZARDOUS MATERIALS and RESPONSIBLE CARE..................................11 SR12 FIRST AID, INCIDENT AND ACCIDENT REPORTING ..................................... 12 SR13JOB BRIEFINGS....................................................................................................... 13 SRI CONTRACTOR SAFETY POLICY.........................................................................14 SRI CONSTRUCTION SAFETY PLAN......................................................................... 14 SR16 COMPLIANCE WITH SAFETY REQUIREMENTS ............................................. 16 TABLE A - EMERGENCY INFORMATION SHEET inNialad by: 3 SR1 INTRODUCTION 1.1 At Canadian Pacific ("CP'), safety is an integral part of the way we do business. We expect everyone working on Canadian Pacific's property (`Railway property") to be unconditionally committed to safety. Safety must be given top priority and will take precedence over deadlines, production schedules, and all other considerations. SR2 GENERAL 2.1 The Contractor shall be solely responsible for the safety of its agents, employees and subcontractors ('Contractor Personnel'). 2.2 The Contractor shall comply with all applicable health and safety legislation, regulations and codes applicable to the work. 2.3 The Contractor shall ensure that all Contractor's Personnel comply with the following safety requirements when working on Railway properly. The Contractor shall have a copy of the following documents on site at all times: 2.3.1 Canadian Pacific's Minimum Safety Requirements for Contractors Working on Railway Property. 2.3.2 Contractor's construction safety plan pursuant to section SR15 (if applicable). 2.3.3 Contractor's Emergency Information Sheet pursuant to section SRI 5. 2.3.4 Contractors safety policies, rules and work procedures pursuant to SR14. 2.4 Access to Railway property for any Contractor Personnel is at CP's sole discretion. Such access is only for the purpose of Contractor Personnel performing services for CP, and only for the duration of Contractor's contract with CP. The Contractor shall ensure that Contractor Personnel wear appropriate Contractor photo identification and/or visitor tags while on Railway property, and have appropriate documentation to verify the services being performed for CP. The Contractor shall ensure that Contractor Personnel comply with CP's instructions regarding security restrictions or other restrictions resulting from emergent conditions. SR3 PERSONAL AT11RE 3.1 The Contractor shall ensure that Contractor Personnel wear clothing required by applicable legislation, regulation and codes and is suitable to perform job functions safely, protect against hazards to the skin and adequate for existing weather conditions. SR4 PERSONAL PROTECTIVE EQUIPMENT 4.1 The Contractor shall ensure that Contractor Personnel wear personal protective equipment required by applicable legislation, regulations, codes and as necessary to protect against personal injuries while on Railway property, and in accordance with this Article SR4. All personal protective equipment shall be approved by the Canadian Standards Associations (CSA) or by the American National Standards Institute (ANSI), and shall be in good condition and be properly fitted. Initialed by: 4 4.2 The following mandatory protective equipment shall be supplied by the Contractor at its own expense, and Contractor shall ensure that it is worn by Contractor Personnel on Railway property: 4.2.1 Safety hard hat shall be worn at all times, except inside enclosed vehicles or equipment. 4.2.2 Safety boots shall be worn at all times. They must have puncture resistant soles and meet CSA Z195 Grade One Green Triangle (Canada), or US ANSI Z41, Section 5 standards. 4.2.3 Safety glasses with permanently attached side shields that meet CSA Standard 94.3 (in Canada) and ANSI Standard 87.1 (in the US) must be worn at all times, except inside office buildings:' and inside enclosed cabs of vehicles. 'Safety glasses as spedfied above must be carom in office buildings, if the task being performed, results in a risk of injury to the eyes (i.e. construction related tasks, working with electrical hazards, etc.). Additional eye and face protection equipment is to be worn as determined necessary by the Contractor, based upon the contractors risk assessment. Under special circumstances, whereby, the wearing of safety glasses will hinder specialized work being performed by the contractor or that the safety can be improved for the contracted employee(s) by varying from the standard outline above, the wearing of such will be determined by the Contractor, based upon the contractors risk assessment. 4.2.4 Hearing protectors shall be worn in all designated locations and as required by any applicable governing legislation, regulations, and codes. 4.2.5 Appropriate respirators shall be worn whenever work processes create airborne particulates (i.e. dust, mist, vapour or fumes). 4.2.6 High visibility fluorescent work wear with reflective striping (CSA (Canada) or ANSI (US) approved preferred) shall be wom when -on Railway property. High visibility work wear must not be covered by other clothing or equipment, except where necessary for safety reasons such as where fall protection or pole climbing equipment is being used. SRS PERSONAL CONDUCT 5.1 Entry upon Railway property when in possession of, or under the influence of intoxicants, narcotics, controlled substances or medication which may in anyway adversely affect alertness, concentration, reaction response time or safety is prohibited. Contractors must have appropriate programs and processes in place to ensure that Contractor Personnel are in compliance with this requirement. 5.2 Possessing or using any alcoholic beverage or drug is prohibited when working on Railway property: Initialed by: 5,3 CP is committed to providing and maintaining a work environment that supports the dignity of all individuals and will not tolerate any discrimination, harassment or violence in the workplace. Contractor shall ensure that Contractor Personnel conduct themselves in a manner consistent with these principles. 5.4 Smoking is prohibited in all buildings and on all Railway property, except where CP management has designated an outdoor smoking area. SR6 PROTECTION OF RAILWAY TRAFFIC AND PROPERTY 6.1 The work shall be organized and executed in such a manner as to ensure no interference with the regularity and safety of railway operations. No step in any sequence of operations which might either directly or indirectly affect the regularity or safety of railway traffic shall be started until approval of the project manager has been obtained. No temporary structure, materials, or equipment shall be permitted closer than 12 feet (3.66 meters) to the nearest rail of any track without prior approval in writing of the project manager. 6.2 No work shall be done on or above, or use made of, any trackage without approval by the project manager and then only under the direct supervision of a qualified CP flagperson, or unless they are specifically authorized and qualified to perform said work. 6.3 The Contractor shall, at all times, conduct its operations in a wholly responsible manner to avoid damage to the CP's trackage or properly. 6,4 Signs, signals and flags necessary for the safe operation of the railway shall not be obstructed, removed, relocated, or altered in any way without proper authorization. Blue flag protection on tracks signifies CP employees are on, under or between rolling stock equipment. Blue flags are important safety devices and must not be touched or obstructed. 6.5 Only qualified personnel are permitted to operate switches, derails, electric locking mechanisms or other appliances. The Contractor shall keep equipment, material and Contractor Personnel clear of this equipment at all times. Neither the Contractor nor Contractor Personnel shall operate or tamper with any signal or communication systems or any other railway safety devices unless specifically authorized and qualified. 6.6 While railway traffic is passing through, within 50 feet of the work area, the mechanisms for securing rotating equipment must be used to prevent rotational movement. Buckets on shovels must be lowered to the ground to rest. Operators shall get out of their equipment and position themselves in a safe area 20 feet from the track as a minimum where possible. When working in multi -track territory Operators shall exit to the non -live side of the track and position themselves in a safe area 20 feet from the track as a minimum where possible (do not stand on or between adjacent tracks). 6.7 Construction equipment parked on Railway property on nights or weekends shall be secured in a safe position well clear of all tracks to prevent accidental contact with trains and moving equipment and to not restrict train crew sightlines. As much as possible, materials shall be stored in locations where they are not subject to public viewing in Initialed by. 6 order to prevent vandals from using them to cause derailments or damage to Railway property. Scrap materials shall be disposed of as soon as possible. The Contractor shall consult with CP personnel to determine the best location to stare equipment and materials. 6.8 Before starting excavation operations, the Contractor shall ascertain that there are no underground wires, fibre optic cables, pipelines or other facilities which could be damaged or, if present, that such installations are properly protected. Fibre optic cables are present on most segments of the right-of-way. Prior to commencing any excavation, the Contractor shall contact the proper authority to obtain the necessary permit and to locate and protect such cables. Excavations shall not be left unattended unless they are properly protected; and the CP supervisor shall be notified. 6.9 Railway pole lines carry electric power and should be treated as any other power lines. 6.10 Any Contractor Personnel discovering a hazardous or potentially unsafe condition which may affect the safe passage of railway traffic must advise CP immediately: In Canada — Network Management Centre (NMC) Calgary 1-800-795-7851 In the US — Operations Centre Minneapolis —1-800-SOO-HELP (1-800-766-4357) SR7 TRAIN MOVEMENTS AND WORKING NEAR TRACKS 7.1 The Contractor shall ensure that all Contractor Personnel are aware of and comply with the following safety rules which apply to working near railway tracks: 7.1.1 Personnel shall be alert to train movement shall expect the movement of trains, engines, cars, or other moveable equipment at any time, on any track, and in any direction, even cars on sidings that appear to be stationary or in storage. Stay at least 50 feet (15 meters) away from the ends of stationary cars when crossing the track, and never climb on, under or between cars. To cross tracks, personnel shall look both ways, and if the tracks are clear, walk at a right angle to them. 7.1.2 Personnel shall not rely on others to protect them from train movement. The responsibility is theirs for safety on the railway. 7.1.3 Personnel shall not stand on the track in front of an approaching engine, car or other equipment. 7.1.4 Personnel shall be aware of the location of structures or obstructions where clearances are close. 7.1.5 Personnel shall not stand or walk on railroad tracks, either between the rails or on the ends of ties unless absolutely necessary. Personnel shall stay clear of tracks whenever possible. Initialed by: 7 7.1.6r.....:-:-;rWithin the United States, "ON TRACK SAFETY' rules apply. This is a set of rules, which were developed and promulgated by the Federal Railroad Administration (FRA 49 CFR Part 214, Subpart C - Roadway Worker Protection Regulations). The On Track Safety rules apply to contractors to a railroad who perform inspection, maintenance or repair to railroad facilities. These rules and procedures must be complied with to work on or near Railroad property. Specific training and obedience to these rules and procedures are a requirement of the FRA. Significant willful fines can result from the violation of these rules. ..=.T- Please refer to Canadian Pacific's General Requirement for Contractors On Track Safety Procedures. Contractors will not be allowed to foul a track unless: o They have been properly advised of the On Track Safety awareness procedures; o A railway employee who is qualified to provide protection is present at the work site. Fouling Track - The placement of an individual or an item of equipment in such proximity to a track that the individual or equipment could be struck by a moving train or track unit or in any case within four (4) feet of the held side of the nearest rail. 71.7 No work activities or processes are allowed within 50 feet (15 meters) of the track centerline while trains are passing through the work site unless specifically authorized. Personnel shall always, where possible, stand at least 20 feet back from the track(s), to prevent injury from flying debris or loose rigging. Also, personnel shall observe the train as it passes and be prepared to take evasive action in the event of an emergency. 7.1.8 Personnel shall not remain in a vehicle that is within 50 feet (15 meters) of a passing train, and shall not drive near moving trains. Personnel shall move vehicles away from the tracks at least 50 feet (15.24 meters) unless specifically authorized, or park the vehicle away from the tracks and walk to a safe distance whenever trains pass. 71.9 Personnel shall not stand on or between adjacent tracks in multiple track territory when a train is passing. Personnel shall be especially alert in yards and terminal areas as engines may be pushing cars, cars may be moving without any engine attached and engine/cars change tracks often. 7.1 10 Personnel shall not walk, stand or sit on the rails. As the rail surface can be extremely slippery, personnel must step over the rails when crossing tracks. Personnel shall also be aware railway ties can also be slippery and that railway ballast can shift while walking on top of it. Personnel shall stay away from track switches as remotely operated switch points can move unexpectedly with enough force to crush ballast rock. Initialed by. 8 Personnel shall stay away from any other railway devices they are unsure of. Personnel shall not disturb or foul the ballast at any time. 7.1.11 Personnel shall not foul the track with any piece of equipment without a CP flagperson and proper protection. 7.1.12 Certain projects will require the assistance of a qualified flagperson. The decision as to where flagpersons are required rests with CP. One week advance notice is required before entering Railway property so that flagging protection requirements may be determined and arranged for. 7.1.13 Good communication between Contractor Personnel and CP's flagperson is imperative. Everyone must have knowledge of the flagging limits, time limits and location to clear for any train movements. CP's flagperson will be responsible for clearing any movement of workers and equipment near the tracks, no matter how minor. 7.1.14 Contractor Personnel shall not interfere with a CP's flagperson who is communicating by radio with the dispatcher or other CP employees. Personnel shall wait until the flagperson is finished and able to give them full attention. Personnel shall not assume a move is cleared by something overheard on a radio conversation. 7.1.15 Personnel shall not move equipment across the tracks except at established road crossings, or unless under the protection and authorization of a CP flagperson and only if the job site has been properly prepared for such a move. Tracked equipment will require a CP flagperson any time railroad tracks are crossed. 7.1.16 Personnel shall not move equipment across railroad bridges or through tunnels, except as expressly agreed by CP, and under such conditions as stipulated by CP, including without limitation, a CP flagperson. 7.1.17 The Contractor shall keep all Contractor personnel Informed of current weather conditions. Personnel shall stay alert for possible high water conditions or flash floods. During severe weather conditions: Personnel shall be prepared to take cover in the event of a tomado. • Personnel shall not work while lightning is occurring; • If storm conditions arise unexpectedly, Contractor Personnel shall ensure that equipment is in the clear of the tracks and secured before seeking cover. Contractor Personnel shall stay away from railroad tracks when visibility is poor, such as during fog or blizzard conditions_ SR8 TOOK, EQUIPMENT AND MACHINERY 8.1 All Contractor equipment, machinery and highway vehicles must: Initiated by. 9 • Be in good working order (including lights and safety devices such as back-up alarms) and properly serviced and maintained; Be safe for their proposed use; Be equipped with appropriate emergency equipment (examples include fire extinguisher, first aid kit;) based upon Contractors risk assessment; Comply with all applicable legislation, regulations and codes. 8.2 Drivers of highway vehicles must be in possession of a valid driver's license of the proper class of the vehicle being operated. The use of seat belts is mandatory for all drivers and passengers. Operators of vehicles and construction equipment must keep their headlights on at all times and observe all facility/area's speed limits and traffic rules. Unless otherwise posted, the speed limit on the CP's roads is 15 mph (24 km/h) or less as conditions warrant. 8.3 Unless authorized in writing, contractors' employees are not permitted to operate or ride on any CP rolling stock and shall not be carried in CP vehicles except in case of an emergency or unless specifically authorized. 8.4 Tools must be used only for the purpose for which they are designed. Defective tools must be repaired or replaced. 8.5 Machinery and equipment must be operated and maintained only by persons properly trained and qualified for that duty. 8.6 All equipment shall be in compliance with applicable legislation, regulations and codes and be equipped with appropriate safety apparatus. In particular, all mobile equipment, including excavators, shall be equipped with beacons and backup alarms. 8.7 The Contractor shall provide adequate lighting when performing work between sunset and sunrise. 9.1 The Contractor shall ensure that its cranes and their operation by Contractor Personnel are in compliance with applicable legislation, regulations and codes and be equipped with appropriate safety apparatus. A copy of the latest annual crane inspection shall be provided to CP prior to the commencement of work. 9.2 All cranes shall be equipped with anti -two -blocking devices and safety latches on every hook. 93 All lifting apparatus such as steel cables, nylon slings, chains, shackles, etc., must be safety certified. 9.4 The Contractor shall conduct any work in proximity to power lines in such a manner that permits/procedures as required under applicable legislation, regulations and codes are adhered to. Initialed by: 10 9.5 While railway traffic is passing through the work area, loads on cranes must be lowered to the ground to rest. Cranes without bucket or load must have their load line tightened or retracted to prevent movement. 9.6 Cranes parked on Railway property on nights or weekends shall be secured in a safe position well clear of all tracks to prevent accidental contact with trains and moving equipment and to not restrict train crew sightlines. Consult with CP personnel to determine the best location to store equipment and materials. Crane booms shall be lowered onto ground supports so that it will be impossible for them to rotate and cause a track to be fouled. SR10 CLEANUP, ENVIRONMENT AND FIRE PREVENTION 10.1 The Contractor shall take care to avoid any hazardous, unsafe, unhealthy or environmentally unsound condition, activity or spill on Railway property. The Contractor shall maintain Railway property in a tidy condition and free from the accumulation of waste products and debris. The Contractor shall not permit any debris, products used in the work, or water used to rinse out equipment, to be discharged or spilled on Railway property or into any adjacent lands, ditches, streams, ponds, sewers, etc. 10.2 The Contractor shall ensure that Contractor Personnel take all necessary precautions to prevent fires. All flammable material such as paper, rubbish, sawdust, oily or greasy rags, etc. must be kept away from buildings, structures and other facilities subject to fire damage. All flammable material must be disposed of daily by Contractor. 10.3 Storing or transporting fuel or gasoline in unapproved containers is prohibited. 10.4 If possible, the use of cutting or welding torches must be avoided during the last one-half hour of shifts. 10.5 Suitable, charged fire extinguishers and/or full water pump cans must be readily available at all times on the work site. Where the Contractor is -working on the right-of- way or other property where a fire risk exists, the Contractor shall have appropriate fire prevention and suppression plan (including emergency numbers for CP, local firefighters and fire control districts) as well as such additional fire fighting equipment and trained Contractor Personnel on site, as required by provincial regulations, codes and guidelines. 10.6 CPR's representative must be advised promptly of any fire. Such fire must be fully extinguished or protection provided prior to leaving the work site. 10.7 Upon completion of the work, the Contractor shall remove his surplus materials and equipment from Railway property. The Contractor shall also remove all waste products and debris, including rinse out water, and leave Railway property clean and suitable for occupancy. SR11 HAZARDOUS MATERIALS and RESPONSIBLE CARE 11.1 If chemicals are required by the Contractor to carry out its contractual obligations, the Contractor must ensure that the transport, label, use and storage of any chemicals are in accordance with all applicable laws, regulations and codes. Initialed by: I 1 11.2 For all chemicals to be used, the Contractor must have available on site the latest Material Safety Data Sheet (MSDS) and provide CP with a list of employees' names who have been trained in Workplace Hazardous Materials Information System (WHMIS), or in OSHA's Hazard Communication Standard. 11.3 A current emergency response plan must be maintained by the Contractor and made available upon request to CP. Emergency response plans must include at a minimum: i Contractor reporting procedures in the event of an incident or spill; Emergency response contacts and phone numbers; Incident reporting phone numbers including phone numbers for CP incident reporting and local CP personnel. Any Contractor Personnel discovering a hazardous or potentially unsafe condition which may affect the safe passage of railway traffic or reporting an emergency or spill must advise CP immediately at: In Canada, Network Management Centre (NMC) Calgary 1-800-795-7851 In the US, Operations Center Minneapolis —1-800-SOO-HELP (1-800-766-4357) Canadian Pacific Police Services —1-800-716-9132 11.4 In the event of an incident or spill, The Contractor must take all reasonable actions to contain the spill and respond in accordance with its emergency response plan. 11.5 The Contractor shall dispose of all chemicals and surplus waste materials in accordance with all relevant legislation, regulations and codes. 11.6 In addition to compliance with all applicable legislation, regulations and codes and as part of CP's commitment to Responsible Care (an initiative by the chemical industry to which CP is a Responsible Care partner), contractors must have appropriate systems and controls in place to mitigate potential environmental, health and safety risks while using chemicals on Railway property. CP will provide Contractor with information regarding Responsible Care upon request from Contractor. SR12 FIRST AID, INCIDENT AND ACCIDENT REPORTING 12.1 The Contractor must have a first aid kit, of a size suitable for the crew, available in the immediate vicinity of the work site. It must be examined by the Contractor prior to the commencement of work, after each use and regularly each month to ensure that it is properly equipped. Any missing or altered articles must be promptly replaced by the Contractor. 12.2 Where required, other first aid equipment such as stretchers, emergency showers, eye wash stations, etc. must be made available by Contractor at the work site. Initialed by: 12 12.3 All accidents, personal injury, occupational illness, damage to Railway property or customer property, and incidents, such as environmental spills, must be reported promptly by the Contractor to CP. The Contractor shall provide CPR with as much detailed information as possible, including: • Time of incident; • Location of incident; • Extent of injuries and/or damage; Description of incident including the cause of incident, if known; and Contractor's name and telephone number. Canadian Pacific Emergency Numbers In Canada, Network Management Centre (NMC) Calgary 1-800-795-7851 In the US, Operations Center Minneapolis —1-800-SOO-HELP (1-800-766-4357) Canadian Pacific Police Services —1-800-716-9132 In the event of an environmental spill or any spill that could have a negative impact on the environment, the Contractor shall also provide CP with the following infonnation: • Description of location and surrounding area, including any sensitive environmental areas nearby (e.g., rivers, parks, sewers); • Type and quantity of substance released; • Cause of spill or deposit, if known; and • Details of any immediate action taken or action proposed to be taken to contain spill and recover substance. 12.4 Security concerns and security incidents (i.e. theft, vandalism, bribery, stalking, assault or other incidents that may cause injury or property damage, or involve criminal activity) must be reported by Contractor to the Canadian Pacific Police Service 1-800-716-9132. SR13 JOB BRIEFINGS 13.1 When required by CP or by the Contractor,.a job briefing must be conducted. 13.2 The Contractor Personnel performing services on Railway property must participate in the job briefing and any such individuals who are not able to be present at the main briefing, must attend a separate briefing. Contractor must ensure that all Contractor Initialed by: 13 Personnel on the work site understand the content of the job briefing. CP representative(s) or designates may attend at CP's sole discretion and shall. include the participation of the CP Flagperson if present at the worksite. 13.3 The following topics should be covered in the job briefing: • Tasks to be accomplished; • Work location; • Contractor Personnel responsibilities; Equipment to be used; • Speck safety reminder due to a hazardous condition; Identification of all potential hazards specific to the area(s) in which they will be working and the tasks they are performing; • Special instructions due to an unusual situation or practice; • Type of track protection along with it's time and physical limits and identification of CP's employee responsible for the protection; • Emergency response plantevacuation procedures. SR14 CONTRACTOR SAFETY POLICY 14.1 Prior to the commencement of any work, the Contractor shall provide CP with its applicable safety policies, rules and procedures. SR15 CONSTRUCTION SAFETY PLAN 15.1 Prior to commencement of any construction work, the Contractor shall provide CP with a Construction Safety Plan. 15.2 The Construction Safety Plan shall: 15.2.1 List and define the construction methods that will be used for each major phase of the work and describe the process and safety procedures to be incorporated. 15.2.2 Integrate the necessary safeguards to be implemented in the work's planning schedules. 15.2.3 List all safety activities and their frequency including: Contractor Personnel's Review of: ■ Canadian Railway's Minimum Safety Requirements for Contractors Working on Railway Property; Initiated by. 14 ■ Contractor's Safety Plan; Contractor's Emergency Information Sheet, and Emergency Response Plan; • Contractor Personnel Orientation Meetings; • Site Hazard Assessments; • Site Inspections and Monitoring; • Safety Meetings. 15.2.4 Provide for each piece of heavy equipment to be used, such as loaders, excavators and cranes, a summary of the Contractor Personnel's experience, past performance and safety tests, and list of previous accidents resulting from the equipment's operation. 15.2.5 Provide the layout of temporary construction buildings and facilities, including how the Contractor will ensure safe use. 15.2.6 Provide details of emergency procedures for work near or over water. Emergency equipment such as ring buoys, floating vests and, if physically possible, a powered boat must be readily available in the downstream vicinity of the work site. 15.2.7 Provide details of safety procedures for blasting work. Explosive materials must be handled, stored and used in accordance with all applicable legislation, regulations and codes. 15.2.8 Provide details of safety procedures for work in confined spaces including: + Atmosphere test results; Evaluation of hazard within the confined space; • Procedures for entering/existing the confined space; • Required protection equipment; Emergency procedures and equipment. Prior to entry of any Contractor Personnel into a confined space, Contractor shall conduct such testing, and obtain such permits as required under applicable legislation, regulations and codes. Contractor shall ensure Contractor Personnel wear such additional protective equipment as determined necessary by the Contractor, based upon the Contractor's risk assessment of the space (examples include full body harness, approved respirators, etc_). Initialed by. 15 15.2.9 Provide the layout of cranes, proposed lifting procedures and other pertinent information such as cranes' capacity charts, working radius, loads, possible obstacles or site restrictions, etc. 15.2.10 Provide an Emergency Information Sheet for notifying medical assistance, emergency transportation and direction of rescue operations, including the information identified in appended Table A. Copies of this document shall be present on site at all times and be in a location readily accessible to all Contractor Personnel on the site. Its content shall be reviewed at the beginning of each week and when job location changes. The Contractor must ensure that all Contractor Personnel on the work site are familiar with its contents. 15.3 The Safety Plan shall also include drawings and specifications prepared, sealed and signed by a qualified professional engineer, for each of the following items, whenever applicable to the work: 15.3.1 Details of the design, erection, use and inspection of fall prevention structures such as scaffolding, work platforms and other staging. These are mandatory wherever Contractor Personnel are working at heights in excess of 8 feet (2.44 meters), in Canada or 10 feet (3.05 meters), in the USA, above the nearest permanent safe level or where a drowning hazard exists. This requirement does not apply where pre-engineered scaffolding is used as a fall prevention device; provided it is used in accordance with the manufacturer specifications and is designed to meet all applicable legislation, regulations and codes_ Details of fall protection systems when it is physically impossible to provide safe fall prevention structures or when working on a temporary structure more than 20 feet (6.10 meters) in Canada and as per health and safety legislation, regulations and codes applicable to the work in the US, above the nearest permanent safe level. Personal fall protection equipment shall include a CSA or ANSI approved full body harness, lanyard and shock -absorbing. device, attached to a CSA or ANSI approved or engineered anchored lifeline or fixed anchor. The system shall also provide a retrieval device or equipment readily available on the work site. Safety nets are acceptable in lieu of personal fall protection equipment, if it is impracticable to use a fall protection system. The Contractor shall also provide a fall rescue pian to be used in accordance with anv fall protection plan as required. 15.3.2 Details of shoring systems for excavations, which may endanger nearby Contractor Personnel or structures. Shoring systems shall be designed to comply with applicable legislation, regulations and codes. Excavations must be properly covered or barricaded with appropriate reflective equipment. Lights or flares must be used where practicable. SR16 COMPLIANCE WITH SAFETY REQUIREMENTS 16.1 If ever the Contractor's Personnel do not comply with the safety requirements, the Contractor's site supervisor will be reminded of the requirements by the CP's representative. If Contractor Personnel refuses to comply with the safety requirements, the Contractor will be required to ensure that such Contractor Personnel immediately Initialed by. 1 leave the property, failing which CP maintains the right to require the Contractor Personnel to immediately leave the property. Any working procedures not conforming to the safety requirements will result in the closing down of the work site. 16.2 CP will not accept any claims for delays or lost time due to safety compliance or procedures issues. The above provisions and requirements may be amended from time to time by Canadian Pacific. Initialed by: 17 TABLE A- EMERGENCY INFORMATION SHEET WORK SITE INFORMATION Work Site Location: (Mileage, Subdivision) (Address, Number and Street) Contractor' Supervisor: (Name) (Title) Site Telephone: Emergency Site Access Route: (Provide sketch -showing access roads, physical landmarks to guide EMS to location) Nearest Town: Certified First Aid Attendant: Location of First Aid Supplies at Site: Location of Fire Extinguishing Equipment: EMERGENCY CONTACT INFORMATION EMERGENCY CONTACTS PHONE LOCATION Railway Traffic Controller: ( ) Firefighter: { } Police: ( ) Ambulance: { ) Hospital: { ) Physician: { ) Aircraft Service, (if applicable): ( } Watercraft Service, (if applicable): Stretcher location at site: ( } Location of WHIMS data sheets: Type and location of retrieval systems at bridges, (if applicable): ( ) Type and location of emergency equipment for work near or over water, (if applicable): { Employee(s) responsible for rescue operations, (If applicable): ( ) Designated Evacuation Vehicle: { } Emergency Evacuation Route, (Provide sketch): { ) UTILITIES INFORMATION UTILITIES CONTACT PHONE LOCATION Natural Gas: { ) Electrical: { ) Fibre Optic Line: Water & Sewer: ( ) Telephone: ) Cable System: { ) Qualified employee(s) in: Confined Space Entry, (if applicable): { Equipment requirements for Confined Space Entry, (if applicable): { j Initialed by: All job sites will be open to audits by CP Safety and Health representatives. Lute: Signed: Contractors Supervisor 1nith*,j bar THIS BID IS SUBMI17ED TO: City of New Hope City Hal 4401 Xylon Avenue North New Hope, MN 55428 BIDDFA S.R. ','fie i?fie , Inc. DOCUMENT 00 4110 BID FORM 2013 INFRASTRUCTURE IMPROVEMENTS STANTEC PRO]ECr NO,193801579 NEW HOPE, MINNESOTA 2013 1.01 The undersigned Bidder propos and agrees, if this Bid is accepted, to enter into an Agreement with Owner In the form included in the Bidding Documents to perform all Work as specified or Indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the instructions to Bidders, Including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 50 days after the Bid Opening, or for such longer period of time that Brdder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that Bidder has examined and carefully studied the Bidding Documents, the other related data Identified in the BiddingDocu fallowing Addenda, receipt of all which is hereby admowledged: its. and the A B Addendum Ulte March 11, 2013 March 14, 2013 B. Bidder has visited the Site and become familiar with and Is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect dost:, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of exPkxattons and tests of subsurface conditions at, or contiguous to, the Site and all drawings of physical conditions in Or relating to existing surface or subsurface structures at, or contiguous to, the Site (except Underground Facirrties) which have been identified in SC -4.02, and (2) report, and drawings of Hazardous Environmental Conditions that have been Identified in SC -4.06. E. Bidder has obtained and carefully studied (or aompts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs kradent thereto, F. Bidder does not consider that any further examinations, investigations, explorations, tests, studle% or data are necessary for the determination of this Bid for performance of the Work at the price(s) Sid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated In the Bidding Documents. 0 2013 Star4er: 1193801579 00 4110 - i SIP FORM H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and date with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or disaepandes that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J` The Bidding Documents are generally sufficient to Indicateand convey understanding of ail terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of Its authority to do business in the state where the Project Is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. The prices In this Bid have not or will nut be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. No aMKnpt has been made or will be made by the Bidder to induce any other person or firm to submit or not W submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Owner's di wftn, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by dear and convincing evidence to be Intentionally raise and made with actual malice. Nothing in this paragraph Is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Dotumenis for the foiieswing price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with Paragraph 11.02 of tate General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.6 of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. Q 2013 Stsntec 1193801579 004110-2 alb fMM No. Item Units Qty Unit Price Total Price BASE BILI: 1 MOBILIZATION LS 1 S 2 PORTABLE TOILETS EA 5 $ J3 : 00 S cin 3 CLEARING TREE 9 $ 3100. S ,p 4 GRUBBING TREE 9 s -10 -co $ 9110. CLQ 5 CLEARING AND GRUBBING LS 1 $ _$d0 . C= $ 1pQ. 00 t:. PAVEMENT MARKING REMOVAL LF 260 $ it a $ _t5340 A pQ 7 REMOVE CONCRETE CURB AND GUTTER LF 12,298 $ S.00 $ $114,60 8 REMOVE SEWER PIPE (SANITARY) LF 900 $ 2I. MCF, $ ,Aj I. , an 9 REMOVE SEWER PIPE (STORM) LF 1,953 $ _ a.,y w, 10 REMOVE CONCRETE SIDEWALK SF 18,572 $ C3. a O $ 11 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 550 $ S 010 12 REMOVE BITUMINOUS PAVEMENT SY 37,624 $aZ. Q,'"� $ I at. ;,p 13 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 1,592 S $ Co 14 REMOVE AND REPLACE CASTING AND RINGS EA 53 $ i $ -7 (D t . Qp 15 REMOVE SANITARY MANHOLE EA 3 $ y 4 Cy0 $ 16 REMOVE STORM MANHOLE OR CATCHBASIN EA 64 $,ate $ —al � cks'(e , ate 17 REMOVE WATER VALVE MANHOLE EA 5 $ -4-8- 25 - 00 $ _, '111:1-- CKj 18 REMOVE HYDRANT EA 15 $ . +� %' r C� $ d r C]b 19 REMOVE VALVE AND BOX EA 35 $ 110,00 $ oly, CC 20 SAWING BITUMINOUS PAVEMENT LF 1,280 $ 3.1$r $ p ,per 21 REMOVE SIGN EA 161 S _ Adr, *0� $ 4,6na,po 22 REMOVE SANITARY CONE SECTION & ABANDON EA 1 $ 0121.00 $ 23 SALVAGE AND REINSTALL MAILBOX EA 8 $ . 16'b -(Do S CIO .CICO 24 SALVAGE AND REINSTALL SIGN EA 31 $ _4 00 . C00 25 REMOVE RAILROAD TRACK, TIES AND BALLAST LF 54 $ _, .S. ya $ � O d 0 2013 SWntac 1193801579 004110-3 BID FORM No. item Units RtY Unit Price Tota! Price 26 ABANDON EXISTING SANITARY SEWER FORC EMAIN LF 375 $ ,.:g;+ Z;S $:�•3 9 -S. `j45' 27 ABANDON SANITARY SEWER PIPE LF 245 $ V5 • $..dia.r�4 28 ABANDON WATERMAIN LF 9,760 $ $ 29 ABANDON WATER SERVICE LF 780 $ 7 Oji, s.CR] 30 COMMON EXCAVATION (EV) CY 31,574 $ 7-1-5-iS $ —atm�-57 ►O 31 TOPSOIL BORROW CY 3,300 $ ell +C -IM $ o4 32 CONSTRUCT RAIN GARDEN LS 1 $ 5 4= $ bQ 33 GEOTE)MLE FABRIC TYPE V SY 37,624 $ r � $ �ss0�� �. 4 0 34 GKn-B TILE FABRIC TYPE V, RAIN GARDEN. SY 250 $ $ 35 SELECT GRANULAR BORROW (MODIFIED) TON 42,700 $ 9 $ 1. 3b: Co 36 BOULEVARD EXCAVATION 5Y 1,600 $ .'%� $ 10,' 2p. ob 37 STREET SWEEPER WITH PICINP BROOM) HR 170 $ 3 Xy- 140 o Q* 38 WATER FOR DUST CONTROL MGAL 800 $ is+CI') $ zo, !I oo. Cp 39 AGGREGATE BASE, CLASS 5 TN 29,014 $ - IrQ' sZC:Sr $ 40 OPEN GRADED AGGREGATE BASE TN 1,045 $ +m $ �,GsO. bC1 41 MILL BITTUMINOUS SURFACE (2') SY 58,995 $ O.' ib $ o*A 10 42 BITUMINOUS MATERIAL FOR TACK COAT GAL 6,992 $r 3 . $ Qc �i la " � 43 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 17,347 $ P $ 71� S, Q , 44 TYPE SP 12.5 NONWEARING COURSE MIXTURE (4,B) TN 10,830 $ . 4 $ G1 lc igr?1, UG 45 TYPE SP 12.5 BITUMINOUS MIXTURE FOR PATCHING (4,B) TN 3,764 $ % �°; $00 46 TYPE SP 9.5 BITUMINOUS MDCTURE FOR DRIVEWAYS (2,B) TN 180 $ 5 5 $ 2 - hirt T 47 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL (2,B) TN 200 $ 1T t3 . $�� 48 IMPROVED PIPE FOUNDATION LF 900 $ O.O $ 49 15" RCP FLARED END SECTION EA 1 $ $ 50 30" RCP FLARED END SECTION EA 1 $ 51 60" RCP FLARED END SECTION EA 1 $ 1 $ 0 2013.Stantec 1193801579 004110-4 ND FORM No. mm Units Qty Unit Price Total Price 52 4" CORRUGATED PERFORATED HDPE DRAINTILE W / SOCK LF 16,800 $ . so s ic+if 0• C>O 53 4" PERFORATED PVC DRAINTILE, SCH. 40 LF 1,260 $ 54 4" PERFORATED HDPE DRAINTILE, SPECIAL LF 655 s 55 CONNECT INTO DRAINAGE STRUCTURE, DRAIN TILE EA 69 s ca .Ca $ { a 1 del 56 6" PVC SANrrARY SEWER SERVICE PIPE LF 120 $ 13. as $ O a OU 57 8" PVC PIPE SANITARY SEWER LF 251 s _ .cxD _ $ O , Op 58 10" PVC PIPE SANITARY SEWER LF 506 S (,P my= s _.,, � ns • c3a 59 24" DUCTILE IRON PIPE SANITARY SEWER CLASS 51 LF 15 $ co S N%' C2, .Cyd 60 12" RCP STORM SEWER, CL 5 LF 427 s 4f{ . cc $ CSO 61 15" RCP STORM SEWER, CL 5 LF 269 s 4";k..cm $- $.m 62 18" RCP STORM SEWER, CL 5 LF 771 $ 44.00 s s x.-j2'it' OQ 63 24" RCP STORM SEWER, CL 4 LF 250 S _ .5W, cc $ as'o . Cxj 64 30" RCP STORM SEWEP, CL 4 LF 597 s Ce . CA sC�SQ 3 .cm 65 36" RCP STORM SEWER, CL 4 LF 50 $ �GC�_ s ---4.7Loo-pp 66 48" RCP STORM SEWS CL 4 LF 350 $ —14A. CTC] $ �'O'pp 67 60' RCP STORM SEWER, CL 4 LF 61 s A71- C p_ g Ja 'app 68 48" ARCH RCP STORM SEWER, CL 4 LF 90 s 108. C z $ IS ] ;Lp , C10 69 PUMPING - SANITARY SEWER BYPASS LS 1 $ 4.00 $ (A {(Q •= 70 15' RCP STORM SEINER PIPE BEND 22.50 EA 1 s _�,� Q , OO $ - 7gi2l.. am 71 8"X6" PVC WYE EA 4 $ { IN ,ern $ 7 rG .= 72 24" RCP SANITARY SEWER PIPE BEND EA I $ 73jd. b Q s 7 2.t1, C 73 CONNECT TO EXISTING SEWER SERVICE EA 4 $ ';t.445'.aZ $ $p, dp 74 CONNECT TO EXISTING SANITARY MANHOLE EA A $ %17.Q s 1%.64= ,m 75 CONNECT TO EXISTING SANITARY SEWER PIPE EA 10 $ $ $b. dJ 76 CONNECT TO BASTING FORCEMAIN EA 1 $ _ �� { 5 •� $1.153-00 77 CONNECT FORCEMAIN TO EXISTING LIFT STATION EA 1 $ O { .Cp s 1 _ L1 o 1. as 0 2013 StmGer 1 143801579 004110-5 8m FORM No. item Units Qty Unit Price Total Prig 78 6" I.D. HDPE SANITARY SEWER FORCEMAIN - LF 375 $ `i'3.0mD $ DIRECTIONAL DRILL 79 TELEVISING SANITARY SEWER LF 2,300 $ ^ , "?!� $ T.:5,,0Cj 80 TEMPORARY WATER MAIN/SERVICE L5 1 $. , moo -00 81 1" CORPORATION STOP EA 17 $ $ -A " I S.�'. 82 2" CORPORATION STOP EA 2 $ a.' 1 . $ 83 1" CURB STOP & BOX EA 17 $ 1 %nucm $ +d9'i +c% 84 2" CURB STOP & BOX EA 2 $ ra eo -Q�b $ 17 C b • cm� 85 12" BUTTERFLY VALUE AND BOX EA 13 S a��4.O0 $ . -01 a a. Wi +CC 86 4" GATE VALVE AND BOX EA 3 $ .� �'� • $ �d8 .OQ 87 6" GATE VALVE AND BOX EA 28 $ c'10 . C4 $ zmra, (V$a c b 88 8" GATE VALVE AND BOX EA 17 $ orwo .ab $ 89 REMOVE AND INSTALL 8" GATE VALVE AND BOX (SPECIAL) EA 19 $ _ A. Z a l .OD $ 90 WATERMAIN OFFSET EA 4 $ 7-0 60 apo $ n"071m, Q4 91 12" WATERMAIN OFFSET EA 1 $ 31,344-00s 44 * 00 92 CONNECT TO EXISTING WATER SERVICE EA 17 $ 24G.op $ 'A.. 93 CONNECT TO EXISTING WATER MAIN EA 50 $9�$ 3sa- 40 94 HYDRANT EA 16 $ '14 '.5�2o.Oo$ .57 AS •Gg:1 95 REMOVE AND INSTALL HYDRANT AND VALVE (SPECIAL) EA 15 $ � . L. �� •� $ 9. 4!0.g. a? 96 SALVAGE SPECIAL, 18' PCCP TO DIP TRANSITION EA 1 $ ,5G(a .ad $ ,!5 C, . gme-1 97 ADJUST HYDRANT EA 2 $ 7ri93. W $ 1 Q 98 1' TYPE 'K" COPPER PIPE. LF 780. $ _ t 3L. 9 $�+ CL'7 99 2" TYPE "K" COPPER PIPE LF 100 $ s 4, %C -,)CC .C>Q 100 18" STEEL CASING PIPE (JACKED) LF 40 $ Q0 $ T'7., 1xa04t1 101 24" STEEL CASING PIPE (JACKED) LF 100 $-ti .GCS _ $ 6 10c) .pp 102 4' WATERMAIN DUCTILE IRON CLASS 52 LF 100 $ $ 103 6" WATERMAIN DUCTILE IRON CLASS 52 LF 900 $ . bG $?,�. bC� 0 2013 Stantet [ 193$01579 004110-6 BTO FORM No. Item Unks Qty Unit Price Tota[ Price 104 8" WATERMAiN DUCTitE IRON CLASS 52 LF 1,245 $ 105 12" WATERMAIN DUCTILE IRON GLASS 52 LF 6,820 00 $�. 106 4" INSULATION SY 50 y- $ I -- $ 2350 107 DUCTILE IRON FiTTiNGS LB 9,420 $ '7 108 2 X T CATCH BASIN EA 31 $ . L5 93 - $ WO O 7- 109 4' DIAMETER SANITARY SEWER MH EA 2 $ 06:56 � $ s j%Z - 110 W DIAMETER STORM SEWER CSMH EA 26 ? $ Z3 111 4' DIAMETER STORM SEWER MH EA 6 g/�6 $ f�j 112 4'X6'CATCiBASIN EA 1 $ �111zs $ 113 5' DIAMETER STORM SEWER MH EA 3 $ —1 V _- $ 114 6' DIAMETER STORM SEWER MH EA 1 $ 3610 $ 115 6 DIAMETER STORM SEWER CBMH EA I $ 32(p $ 116 G X 6' STORM STRUCTURE, SPECIAL EA 1 $ S356 356- ..� 117 7' DIAMETER STORM SEWER MH EA 5 118 7' DIAMETER STORM SEWER EBMH EA 1 $ j $ f .119 9' DIAMETER STORM SEWER MH EA I $ s--2652 120 ADJUST FRAME & RING CASTING EA 15 S $ T 121 INSTALL 2' X 3' CASTING AND RINGS EA 5 $ $ Z1 - 122 INSTALL 2'X 3' CASTING AND RINGS, SPECIAL EA 2 $ �( f - $ ,166 — 123 REMOVE AND INSTALL 4' DIAMETER CONE SECTION EA 1 $ �` g ai�p - 124 CONNECT EXISTING PIPE TO STORM STRUCTURE EA 50 $ _ $7 J�Q '- 125 CONNECT TO DQSTING STORM PIPE EA 2 $ - 773- _ $ y '" 128 CONNECT TO EXISTING STORM STRUCTURE EA 2 $ 13,117-� $ Zz 9�' 127 EXTERNAL SEAL SYSTEM EA I 1 $ $ Z 128 RANDOM RIPRAP CLASS III CY 56 $ - $ 4/0 129 RANDOM RIPRAP CLASS IV CY 70 $ $ 4% �Q C 1013 SUnW ! 193801579 004110-7 BID FatF4 No. Item UMts Qty Unit Price Total Price " 5796 130 GEC TE)MLE FILTER TYPE N SY 156 $ $ 131 4" ODNCRET E SIDEWALK SF 98.572 $ S - 1. $ L �_ 132 CONCRETE CURB AND GUTTER DESIGN B618 LF 8,145 $ . JC) $ 133 CONCRETE CURB AND GUTTER MOUNTABLE LF 410 �y $ ll.u. r O $ 134 C ONC3tETE CURB AND GUTTER (SPECIAL) LF 5,744 $ 16, $ f3eq 1r 135 6" CONCRETE DRIVEWAY PAVEMENT SF 7,162 $ T $ C( ';y1 1. 5 �-737° -53 136 6" CONCRETE DMEWAY PAVEMENT, SPECIAL SF 7,162 $ $ /91 y 137 6" THICK CONCRETE WALK FOR PEDESTRIAN CURB RAMP SF 2,664 $ $ 138 TRUNCATED DOME PANEL SF 296 0 $ y 3: $QIQ2,06 154 HYDRAULIC SOIL STABILIZER TYPE 5 SY 13,940 7Z 7,c) + J -� 7e) - 139 ELECTRICAL LIFT STATION LS 1 $ $ 140 REMOVE LOOP DETECTOR EA 12 $ Z'p _. $ 3 /w - 141 DETOUR SIGNING IS 1 $ � y $ 142 TRAFFIC CONTROL LS 1 $_ I $ 143 SIGN PANELS TYPE C SF 587 �� $ 29- j0 $ 73146. '- 144 RELOCATE STREET NAME BLADE SIGN EA 1 $ h5i� $ 145 PREFORMED RIGID PVC CONDUIT LOOP DETECTOR 61XV EA 5 $ 99- $ giyd .w 146 PLANT INSTALLATION, RAIN GARDEN LS 1 $ /'34nz- $ d' 04V " 5796 147 SILT FENCE, TYPE MACHINE SLICED LF 21665 $ - $ L 0 148 FLOTATION SILT CURTAIN TYPE MOVING WATER LF 85 $ $ 3' 145 EROSION CONTROL BLANKETS CATEGORY SY 350 $ $ 150 PROTECTION OF CATCH BASIN, NON PAVED STREET EA 13 $ a35 r $ _30&3 ^ � 5 �-737° -53 151 PROTECTION OF CATCH BASIN, PAVED STREET EA 81 $ 1�I/ $ /91 y 152 SODDING TYPE LAWN SY 5,860 $ $�-` 153 DOUBLE SHREDDED HARDWOOD MULCH CY 20 $ $ - 154 HYDRAULIC SOIL STABILIZER TYPE 5 SY 13,940 S $ 155 RAIN GUARDIAN - BUNKER EA 2 $. Y7. z1, 156 LAWN EDGING LF 260 $ $ 0 2013 Smaeec i 1838015n 004110-8 BID FORM Na Item Units Qty Unit Prks Total Price 157 SEED MIXTURE 270 SY 13,940 $ .30 $-G 158 AUGMENTED SOILS Cy 40 $ - $ /�Y /, 159 PAVEMENT MESSAGE, (BIKE LANE BEGINS SYMBOL. & EA 2 $ �96 w $ ARROW) - EPDXY 160 PAVEMENT MESSAGE, (BIKE LANE ENDS SYMBOL & EA 2 $ $ �1�✓ ARROW) - EPDXY 161 PAVEMENT MESSAGE, (BIKE LANE SYMBOL. & ARROW) - EA 10 EPDXY 162 PAVEMENT MESSAGE, (R X R SYMBOL) - PAINT EA 4 $ S $,ZC -- 163 PAVEMENT MESSAGE, LEFT ARROW - PAINT EA 6 i /�� � $ 164 PAVEMENT MESSAGE, RIGHT ARROW - PAINT EA 11 $ $ fTJ 165 PAVEMENT MESSAGE, THRU ARROW - PAINT EA 9 $� $ �s „- 166 PAVEMENT MESSAGE, THRU RIGHT ARROW - PAINT EA 2 $ - $ w 167 PAVEMENT MESSAGE, THRU LEFT ARROW - PAIW EA 8 $. -I—s $ 988 12" DIAGONAL CROSSHATCH, YELLOW - PAINT LF 370 $ a" $ ! 10z 169 12" STOP BAR, WHITE - PAINT LF 11105 $ $�� .y 170 4" SOLID LINE, YELLOW - PAINT LF 33,699 S� $` 9 �� 171 4" BROKEN LINE, WHITE - EPDXY LF 320 $ ' $ 172 4- BROKEN LINE, YELLOW - PAINT LF 1,810 $ $ "� 173 4- DASHED LINE, WHITE - EPDXY LF 64 $ _ $-' 174 4" SOLID LINE, WHITE - PAINT LF 9,452 $ " $ 175 4-SOLID LINE, WHITE- EPDXY LF 12,08E MTAL BASE BIR; $ •�i ALTERNATE - QUITE ZONE CROSSING IMPROVEMENTS 176 MOBILIZATION LS 1 $ $ 177 REMOVE BITUMINOUS PAVEMENT SY 180 $ $ 178 SAWING BITUMINOUS PAVEMENT LF 360 $ 3. r $ % f 179 CONCRETE CURB AND GLTiTER.DESIGN 6812 LF 280 $ _� _ _L') $ LA1400, (�-Q 180 4" CONCRETE MEDIAN SY 71 $ .--- $ 0 2013 SWner 1 193801579 004110-9 SW FORM No. Item Un€ts Qty Unit Price Total Price 181 CONCRETE APPROACH NOSE SY 20 $ (IL1 . 0 $ (� 182 TRAFFIC CONTROL LS 1 ffi $ W 183 SIGN PANNELS TYPE C SF 25 $ $ 750 5 � TOTAL ALTERNATE - QUITE ZONE CROSSING $ IMPROVEMENTS 0 2013 Santee 1193801579 004110-10 SID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready Por Final Payment in accordance with Paragraph 14.07.8 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement, 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated In the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: 1 A. Required Bid Security in the form of 5 percent. B. Non -collusion Affidavit 8.01 The terms used in this Bid with initial capital letters have the meanings stated In the Instructions to Bidders, the General Cordons, and the Supplementary Conditions. If Bidder Is: SUMMED on _ Mare 19 2013. Name (typed or printed): By: (Individual's signature) Doing business as: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: (SEAL) Q 2013 SWnt c 1193801579 00 4110 -11 810 FORM �•111'N �j Partnership Name. (SEAL) By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Corporation Name: S.R. Weidema, Inc. (SEAL) State of Incorporation: Minnesota Type (General Business, /Wl, Service, Limited Liability): General Business By: Name (typed or printed); Vie; President (Signature) Scott Weidema (CORPORATE SEAL) (Signature of elAxatay) Business Street Address (No P.O. Box #'s): 17600 113th Avenue North Maple Grove, MN 55369 Phone No.: 763-428-9110 Fax No.: 76.3-428--9095 0 2013 SWW 1193801579 00 4110 -12 BID FORM A Joint Venture Joint Verdure Name: (SEAL) By: (Signature of joint venture partner) Name (typed or printed): Title: Phone No.: Fax No., Joint Venturer Name: (SEAL) By: - (Signature) Name (typed or printed): Title: Business Sheet Address (No P.O. Box #'s): Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official Communications: (Each joint venturer must sign. The manner of signing for each Individual, partnership, and corporation that is a party to the joint venture should be In the manner indicated above). END OF DOCUMENT fl 2013 SUM= 1193801579 00 4110 -13 BID FORM NON -COLLUSION AFFIDAVIT The following Non -Collusion Affidavit shall be executed by the bidder: State Project No. 182-101-018; 182-107-01.2; 182-108-002; i82-112-002 Federal Project No. State of Minnesota } ss County of Hennepin ) I, Scott Weidema , do state under penalty of (name of person signing this affidavit) perjury under 28 U.S.C. 1746 of the laws of the United States: (1) that I am the authorized representative of S.R. Weidema, Inc. (name of person, partnership or corporation submitting this proposal) and that I have the authority to make this affidavit for and on behalf of said bidder; (2) that, in connection with this proposal, the said bidder has not either directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding; (3) that, to the best of my knowledge and belief the contents of this proposal have not been communicated by the bidder or by any of his/her employees or agents to any person who is not an employee or agent of the bidder or of the surety on any bond furnished with the proposal and will not be communicated to any person who is not an employee or agent of the bidder or of said surety prior to the official opening of the proposal, and (4) that I have fully informed myself regarding the acc f the statements made in this affidavit. Signed; (bidder or his authorized representative) Scott Weidema THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT VVE S.R. Weidema lnc. 17600 113th Avenue North Maple Grove MN 55369 as Principal, hereinafter called the Principal, and Travelers Casualty and Surely Company of America One Tower Square, Hartford, CT 06183 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEW HOPI= 4401 Xylon Avenue North, New Hope, MN as Obliges, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2013 Infrastructure Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished In the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such band or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, Otherwise to remain in full force and effect. Signed and sealed this 19th day of Merch 2113 S.R. Weidema, Inc. ►) (Seal) Scott Weidema President Travelers Casualty and Sure Compan of America (Sure (seat) Affme3f41W1& Brian J. Oestreich (rive) Ate! DOCUMENT A310 • BID BOND • AIA • FURUARY 1470 RD. 0 THE AMERICAN INSTTT E OF ARCHITECTS, 1735 N.Y. AVE., K.W., WASHINGTON, D.C. 20006 ACKNOWLEDGMENT OF CORPORATION State of Minnesota ss. County of Hennepin On this 19th day of March 2{}13, before me appeared Scott ] eidema to me personally known, who, being by me duly sworn, did say that (s)he is the President of . S.R. WEIDEMA INC. a corporation, that the seal affixed to the forgoing instrument is the corporate seal of said corporation, (if no seat, so state, and strike out move as to corporate seal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Scott Weidema acknowledged said instrument to be the free act and deed of said corporation. Tanya Mar* V*WemB Notary Public County, NOTARY PUBLIC My commission.expires State of Minnesota pi., y Commiwon Expow 1-31-20'#8 ACKNOWLEDGMENT OF CORPORATE SURETY State of Minnesota ss. County of Hennepin On this 19'h day of March , 2013 , before me appeared Brian J. Oestreich to me personally known, who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of Travelers Casugft and SyM Company of America. a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Brian J. Oestreich acknowledged said instrument to be the free act and deed of said corporation. djn�dAyp��,l ",2jx .9=::: Notary Public County, 'I* ' .-0 SyTW"f � �� My commission expires a: ga�.��'+4MIWtc WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,T,�1i/�VELE1�5 i .. POWER OF ATTORNEY Farmington Casustity Company St. Paul Mercmy Insurance Campany Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Tare and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian ]Insurance Company Attorney -In Fact No. 224175 Certificate No. 005246326 KNOW ALL MIEN BY THESE PRESENTS. "at Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty .and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is it corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State. of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Bruce N. Telander, Donald R. Olson, John E. Tauer, Linda K. French, R. W. Frank,Craig Remick, Rachel Thomas, Nicole Nelson, Joshua R. Loftis, Brian J. Oestreich, Sandra A Doze. and Jerome T. Ouimet of the City of MinnPnpnli. , State of_ Minnesota , their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any notions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 25th day of October 2412 Farmington. Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Ius mwe Underwrites, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ASIf� r y 4 oj�qr. �"s`w"4 7r1 State of Connecticut City of Hartford ss. By: 'A" Robeat L. Raney, tenior Vice President On this the 25th day of October 1 2012 , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marino Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. (697 In Witness Whereof, I hereunto set my hand and officialseal. c. My Commission expires the 30th day of Jane, 2Marie C.'lbtreault, Notary Public 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTDRNEY IS INVALID WITHOUT THE RED BORDER - _'..i• = _ _ WARNING: THIS POWER OF ATfOME Y 15 INVALID WrTHOU'T THE RED BORDER — M This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty insurance Underwriters, Inc., St, Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Cornpany and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal. bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is .FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance; contract of indemnity; or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Pace President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (lander seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may he affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is it true and correct copy of the Power of Attorney executed by said Companies. which is in full force and effect and has not been revoked, LN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 19th day of March .20 Al � �� j� Kevin E. Hughes, Assistant Secigiary y Jj r *j,►�� � p`�ItANLb C sd s.--i<W'$' riS-`�� �}'� 'Y.! F~-, To verify the authenticity of this Power of Attorney, call 1-gW-421-3880 or contact us at www.travel=bond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 17600 113th Avenue North • Maple Grove, MN 55369 Phone. (763) 428-9110 Fax: (763) 428-9095 www. srweidema. corn S R Weidema, Incorporated T, Scott Weidema, President have authorized Scott Enerson to sign on behalf of S R Weidema, Inc. Scott Weidema, President March 19, 2013 Date S R Weidema is an Equal Opportunity Employer OMB Control No: 204040030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Environmental ' Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Farm EPA Form 61..00-4 BID/PROPOSAL NO. PROJECT NAME City Project No, 906 2013 Infrastructure Improvements NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS S. R. Weidema, Inc. senersonCsrweidema.com ADDRESS 17600 113th Avenue North; Maple Grove, MN 55369 TELEPHONE NO. 763-428-9110 FAX NO. 763-428-9095 The following subcontractorst will be used on this project: COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE ESTIMATE CURRENTLY NUMBER, AND E-MAIL ADDRESS PERFORMED D DOLLAR CERTIFIED AMOUNT AS AN MBE OR WBE? X100 ) • ' �(" 5 C) 01160. I certify under penalty of perjury that the forgoing statements are true and correct. In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Sec" 33.302 c). March 19, 2013 Signature of Prime Contractor Date Scott Enerson Project Manager Print Name Title 'Subcontractor is defined as a company, firm, joint Venture, or individual who en6ers into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 61004 (DBE Subcontractor Utilization Form) OMB Control No: 209D40030 Approved: 05/01/2008 Environmental Approval Expires: 01/31/2D11 Protection Agency �V7 . Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form EPA Form 6.00-4 BID/PROPOSAL NO. PROJECT NAME City Project No. 906 2013 Infrastructure Improvements NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS S. R. Weidema, Inc. senerson@srweidema.com ADDRESS 17600 113th Avenue North; Maple Grove, MN 55369 TELEPHONE NO. 763-428-9110 FAX NO. 763-428-9095 The following subcontractorsi will be used on this project. COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE ESTIMATE CURRENTLY NUMBER, AND &MATE ADDRESS PERFORMED D DOLLAR CERTIFIED AMOUNT AS AN MBH OR WBE? I certify under penalty of perjury that the forgoing statements are true and correct In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302(c). March 19, 2013 Signature of Prime Contractor Date Scott Enerson Project Manager Print Navane -- Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a rnntractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) MAR -19-2013 08:50 FROM:WS S UNTRACTING LLC 6512570094 70: 7634289095 P. 3,3 .-�...:.-�-L..V..:.Y.nW..'Co-�'a�a:»s:a::F::dF%�:l:.nr.4.�:.m��hnia�a�c-ats-•n .-u..:s.;.� •Z-_�r.: :v_.0 •..�:-:� •�vr.: r.r.: I.iY:sM.t:.. .... ". �� •.: '; - r. yv4S-!xt•tt'1w.\'rvtSY4'�7�.r^: }r'rR G�.'+�r ftowcwn Agency OMB Cont" Nd ^s.a9 4= Appwvads 05/01/200$ Appx&n4 ZVirew 01/31/ Disadvantaged Business EnterprLee From DBE Subcontractor Performance Form EPA Foxy 610" N CF SUOCAN'I'R Ci'DR: g7"c NAME ! {#� ALDIDUN $ C1P05AI. N �-[ Jf1a i. ROM- ACAW- W C.^S6m M TE MONE NO. &11[AII, A i KESS CMd� P9 MB CONTRACTOR XAM COMMACr rrm of V40RK OR rpBSCItR"1i " OF $ERVBM DID TOpltWH Of WORrC S[!6M[I�'I&D TO t'I`l,'ll+i 1VD. 1'RIl1Sg PRW E CONTRAC" �� � �-Q'�"*Lpt,� �,,. 1.*-Ga�1+� �.+r�'rCCTU r"' } �j ��,� • d�% i L C &y OXH&-d w NIDE WDE unit EPA's WE Progmm7 ( �'t� , No Mpatm of Frye Cl�atxa+:hoe Aad I'dttt Navne �.kle,� 61pah m otSub"u w Do* D Nme Tithe:. Pr>1.tt lalMarch 19, 2013 Scott Enerson Project Manager ZIU crmtYxetorss dl t!!ed u a ooaipen� % iam joie vp�tW�. ar "Uvldu4 W6 Vokm into nn psmenwt with a cmumior b pzvridc aetvklar plQawmt � at► EQA arraTd of 3inax�d arsiatas�rnt. RYA FORM 6100-3 (DBD %bom&mw Pcrsl►r "Ow 120M) 9, .�uu»7 Ines %_varxacsing Aft TeAftEnvironmentai Protection Agency OMB Control No; 20904030 Approved; 05/01/2048 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 NAME OF SUBCONTRAOR, PRCiJECT NAIVIE ADDRESS BIDIPROPOSAL NO. j TELEPHONE NO. E-MAILADDR S a 7 - 7.4 -o3 Y 3 3 M t, t 6 ­^ PRIME CONTRACTOR NAME S. R. Weidema , Inc. CONTRACT ITEM NO. ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PPUME PRICE OF WORK SUBMiTTW'TO. PRIME C^ON'MACTOR ''7 O[� ! 1 /cc /8 t' S 1ee --� 17/0 /0( SI t'r� 1'" s �2zc3a.6a Currently certified as an MBH O<M In<1er EPA's DISE Program? Yes Prime Contractor Date Print Name Title No Signature of Signature of Subcontractor Date ,, j_Y] A 44.r �orx . _-~ F Name Title ._t...� it Print March 19, 2013 Scott Enerson Project Manager 'Subwntractor is defined as acontpany, firm, joint Venture, or individual who enters into an agreement with it contractor to Pmvide services pursuant to an EPA Award of Financia[ assistance. EPA FORM 6100-3 (DBE, Subcontractor Perrormance Donn) 14002/002 DURANT LIBRARY Fax 6626533108 liar 7 2013 03:18pm P0021002 OMn Cvntml No: 20904= Approved: 05/01/2= Approval Expfr : 01132/2on EI3�►eiit� �'rote�#ion ��rY Disadvantaged Buriness Enterprise Fromm DBE Subcanhwtor Performance Paan EPA Poem 6100-3 WAi�#0- DF 8MC0NTRACrM PROJECT NA GE k D iPi 2013 lnf rastrucl ure Improvement "DRESS bgA6— j "XzdBiD 'RCiPOG AL NO o R r City Proi ect No. 906 T901THONEN4. E-MAIL,1931 ADDR' S -tea r 1. qi, d - PRRWECCWTRACTCWNAPAE S.R. Weidema, Inc. C4"TRACT 1T1M OF WORK OR xi CXn?rWN OFSERVICES SID To ImCE oP' Wo$K SUl3Mi= TO TP.IE M N7. PRIME TAD1W CONTRACTOR a4-lCQ - r -e MDV -C °-R C� testi ed asY1BE and EP'A' D pxam7 �Ce� No Signature of PrbmfmcbxDate axne Tl&- ... _ 51pature of Subcon racwr Date Pri�xt Nanne �5itie. app. 51 1 Wd,/. March 19, 2013 Scott Enerson Project Manager 't=Wr % d -&W as a e6-pany., firzm,,jomkvmjb= or k dmdual hp am. Serio an went wi$► a ==Actor to pravfde-mc" pvm2aW to an EPA award of &mmW wastarum EPA PORM 6100-3 (DBE Subi=traetar> ante Fotz) titer Environmental Protection Agency OMB Control No: Approved: Approval Expires: Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form NAME OF SUBCONTRACTOR= PROJECTNAME Boys Contracting, LLC Water Products 12013 Infrastructure Improvements, New Hope, MN IADDRESS BID,/PROPOSAL NO. PO Box 224, 502 3rd St. Barrett, MN 56311 #5165 TELEPHONE NO. E-MAIL ADDRESS 320-52&2436 1 kathvf%hnvizrnnfrarfinn rnm PRIME CONTRACTOR NAME S.R. Weidema , Inc. CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES PRICE OF WORK ITEM NO. BID TO PRIME SUBMITTED TO PRIME CONTRACTOR Quote #5165I Materials 60% of total goes towards DBE Goal Sales Tax not included $671,332.48+/- Cu 671,332.48+I Cu entl�r certified as an MBE a WBE der EPA's DBE Program? xxx Yes No z/ 0,— - March 19, 2013 Signature of Prime Contractor Scott Enerson Print Name Kathryn Boys«--.-. Signature of Subcontractor Kathryn Boys Print Name Date Project '.Manager Title 3115113 Date President Title 'Subcontractor is defined as a Company, firm, joint venture, or individual who enters into an agreement with a conh-dctar to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) From: ftol aAgamj U/15/2012 12:" 2786 P.001/Wl OwepubdPix 2"0wi m Appwmft a/svm Affww4Rq&m K/UMn F manimpam IRPA%=610" KAMM OFOUBCONTAACTM nl r--CA-IA 2013 AUVMZW 6, Rp 01-4 Y- fLcvCye ITICINKOK"LM City Pmadect No. 906 I i I BEIM F i = PMUM C ACrMNAMM 8-1. widdem, Inc. CmqmACr nwAcwwc=aRDmscRummCFmmvxm=TO rJUICSOMM plan LAC= CAD koLke diumay M. Lasaft 31PXmDlR pmvwd.Yes -mbspowft Af VMS March 19, 2013 Scott Enerson Project Manager____ :i i. bddhwdnxioc, 'jll%ftxQOb*T, RAP= VT:00 ST'EO'ETOZ mar.15.2013 08:55 AM SHAW TRUCKING, INC. From -, Bnvirental Pwleccti Agency 7634343100 PAGE. 2/ 2 08/08/2013 12`.17 11744 P.002/002 OMB C ntW Na 2W0'M Appw re -k 05/03/2aps APPWM ftplml of/31/xn1 Disadvantaged Businew M=rprue Frogmm DBS Subcontractor Performance Form SPA Form 610" NAME OB SUBCONTRACrOlh PROJECT NAME 2013 Infrastructure Improvement ADDRESS BOPOSAL NC6 City Frojecf No. 906 Tffi EPHO 8 NCL R - MAIL ADDRESS 74 3 - lvgel, a -700 -(r q r.+c.. c4A-- PRiM6CONTRACTMNAlM S. R. Waidema, Inc, CONMCT 1'1'EM oP woltx ox tzosa;unlox oP szKvwu mvTo PWCE OF VMRK FROU CONTBACM CUM* certified ae M8 WBE QA's DBE Program? Yes No 9tmtwe of �u►#'Nana®ZYtlra SigC�trac�r stare of 90cozOadar Date ' ,-13- Yrint Nam Title March 19, 2013 Scott Enerson Project Manager a a dennea as a cam►pany, erm4 wn c, as mi dwa wha eahn hft M ago"aw %it a contractor �o pmvidrbae p of an SPA avrard aFltnnxial aaaiabuice. EPA FORM 6 i 00-3 (DBS Subaowaator Peffm=w Fwm) Mur.15.2013 02:00 PM SIMW TRUCKING, INC. 753434.;.00 PAGE. 1/ 1 _ _ H 18530 Buchanan St NE c East Bethel, MN 55011 c- Phone (763) 434-3300 Fax (763) 434-3100 QUOTATION FOR 20131MRASTRUOVRE UVEROVEMEN S. IN NEW HOPE TO: S.R WEIDEMA ATT1Vi SCOTT DATE: 03/15/2013 FAX NUMBER: 763-428-9095 PROJECT: MAUL MATERIAL TO ANDIOR FROM NEW HOPE STREETS QUOTE FOR HOURLY TIIr.UCKING BELLY AND / OR SIDE DUMP....................................................................$ 100.00 per hour QUINT-AXLE.........................................................................................$ 94.00 per Dour QUAD.AXLE.......................................................................................... $ 92.1$ per hour 1000A SHAW OWNED BELLY OR SIDE....., . ..................................................$107.00 per hour 100% SHAW OWNED SUPER 18............................................................... r ..$ 107.00 per hour 100% SHAW OWNED QUINT -AXLE.- . ...— ................. I ................................... S 101.00 per hour any applicable state and/or local delivery taxes are not included all pricing is for !rucking only no bond will be provided and no retainage is to be held any and all illegal loads are the responsibility of the loading contractor any wait time will be billed hourly pricing valid as long as fiiel stays below $4.25 per gallon, otherwise a surcharge may be added all information regarding this project and pricing is to be considered confidential information between the two parties below quote valid undl t. Ober 31", 2013 IF YOU HAVE.ANY QUESTIONS, PLEASE FEEL FREE TO CALL. THANK YOU, DONALD H. SHAW PRESIDENT SHAW TRUCKING, INC. S.R. WEIUEMA Us/lb/LUIS 16:36 YA1L EtLvitsp�mmsittaI Prot Agerry OAl Controol Nat "94w Appvvn &- Of/01/um Appraval9)ep#m 01/81/2011 DbadvA►ged Eu#aew Evtwprb a Progmm DEE Subcani udw Petfanmame Fwt EPA Farm 61OU MANS PW)Wr NAM 0, f J t 2013 Infruntructure Tmproy meAt ADD=W I ,? QVI st- PORAL NCL CirF Prajeat No. 906 BAWL ADDRW orKerltycq v*kt'teon T8[ 18 NGS p=MCOM RA+C'rMNAM S.P. a ie�na, T.xic. CONrKACr r=CfwCmORmsCFmFzmGpmmvr=BIDTO PRICE OF WQRK SUelr[t I To 1'i'FM n. FS[M8 FRIIAZ CONT tA=R Lwtt Cun=Qy wdW as sA ME or EPA's DOE pmpo m? .._ _ X Yex _ No Sknainm of =22=, QLAALdent v(= Dabs • Prin# man 71111 March 19, 2013 Scott Enerson Project Manager 'Submuedw is dtfiYBA Y i ammg , bwy! 4 vaommvw kmUvJJIW w1m EffElet o4 qpsumrA vd& a C In prarleeRr4mpm=*10meEPAm mdof&w4gmgmamL $PA FORM 8100.9 (PSI 9kbmmhm9tw Fad� F4m) 1m 041/001 03/18/2013 15:06 FAX Quote'nor Pvojac4 : New Hope 2M Infrmstructaire improvements SAP 182-101 01$.Xis 367AB 2-:1 Avenue !.e Center, AAM. d60B7 .3514330 ph: 07 f am '$07.3574139 Frrauil: omallnyconotrucUoBQtronti�lmot,net Page 1 of 2 To: Prime Contractor .�,��• __� Data: M812013 Bid Opening: 3.1.9.201310AM Prices Indude all LWw 1t Taxes,1 % bond stoat allawanoo, d Std Ins"nes cartlAeata of covsrage. No Waiver of Subrodatign Band to be provides) by Prime Coaractor unless oilier arrangamente are agreed upon. 47 catch eaatn Adjurtments as shown in plans arra Included In price jup to 3 rings). Pdoe for Cetah Baefn AdjuMorit wo* is $175.00 each if adjustments performed Is greater than 47 All Y" adjustinq rings to be provided by prime contractor. S6ti.00 for every additional ring and 2" of concrete that Is placed around rings that exceed the a free dog adjustment. A L1 mobilization charge will apply V lass than 2000 LF of curia or 7000 SF of flatwork Is ready at a time, 82 Planned Ped ramN lnciudedjn our wvrii varies dome nein in each romp. Hoes eardudeI base material, traffic contfoi, bads ong, surveying, staking, testing & InspQeaon, Blanketing & cold Weather raetvlos gra beginning October let of each $*won and removals. Based on tho Corrcrato $poo for this project, no seating required WMal a do NOT havo hjgh volume Sealant C abllMee. This Is Excluded from our Erioem. RalUngs, Tros Or ata, and elmllar atacsesorlea to be provided by the prime eontrectar - If required. Price It Valid thrU 6-n-2014 Cold mmather costa after October 1a7t to bag recoupod to us. sunk -y wor% iiellday wprk and Hight work, if raqulred, Is to be reprlosd or Time 8 Material. An items are tied. EPA APPROVED CONCRETE WASHOUr AREA TO BE PROVIDED BY PRMM CONTRACT IL OwlaailWa wM place ft final 1" of base as providod by Prime Offlftdor, who Is reoponsiblo to lot place grape to ase + or -1". We reserve the right to charge the prime contractor for this grading, if done by C1"Mallsy, or if dokya rGsutt. Wo roserve the right to parr on cousin of concrete yield losses # the grading for e00 on wM resub In oxim Thickness of gutter. Cu* of any Railroad Complafnce or Special Insurance requirements will ba passed on to tiro Prime Contractor Retalnagr par owners` specil valon._ Pgyrnent to be based on actual quantftles measured and Unit ECeG quoted. bury "wronty la apecHc to woriutrflnship and matedale. Damapee to our work dace to snow removal equipment a prodkJOA or axiremca waa conditions are not coverod. Tho rlght to pCz-Do On I:9M of pump ftwit. B accc!lbilly roquir+ee It. of tho above bid lo condltlotcl to rec-�oncble 00200etion of eontmct Lnguonc. Uric ONLY MriAGG arAIA A401 131 4" Concmte Sidowdilk of 1A57Z $ 3.56 $ 66,116.a2 132 133 Bala Curb and Gutter Mountable Curb and Gutter LF LF 6145 $ 414 $ 18.38 16.08 $ $ 10%632.50 61692.80 134 136 Speciai Curb and Guthu $" Concrete Drhraway Pavement LF SF 5744 $ 7182 $ 17.32 5,43 $ $ 99,488,98 38,889.86 136 Concreis Driveway Pavernaaat 8" Special SF 7182 iii 5.75 $ 41,253.12 Concrete Welk for Pedestrian Curb 137 B" ftp SF 2864 $ 7.78 $ 20,726,92 138 Truncated Dome Panel 8F 296 $ 33.26 $ 9,842.00 Alternate - Quite zone Crossing 179 lnpro"Menta 8812 Curb and Gutter LF 280 $ 16.83 $. 4.370,40 1W 101 4" Concrete Madlan C" Concrete.Awronch Noss. SY -Sy TI $ 20 $ 32.03 48.04 $ 5 2,274.13 96M80 Not a Lump Burn Sid TO $ 351043.43 Prices Indude all LWw 1t Taxes,1 % bond stoat allawanoo, d Std Ins"nes cartlAeata of covsrage. No Waiver of Subrodatign Band to be provides) by Prime Coaractor unless oilier arrangamente are agreed upon. 47 catch eaatn Adjurtments as shown in plans arra Included In price jup to 3 rings). Pdoe for Cetah Baefn AdjuMorit wo* is $175.00 each if adjustments performed Is greater than 47 All Y" adjustinq rings to be provided by prime contractor. S6ti.00 for every additional ring and 2" of concrete that Is placed around rings that exceed the a free dog adjustment. A L1 mobilization charge will apply V lass than 2000 LF of curia or 7000 SF of flatwork Is ready at a time, 82 Planned Ped ramN lnciudedjn our wvrii varies dome nein in each romp. Hoes eardudeI base material, traffic contfoi, bads ong, surveying, staking, testing & InspQeaon, Blanketing & cold Weather raetvlos gra beginning October let of each $*won and removals. Based on tho Corrcrato $poo for this project, no seating required WMal a do NOT havo hjgh volume Sealant C abllMee. This Is Excluded from our Erioem. RalUngs, Tros Or ata, and elmllar atacsesorlea to be provided by the prime eontrectar - If required. Price It Valid thrU 6-n-2014 Cold mmather costa after October 1a7t to bag recoupod to us. sunk -y wor% iiellday wprk and Hight work, if raqulred, Is to be reprlosd or Time 8 Material. An items are tied. EPA APPROVED CONCRETE WASHOUr AREA TO BE PROVIDED BY PRMM CONTRACT IL OwlaailWa wM place ft final 1" of base as providod by Prime Offlftdor, who Is reoponsiblo to lot place grape to ase + or -1". We reserve the right to charge the prime contractor for this grading, if done by C1"Mallsy, or if dokya rGsutt. Wo roserve the right to parr on cousin of concrete yield losses # the grading for e00 on wM resub In oxim Thickness of gutter. Cu* of any Railroad Complafnce or Special Insurance requirements will ba passed on to tiro Prime Contractor Retalnagr par owners` specil valon._ Pgyrnent to be based on actual quantftles measured and Unit ECeG quoted. bury "wronty la apecHc to woriutrflnship and matedale. Damapee to our work dace to snow removal equipment a prodkJOA or axiremca waa conditions are not coverod. Tho rlght to pCz-Do On I:9M of pump ftwit. B accc!lbilly roquir+ee It. of tho above bid lo condltlotcl to rec-�oncble 00200etion of eontmct Lnguonc. Uric ONLY MriAGG arAIA A401 113,18 2013 15:06 FAX Q002 C-!luo29 CVS P6 cject : Mew Hops - 20U Infrastnicturs Improves -nen SAP M- i O 01 sass COMMIONAL uubcontmat rVreoment paymod clamac do NOT apply to pnymotn for Itamc tialad In thous quWA. termo. Lien Walvers aro not rpplimblo to Public Bonded contmcU and will not bL mAulrod w ci oandition of payment to Asc�G of ow peiOng bbldc vnrumw e. condium akma wkb our pAcm &W ci3 fYl om ouII""W'. C'.. R1t u�L,a, In our aft to sail* our aammbwft to d prka 6011IuMIe1i who award work is w, Vm requln no0fladion of thO kft t to use wx quote wtatin i d11ys follMho the bid spading, h Is u rdsatomd RW the prolact 16 subject to awrtd at thh *r . TWO (IMS, Is k wWW If r>atMaation Is not rerM"d within 7 days. Wa mquh a 10 da work soWUNM notlfl mUm to tktrl up a Corr milment. Shod WON Mquests WHI be &w lesser We are aerf W M a MH DOT Disadvantaged 6laaMaas 1Snb IGO (t]OIS1 ` Weare cartitled as a TerSoUd Stroup Swrtnme with the MN Alabrial o Mmnagement Dlvieion. httDOArww.mmd.adrrJ .stale.rrlaA ' Wo are cc,rttfind no a WHE� SDB Supplier with thea MWBE Admr inistmatlon. page 2 of Mar 07 2013 3s30PM From HP LASERJET FAX Ember mental Protwd 1 A$nmy ,- tr%�q, Ilio. . 0$/08!2013 12:11 OLM Control Km. Appzove& ApprQvd Expint P.2 #TS$ P.002im3 9090 06(M/2= EdsadvsUgad Bushme RU@Mdse Pmgmn SPA F*= M 3013 infrastructure Uprovemmt tt ? tk AV.rG iCity Project No. 906 143 --its -90s- 0m -U e3 .1_ evq ;R 'C0N7JAM1NAME S.R. Weider, Inc, CK NIZACr 1T8M QF W+xc Olt WMXVMl1T CW6®f 1 WW E!D TCr AINOr pig 4m an MBE rmcB oli'G1tf Gtm?4 '!=xvTQ PitDa CONTRACT= -No March 19, 2013 Scott Enerson Project Manager ►p r 7s del�sel ere a cconpeny. firm, os *WrAw wto enters mio .n m Pfmd& a vkm p WWW m m SPA vr4dof 4w0xwtt mR%Qm R+E 6S x aattrtt &A POM 6144.9 SDR$ 8ebm*mw p A 1 Fp m) 9 Mar, B. 2013 6:33AM Frum. gar. 6. 2013 11; 49AM gnvhwmenw Pra mHon Agency 08/07/20'!3 10:Aw 2664 5716 r.280=02 C$/0812018 YS•uu' 632Im. Awou moCambAN4: WNW= Approved; OF101/ nag A"94VeiSxptOW 01/31/2ml DUAdvaafted Duelness gnt pidsx WOOMM DagBa'it w&aCtorPerformmeYom LPA Ponn U004 OF $CON7RACTMPRQ��Cr!' NAS$ did -51re, zix it VgATI Caj 2013 Infrmtructure "ement AID-wi 1-7 q6 Wcon (,S fel We i Se l�,►+c.cy, MN) BW/f2LOKWAL NO, City Project Nab 906 TELL NO, H AIL AA RSSS !�jy f/ (O%♦P *rl . 42A.. iAr f PRBA C7nNTBALIMNAMB S. R. Lsi deea, Inc., ]aercT r�re�a c woS�c v� a�oN �l vrc fit! SUBMW D TO Pi'$ 3I�IS PEW CWTHACTUA es an o PraSram?—.!L- YOO Na Aare of Daae P�f�i _Spam glHuka nate p� 71gs AA./ N 4. -sr-A. Tfq f-7 0-%-/ March 19, 2013 Scott Enerson Project Manager V&L=&mCwj# Qa48 rA�A4fC��VlO�ilPy��[IdilFidll�rlf�QMi41:11160A(L6�014Q1i111tA��8AO iL'10C to g1�1� �rvJcx�paxetaut�e�A�'Aa+rard,�i tinandsdml�dahnrae. Bl�A1�RM d1Ul},� (DHB �tvev0 mor-mNa r 6. 2013011; 49AM Mo. 2632L" Arl vi '7V tj S I ite $atittotion I C11=19 1 sectaty January 23, 2013 S.R. Weldema Attn: Barb White Re: Proj. 8 906- New Hope Temporary Solutions. Permanent CoiliMft:ti .8 t. 806,290;1407 1 www.orts tel 0.0orrl I would like to thank you for allowing On Site Sanitation the opportunity to provide portable restroom pricing for the 2013 season, on Site Sanitation Is certified SJWBE, TGED and DBE. On Site has been providing clean portable restrooms throughout Minnesota since 1989. We have a dedicated staff of long term empfoyees who strive for excellence in serving our customers. A ; <$ Re ular unit - Once er week service 80.00 Regular unit - Second Service per week $ 75.00 Hook Unit - Once per week service $ 80.00 Hook unit - Second service or week S 75.00 Mobile unit - Once per week service $ 90.00 Mobile unit - Second service per week $ 85.00 Handicap acc6es Bible unit - Once per week service Handicap accowsible unit - Second services per weep V .;� � .:xir.�..s ...4 •:+ •S . �4V •fit+Yid"...t Delivery and pickup (one time charge) No Charge Environmental Fee $ 10.00 '* Winter service cha a "" $5.00 per service Extra service - Emergency $ 36.00 Hared Sartitizer $ 10.00 ,Dam2ge waiter decline on file Electric heater $ 30.00 ** Winter service charges will be applied accordingly based upon current weather conditions'"* A 28 day mirtimum Will be charged for all rental units. Rental units and service will be billed In advance on a 28 day billing cycle and all applicable taxes/surcharges will be applied. On Site Sanitatlon will guarantee the portable restroom prices listed above through December 31, 2013. If you have any further questions regarding portable restrooms or the services we provide please feel free to contact me at 651-429-3781 or annm@onsiteco.com Thank you Ann Magstadt Sales Representative Customer Acceptance TWIN VVES:. kOGHE&TER MISSOURI NFORASKA 95 Wtj+ndiyt� Avenue J300 32rid Avenue 14W 18265 Edison Avenue '1843611. 217th Streei St. Paul, MN S31'17 kochesle . MN 55901 Chesterfield, MO 65005 Omoh�, NE 68029 $Si.d29.97$'1 647,26'1.84 47 �6:5� 9.1151)7 362:dU3.028 H a311d/ rni d 1 r. ^ :_'171 18 8 1 0 6 CENTRAL Mil SAWING FACE 81/01 From- 0211111'2013 rom- 02118;2013 15:08 #770 P. 002}002 OMB Coag NOc 2f OM A.pprovW: 05/01/2DUS r rollIltett4ai AFP�1 teras. M/31/=, mon Agmx7 Disadvantaged Business Eh3tefprbe pwgr USE Sstbmnlradar Ferfomianve Fam EPA Firm GlWa 2019 Infrastructure �P�v�ent C;Itp Project No, 906 E-M=ADDR SS PREMB CONTRACTOR NAM h h S.R. Wazdema, Inc. COWRACr 17'ebi OF WORK OR DEWRn-xON OF 9ERYIM Erp To FRUM of WORK 1TF A NQS, PRS summMmTo $ QCT$ gMr�- / `ids ,34[, U ,Saw AV- lfrel � AAVA4 3CO L -F$1.9$ 4 7 /9� .8d 1�ia ,►1, �0� err r lfIcf— 1,770. ti =as ad Pmt 1T CS L �A'B DBE plpgte 7 re �� No ftnatme Of nature Of Sub=tk to NREM 0. 1'sint Scott Enerson March 19, 2013 Project Manager y or individual wlfo aak!n into as a 10 P�& aerviq�y purs=f W an SPA BWArd of bavv e W meb . i mV� a hr EPA MW 610" (DBE Suter pUfMl= FUM) 4OV-20-2012 01;15 From: From: ,414 ProtpctiQn Agcy masw To .42F39095 03/18/2013 15:01 Pase:I-i 1768 P.002/002 OUB Cartrol No; 20904= Approved: G5/0x/2M Approval> : M/3112DIi Mudvantaged Business Enterpise Program DBE 50contradw Pecforwance Form EPA Farm 610-3 NAMM OF SUBCCf iTMCrQRs P DJ= NAM t' .,: G , 2013 In.fraetxacturt Improvement ADDRESS Z�A-AIA,. InW I 5"s'eDigd BID/ ROPMAI. NO. City Pro j ftt )to. 905 TEi.EPRONE NleM�IIIC A1� RM 1 6 'l� as 6/ sYj f 9l2, AQM PREM CC@n2AJCT0K NAMB S.R. Waida=, Inc. i o�LT=04 OF WORK OR DESCRWnON OF MKVWM BIID TO PR=0F WORK ITEM NO. PRIME PMIR CIf1VTEAC70R Curi+exttly cor ed as E r WRE under EPA!s DR PiogrAai ? _ Yes _____,,,,,,Ilio SipatM of Ptlme Conftcbor Dave ame TI& �t1ue of Subec tdrAdw Late Print Name fin ,_---� March 19, 2013 Scott Pnerson Project Manager '-%b=tractmr k did = a cmpsny, Rt'm. jdnt vmh^ or individual wbD estM into to Weament with a eov&acw io pwnde aemvi(= purmomt to an iWA awwd of &a ats tmm EPA FORM 6100.3 (DHE SubCoaftuaUK Pcr£wiancc Form) Phar. 18. 101? 3;11PM REINER CONTRACTING Inc No, 7674 r, 1/1 From: 03118/2013 15:48 977e r. u #002 OMB Control No: 2M Approw d: 05/01/2nU6 Approval Expires: 01/37/21? �Envhuwnental Protection Agency Disadvantaged Business Enterprise'Prtagram DBE Subcax*ad►r Pe am=C a ymm EPA 1Fonn 61M AME QF UTCONTRACTOM PROJWr NAME tf+►er 1pv. ac y,t 2013 Infrastructure Improvement ADDRM BMVPROPOSAL NO. 24544 w tau.C%J k ; M«J tMA—YM project No. 906E N ADDR� - �*r f is►rr CoK{rac�aN .c.o,� PRMM C ONM It NAME S R Woo d s-hwe _ . Tnw Cbl 1'a+YYk! Qn Y/.tYJ,�iC �1i gQ►x �.- nrnwr�e.rtn tirr .srti CUM! I� ���Il\ �E CNiiflYa Y��IAm l�', PIDOM MOR Cttrmady oextiBed as an MBE ot WBE EPA`s DBE Program? Yes No Sigatme of Px'' Cotte or aft tft N ftnaluft ofSubwabitbr Data �. wr1�' EAis plint Name Tttk --- March 19, 2013 Scott Enerson. Project Manager �kba v&acwr is s dtmd as a wrpa\y, fim-L joint pati M or tndividuel who enial into an agmemrat with a mnftaekr to a awkm pursuant to =EPA award of fines clal a EPA FORM 61OD-3 (DEE Sub= wkw f'afmn anoe Naim) Mar, 18. 2013 2:55PM REINER CONTRACTING Inc No, 7664 P, 1/2 REINED. CONTRACTING INC, (Certified DBEAN'BE Company) 21541 HWY. 7 WM HUTCHINSON, MN 55350 www.reinercontracting.com Phone 330-587-9886 Fax 120-587-+4847 Questions, Please Call M MOx3 Martin Hoekstra Bid Date: 3/191201310:00 A.M. (320) 583-4890 Alt Bidders: RE: 2013 int'astrtscture Improvements City Project # 906 New Hope ITEMS Inched 1 --'7' mill ****Based on a Rale of. 225 Tons/flour. 1 - water truck *** If this mW does not work foryour needs contact me for an adjustment.*** **** Failure to meet the quoted pn ductiau rate, will result in bring billed at 5650.00/hour *** Mill Bit Surface (2,011 58,995 SY S0.3391SY Mobilization for I mill $1,500.001 Mob Items Not lncluged Water — Water supplied by genaW Transported by Reiner Contracting Inc, Obstacles marked by General Contractor Trucking —Gleaning- Sweeping — Traffic Control Sprat milling around obstacles Concrcu: and patchwork milling 13ond- Retainage Spot milling beyond the capabilities of 7' mill *Inner Job Mobilizations not hicluded vnlew otherwise noted above.* Price Based upon current machine avaiiah$lky and anticipated schedule. We Schede e on a firsl-comeflrsi serve baAL Sincerely, Martin Hoek -M Estimator ACCEP'T'ANCE OF PROPOSAL - The prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders, and will bw me an extra charge over and above. the estimate. Signature,_ date NO WORK WILL BE PERFORMED UNTIL A SIGNED COPY OF THIS QIJOTF IS RECEIVED IN OUR OMCE. Reiner Contracting Inc is a DRE MnDOT certified company. Reiner Contracting Inc is a DBE ND -DOT certified company for Milling, Sawing, and Trucking, »tar. to. 1U 1j i : � ) m. i�`_ll t`' LUNIKKIIN6 Inc REINER CONTRACTING INC. (Certified DBE Company) No, 7664 P. 2/2 21541 HWY. 7 WEST HUTCHINSON, MN 55350 Phone 320-837-8896 Fax 320-587-4847 Bid Date 3/18/2013 2013 Inftastructute Improvements City Of New Hopc MN Quest CDN 2474980 UEM Sawing Mtumiuous Pavement Full depth (1280 LF) $1.75 LF Alt #1 Sawing Bitununaus Pavement Full depth (364 LF) $1.75 LF Mobilization 5200.00/trip This does ,not include bond, traffic control, erosion eontr04 cleanup of shvey, layout, removals. Water supplied by general haul by Reiner Contracting. First come first serve scbedule. Sincerely, Frank Little Estimatot ACCEPTANCE OR i'RopOSAL .The ppiCM fq=ifications and conditbw arc satisfactciryand arc here by wxeD#Gd. You an atlft 'iMd til tin tha Wnrlr as —Ii h. mads ae: o.,tl�,adaboyo. s or deviation from above Mmificadom involvWg ex ra Lro will be extcWcd only upon written orders, „y a7t4rwtic�. and will berme an extra charge over and above tha woman 51gnamre Bate NO WORK WILL BE PFRFO.RMED UN nL A SIGNED COPY OF THIS QU011 15 RECM-ED tN OUR OFFICE_ Reiner Contracting Inc is a DBE and MuDOT certified company. DBE Forth Dakota Trucldng, Agginate Aau rm% Sawing and Milling. 'ROM : AirFresh FAX NO. : 6514335934 from' Envivormerdal Pmk cfior► Agawq Mar. 18 2013 10:08PM P4 OmB contHA NW 209"Ow Appave&, 0510112= AppmvolBxl im' (YL13 =l Dfiadvantwd bainew Bdeqmbe Prograaan DHE S49b"X i" i cknr Pere Foam IPA Fom 610" P MEE or suiemirme BmL PROP= KAAEE 2013 Infrastructure Improvement 1, ADOMS MDAIROPOSA,L NO DTIV -W +WP-� ft7#-J 5 a city Prosect Na. fir NAM3.R. Weidem, Inc, .?rRA= FRKSOfCFX sulbur=o NisAHi iiV/�r roan VNir f2' S Qwwdy mdfiea as an MM or WM Oder EPn 9 DRE PmUmma Yea m ftmmnm a- mofSubcordmew Ltete 3,1*4 3 m of Subcordmew ph plint Nam "ice t" t. ------ _ Marcie 19, 2013 Scott Enerson Project Manager %db=wckdL Is d0hud as a who mb= ftft =% mask with a co to ao pwrae mvim punma ksa� •. d of 1 see nx. SPA FORM 6100.3 (DBE cedar Pft*MM= Fmo) IRR -18-P013 15:E'3 From:ROCK ON fi't3tCt: F Envirormeohd NWA ftYtacEdri age 320 230 291.P To:91763428909F Page:3-13 03/18/2013 15:02 WM9 P.002/002 OUB Cfttml No! 209D4 0 Appmved: OS/W20M Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DHE Subcontractor Performance Farm EPA Farm 6100-3 AME OF StMCONIYtACTO& 1PROJECr NAME OC 2013 Infrastructure Improvement ADDRESS 8113/ROPOSAL Ntd. City Protect No. 906 , TELEPiEtoNE No. %MAEL ADDRESS &P6 d3o 7 PRIMEECONTRACMRNAME S.R. Weider, Inc. CONTRACT ITEM OF WORK OR P58M MON OF Ote MCES BID TO FWCE OF wORX subbarrND TO 1x7gM NQS PaXWE relux COLOR 4 LwL 1 tezti4ias an 1ViSH or er EPA's D88 Frt, ram? Yes _No �auur Signatm of Shue of Subcontractor Dake Print Mame r Z&,�/ March 19, 2013 Scott Enerson Project Manager 3wftwLkacwr is de&►ed as a a mpoW. W= joint vwA=% or h-Ajvb&W who enters frit an agmmmt wtth a contractor m Pnwide services pvr umt to an BPA award of firaw4d � FPA FORM 6100-3 (ME Svbwm radar Fwftamtle Farm) 1 sem: -r -ce�a� a 3: rtj r rom: tKul r, UN :eu e-50 2912 Quote Rack On Trucks, Inc. 3100 7th Street. South Waite park, NII 56397 Phone Number VD -230-2998 Fax dumber 320-230-2912 Bill To: Ship From: 00715 SR Weideme Inc. 17600114th Avenue North Maple Grove, MN 55359 Contact, Donna Setter Phone. 783428-9110 Fax: 763.428-9095 Special Inshuo0ons: To:917634289095 Pase:2/3 Quote No. Qunte- Date Expire Data Reference # Salesperson Region 9 City project 9 906 2013 Infrastructure Improvemen New Hope, MN 000987 0341 a12013 03128/2013 MN DOT Louie Hegna ' ornpany tacks YAM drivers are broke down with up to 8 hours per day / 40 hours per week, with over time rate over 8 hours per dray 140 hours per week due to prevailing wage. Equip Type Product Description Quantity units Quote Rate Sales Price End Dump Owner Operators 1.00 Hours 98.00 99.00 Belly Dump Owner Operators 1.00 Hours 98.00 98.00 Side dump Owner Operatws 1.00 Hours 98.00 98.00 Dump Truck Owner Operators 1.00 Hours 92.00 92.00 Eyed Dump CO TRK up to 8 or 44 1.00 flours 114.00 114.00 End Dump CO TRK over 8 or 40 1.00 Hours 12735 127.75 Belly Dump CO TISK a d'drAP 1.00 HOUFS 11139 11f.70 Side Dump CO TRK up to 8 or 40 1.00 Hours 114.00 114.00 Side Dump CO TRK over a air 40* 1.00 Hours 127.75 127.75 Dump Truck CO TRK up to S or 40 1.00 Hours 111.18 111.18 Dump Truck CO TRK over a or 40* 1.00 Hours 121.63 121.03 Thede prices are goad for fuel up to $4.00 per gation. It fuel is .above $4.00 per gallon s.40 cent per hour increase for every .05 teat inanmae of fuel will apply. These rates are subject to any applicable sales tax " it tax exempt a certitiCate Will need to be provided. This bid is subject to the following exclusions, bid tome and conditions. See the aftehed Accepted 13y: Date: War iali�U iJ 0:1t;VM FRA Environmental Protection Agency IA0002/0002 OME Control No: Appro eck Approval Expires: Disadvantaged Buainess Enterprise Program DBE Subcontractor Performance Form kADDRIMS M OF 81MCONTRACTOW PROJECT NAME BID,lPROPOSAL NO. TELEPHONE NO. FIMAIL ADDRESS \ f♦ I Y R+G� / PRIME CONTRACTOR NAME S.R. Weidema, Inc. CON'1"CT rrW OFWORK OR DPScRIImm OF SnvICiF:Ei PRICE OF WORK ITEM NO, SID M PRIME sulimrl rED TO PRIME CONTRACTOR Cu . dy cern icd as a MB WBE under EPA's D13E Program? Yea No March 19, 2013 Sisnatu a of Prime Cor►trwor bate Scott Enerson Project Manager Print Name Tide —. Ia Si Lure of Subcontractor Date t Name Title. 'Subcontractor is defined an a onmpany, firm, joint venbmw, or individual who erftm into an agimmew with A contrattnr to provide seevim pummnt to an EPA award of finencW aseiatanm, EPA FORM 6100.3 (DBE Suboontmcior Pttform nce Form) 1,4 Minnesota Department of HUMAN RIGHTS CERTIFICATE OF COB LLANC E 5 R WEIDEMA, INC. is hereby certified as a contractor by the Minnesota Department of Human Rights. This certificate is valid from 212212013 to 2127/2015. This certification is subject to revocation or suspension prior to its expiration if the department issues a finding of noncompliance or if your organization fails to make a good faith effort to implement its affirmative action plan. Minnesota Department of Human Rights FOR THE DEPARTMENT BY: aj Kevin M. Lindsey, Commissioner AN EQUAL OPPORTUNITY EMPLOYER Freeman Building • 625 Robert Street North • Saint Paul, Minnesota 53155 Tel 651.539.1100 • TTY 651.296.1283 • Toll Free 1.800.657.3704 • Fax 651.296.9042 9 www.humanrights.state.mmus 2013 Infrastructure Improvements March 19, 2013 10:00 am Company Phone Contact Date Quote Requested -Fax Data of Follow-up Submitting BId7 Ace Hydro Seeding, Inc. 320-274-3286 Crystal S. Magandy 3/6/2013 3/14/2013 Crystal/1'im Might quote, will send one If they do. ACT Electronics, Inc. 952-949-2079 Marilyn Kay Lievers 3/6/2013 3/14/2013 No Answer. Left Message 3/18/13 faxed back - no bid M Elevens Airfresh Industries 651.775-1489 Kelly Thommes 3/612013 3/11/2013 Will be submitting a quote for restroom rentals. Kelly Thommes Rec'd 3118113 All Phase Contracting 651-462.7232 Mary Ann ,lay 3/6/2013 3/8/2013 emailed, will quote trucking, dewatering etc. L/M 3119113 8:04 am AMS Contracting, LLC 651-257-4267 Anthony Seburg 3/6/2013 3/1412013 No Answer, left message. A -Tree Service, Inc. 612-724-6045 Denise Yolk email 3/6113 311412013 No Answer, left message. Booker Construction, Inc. 651-6441026 Emmett Booker 3/6/2013 3/14/2013 No answer, left message. Boone Container, Inc. 612-331-4381 Gerald Boone 3/6/2013 3/14/2013 Sharon- not quoting as of now. Central Minnesota Sawing LLC 320-743-2001 Tanya Doering 3/6/2013 3114/2043 Couldn't get through. Sent quote 3118113 reed 6100-3 Cl Utilities, LLC 763-450-2060 Bert Castrejon 316/2013 3/14/2013 No Answer, left message. Comfort Trucking, LLC 612-281-6857 Kpormah Rennie email 3/6113 ' 3/1412013 No Answer, left message. Convenant Electric, Inc. 612.554.2066 Barbara Graydon 316/2073 3/14/2013 No Answer, left message. Courtland, LLC 646-641-5896 Julia Espey 3/6/2013 3/11/2013 WON be submitting a quote for Consturction Supplies. 3-19-13 Julia not quoting C & T Stringer Trucking LLC 612-743-3035 Charles Stringer 3/6/2013 3/14/2013 Charlie- not quoting Dave Trucking, Inc. 763.222.8345 Dave Obojie email 316113 3/14/2013 David- not quoting Ed Trucking 763-639-0992 Earl Robinson email 316/13 3/7/2013 faxed back quota, 6100-3 signed. Edda Construction, LLC 651-485-6760 Ingeun Yu email 3/6113 3/14/2013 Not sure, requested I send Info again to eddecompany@gamil.com Elliott Contracting Corp. 612-256-0000 John Elliott 3/6/2013 3/14/2013 Crystal- Not on their list to bid Erosion Control, Inc. 507-455-9514 Helen M. Nagel 3/6/2013 3/6/2013 faxed back material list - not bidding due to specs or location F & S Concrete Paving, Inc. 320-834-4578 Karen Peterson email 316113 3/14/2013 No Answer, left message. GM Contracting, Inc. 507-726-6433 Suzanne Harazin 3/6/2013 3/14/2013 Sue- Will be quoting, will send us a quote. 3119113 need quote & 6100-3 Holte Contracting 763-576-7100 Dianne R. Holts 316/2013 3/14/2013 Jeff- Not bidding. Honda Electric, Inc. 763-498-8433 Laurie Plzak 3/6/2013 3/14/2013 Katie- Yes, will send us a quote. LIl w/Laurie 3/19113 8:09 am K Electric, LLC 651-778-1425 Yietco Nguyen 3/6/2013 3/14/2013 No Answer, left message. Kang Contracting Corp 651-775-5777 Nelson Kanyi 3/6/2013 3/14/2013 No Answer, left message. Karen Electric, Inc. 320.259-1986 Karen M. Maine 3/6/2013 3/14/2013 Karen Not bidding LAC Enterprises DBA Windsor 651-482-0205 Terry Childers 3/6/2013 3114/2013 Brett- not bidding LaCoe Enterprises, Inc. 763-413-4716 Karen LaCoe 302013 3/14/2013 Karen- will send quote. LII 3-19-13 8:10am Laughlin Electric Co. 651-2242585 Gloria Laughlin 316/2013 3/14/2013 Judy Not quoting Loma Trucking 612-210-0741 Juan Lama email 3/6/13 3/14f2013 No answer, voicemail box was full. Lucas Company 763-464-2936 Jim Lucas 316/2013 3112{2013 Will be submitting a quota. Jim Lucas. Stopped by to pick up plans and talked to MBE, Inc. 763-872-9233 Robert L. Perry 3/6/2013 Scott E 3110/13 received quote & 6100-3 3/6/2013 sent 6100-3 Maas Trucking LLC 763-441-2075 Brenda Maas 3/6120.13 3/14/2013 No Answer, left message. MacHlll Construction Services 952-929-9640 Mike MacKay 3/6/2013 3/14/2013 No Answer, left message. Mad Dog Construction, Inc. 763-753-1680 Mahno Sorreli 3/6/2013 3/14/2013 No Answer, left message. Midwest Electric Company 763-551-7992 Delores Wermerskirc email 316/13 3/14/2013 No Answer, left message. Minnesota Geoservices, Inc. 651-644-1571 Herb Garcia 3/6/2013 3/14/2013 Trish- no, not quoting Minnesota Streetworks, Inc. 763-427-9992 Jeanine Davis 3/6/2013 3/14/2013 Jeanine- Not surge, faxed sheet over again to 763-712-0481 Mtech !Electric, Inc. 763-537-1570 Huang T. Pham 3/6/2013 3/14/2013 No Answer, left message. North Metro Asphalt LLC 763-4134604 Jim Larson 316/2013 3/14/2013 No Answer, left message. Called back 3115113- Not bidding. S. R. Weidema, Inc. 2013 Infrastructure Improvements O'Malley Construction, Inc. On Call Pavement Sweeping, Inc. On -Site Sanitation Povolny Specialties, Inc. Princess Trucking, Inc. Pro Installers Quality Cutting and Coring, Inc. Reed's Excavating, Inc. Reiner Contracting, Inc. Rock On Enterprises, Inc. Rosales Trucking Ross Electric Company, Inc. Shaw Trucking, Inc. Simplex Construction Supplies, Inc. Standard Contracting, Inc. Stripe Right Inc, Midwest TAC Paving Terra's Canopies Tree Service Transignal LLC Unique Contracting Services Corp. Utility Sales and Supply, Inc. USSI Water Products (Boys Contracting) Yaw Construction Group, Inc. National Association of Minority Contractors Association of Women Contractors MEDA March 19, 2013 10:00 am 507-357-6330 Lori & Brian O'Malley 3/6/2013 612-709-8578 Laura Miller 3/6/2013 651-429-3781 Karen Halm 3/6/2013 651452-7335 Kim Povolny 3f612013 763.441.3982 Judy A. Lefebvre 3/6/2013 612-306-9053 Lucas Brazier 3/6/2013 763-786-9605 Kari Landrus 3/6/2013 320-252-3937 Donald H. Reed 3/6/2013 320-587-9886 Dedra Reiner email 316/13 320.230.2998 Krystal Quade 3/6/2013 651-707-6478 Hector Rosales email 316113 612-702-7840 Cedric Ross 3/6/2013 763-434-3300 Donald Shaw 3/6/2013 763-398-0040 Sarah Bezey 3/6/2013 651-43&2510 Rebecca Seidankran 3/6/2013 651-793-9004 David Cases email 3/6113 783-746-5820 Leo Copeland 3/6/2013 651-246-5396 Philip Castano 3/612013 763-241-0789 Robert Chavez 3/6/2013 763-218-9385 Angel Perez email 3(6113 612-365-7529 Tiffany Imaker 316/2013 320-528-2436 Kathryn Boys email 316113 612-522-4748 Gilbert Odonkor 3/6/2013 612-521-3366 email 316113 651-489-2221 email 3013 612-332-6332 email 316113 3/612013 Lori O'Malley -will be quoting need .quote need 6100-3 3/1412013 No Answer, left message. Called back 315115. is quoting and sent 6100 3/6/2013 faxed back quote; 8100-3 signed. 3/14/2013 No Answer, left message. 3/14/2013 No Answer, left message. 3/14/2013 Luke- yes, will send quote L/M 3-19-13 8:11 am 3/7/2013 Will quote, sent 61003, will send quote 3-19-13 8:13 am 3/1412013 No Answer, left message. 3/6/2013 Martha Hoekstra will quote milling asphaltlsawing need 6100-3 & quota 3118113 316/2013 Faxed back, will not be quoting. Louie 3118113 recd & 6100-3 3/14/2013 Hector- No, not quoting 3/1412013 Ross- Not quoting. 3/14/2013 Yes, will send quote. Received quote & 6100-3 signed. 3/14/2013 Roxanne- not quoting. 3/14/2013 Anthony- not quoting. 3/14/2013 No Answer, left message. 3/1412013 No answer, mailbox full. 3114/2013 faxed back will quote clear & grub LIM 3-19-13 8:18 am 3114/2013 Jeremy- yes, will send quote, received quote & 6100-3 311 8/1 3 3/14/2013 No answer, left messageJCalled back, resending Info- maybe quoting. 3/14/2013 Tiffany- Not quoting. 3/14/2013 Kathy- yes, will send quote reed quote & 6100-3 3/14/2013 No answer, left message. 311 W013 No answer. Left message. 3/15/2013 No answer. Left message for Barb. 3/6/2013 ,fan is out - sent to Liz - emailed back request posted in planroom S. R. Weldema, Inc. And that the fo11owmg 15 a printed copy of ase lower ease atpbabet from A to Z, both inclusive, and is hereby acknowledged as b g the size Und ignd of type used Iii the aocde kimr-pc vwxW SubScai4d and Swom to before me this 13th day of M4.2013 Public. fjonepin County, Minnesota *ftrY ftbl"Irnmft � t�plreo.letaa'i, anis TE INFORMATION: 1 Lowest classified rate paid by $ comm=tal users for comparable space - 2 Maxmatzm rate allowed by law for $ the above matter, — 16.0000 0.47180 3 Rate actually charged for the above $ 0.4289 matter, Page 1 c' Affidavit of Publication GN]MVWBWHWS= �C1BCC�NieI�A.�1'c�ts STATE OF NE W'ESOTA ) AAID SUPPLOW (SS. COUNTY OF HENNEPW ) R W$adema wut be suhtmittang a bid Eciloreaatg project. Dewripdow 1aa&aetructiat a ?inprovementa Bads fu Now Hope RE 2013 i dmtructwe Improvements 04) Frojectm 966 New dope, MN Ca= Retzack , bang duly swum on oath say she/he is slnees ro�c'aaag tiuB jrmat ig, wt 10-00 AM ' . .aa�arA7l�aatbCaa ab. and dur mg gill times hermtl stated has been the publisher or the g plane at our office or any awes- pubkshcrs designated agent in charge of the newspaper kmwn as you away meed, pieere oo tact our We we open to hmskmg out et y W >ated PWAU Finance and Commerce lang wage rafsa and certafied Is away on tw Ftmect and has frill knowledge of the facts herein stated as follows. a. x. w�,n., ice. 17806 i18th A"mua North newspaper complied With all of ft z uiremuts (A) T1i<s ii has . b*19 41mol UK 50368 constituting qualificahm as a legal newspaper, as pr widod Phone 76342"110 Fax by Mumogota Satute 331A,02, and 331A.07, and other govt ty E . Bgaaa! Gppaa�taamt� Fkaployer' a eable laws, as aided. Ply ti't blasted in (B) Sheltie further stags an that the printod Fu=ce seat# cbmanerce Uma 6, 18, 29133 5,3 Ccrosullwon 2753 hereto printed as part as it was printed and published there in the E4ish laliggtiage; that it was first so published on ch 06, X13 for 2 tinio(s): e m NgUont dates of publw.canaiis eing as Mom 31612013 3/13/2013 And that the fo11owmg 15 a printed copy of ase lower ease atpbabet from A to Z, both inclusive, and is hereby acknowledged as b g the size Und ignd of type used Iii the aocde kimr-pc vwxW SubScai4d and Swom to before me this 13th day of M4.2013 Public. fjonepin County, Minnesota *ftrY ftbl"Irnmft � t�plreo.letaa'i, anis TE INFORMATION: 1 Lowest classified rate paid by $ comm=tal users for comparable space - 2 Maxmatzm rate allowed by law for $ the above matter, — 16.0000 0.47180 3 Rate actually charged for the above $ 0.4289 matter, SECTION 00 52 10 AGREEMENT FORM THIS AGREEMENT is by and between the City of New Hope, Minnesota (hereinafter called Owner) and S.R. Weidema. Inc. (hereinafter called Contractor). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: municipal utility and street improvements. ARTICLE 2 - THE PR03ECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2013 Infrastructure Improvements, City Project No. 906 for the City of New Hope, Minnesota. ARTICLE 3 - ENGINEER 3.01 The Project has been designed by Stantec (Engineer), who is to act as Owner's representative, assume all duties and responsibilities, and will have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 rme of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Dates for Mikstones, Substantial Completion, and Final Payment A. The following Milestones, as defined in the Supplemental Conditions (Section 00 73 05) of the Project Manual, will be completed by the following dates. 1. Utility Improvements for both Reconstruct and Mill and Overlay Streets - November 15, 2013. 2. Bituminous Base and Binder Course Paving, Interim Pavement Markings -November 29, 2013. B. The Work will be Substantially Completed on or before August 29, 2014. Substantial Completion includes completion of all utility improvements, bituminous wear course, pavement markings, and restoration work. C. The Work shall be completed and ready for Final Payment in accordance with Paragraph 14.07 of the General Conditions on or before October 31, 2014. 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the AGREEMENT FORM 0 2013 Stantec 1 193801579 00 52 10 1 General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in Paragraph 4.02 for Milestones and Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $500 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for Final Payment until the Work is completed and ready for Final Payment. ARTICLE 5 — CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds as follows: A. For all Work at the prices stated in Contractor's Bid, attached hereto as an exhibit. The Bid prices for Unit Price Work set forth as of the Effective Date of the Agreement are based on estimated quantities. As provided in Paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in Paragraph 9.07 of the General Conditions. B. Original Contract Amount is based on Five Million Nine Hundred Ninety -Six Thousand, Six Hundred Sixty -Eight Dollars and Forty -Nine Cents ($5,996,668.49). ARTICLE 6 — PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment, monthly during performance of the Work as provided in Paragraphs 6.02.A1 and 6.02.A2 below. All such payments will be measured by the Schedule of Values established in Paragraph 2.07.A of the General Conditions (and in the case of Bid Unit Price Work based on the number of units completed) or, In the event there is no Schedule of Values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Paragraph 14.02 of the General Conditions: a. 95 percent of Work completed (with the balance being retainage). b. 95 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 100 percent of the Work completed, less such amounts as Engineer shall determine in accordance with Paragraph 14.02.65 of the General Conditions and less 200 percent of Engineer's estimate of the value of Work to be completed or corrected as AGREEMENT FORM 9) 2013 Stantp.c 11938niS79 005210-2 shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 6.03 Final Payment A. Upon Final Completion and acceptance of the Work, in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 7 — INTEREST 7.01 All moneys not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE S — CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site, and all drawings of physical conditions relating to existing surface or subsurface structures at the Slte (except Underground Facilities), if any, that have been Identified in the Supplementary Conditions as containing reliable 'technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Supplementary Conditions as containing reliable "technical data." E. Contractor considered the information known to Contractor, information commonly known to contractors doing business In the locality of the Site; Information and observations obtained from visits to the Site; the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work, (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and (3) Contractor's safety precaution programs. F. Based on the information and observations referred to in Paragraph 8.01.E above, Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. AGREEMENT FORM 0 2013 Stantec 1 193801579 005210-3 H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement. 2. Performance Bond, Payment Bond, and other Bonds. 3. General Conditions. 4. Supplementary Conditions. S. Specifications as listed in the table of contents of the Project Manual. 6. Drawings bearing the following general title: 2013 Infrastructure Improvements, City Project No. 906. 7. Addenda (Letters A to B, inclusive). 8. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid Form. b. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Order(s). B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 10 —MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Condact A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. - AGREEMENT FORM C 2013 Stantec 1 193801579 005210-4 10.03 Successors afid Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non- competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. C 2013 stantec ; 193801579 3',.3 � a 'SE IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. Counterparts have been delivered to Owner and Contractor. All portions of the Contract Documents have been signed or have been identified by Owner and Contractor or on their behalf. This Agreement will be effective on QQY--� 1 . 2013 (which is the Effective Date of the Agreement). Owner: City of New Hope, Minnesota Elk �11 / f Address for giving notices: CITY CLERK NEW HOPE, MN 55428 Designated Representative: Name: KIRK Mc®®NALD Title: CITY MANAGER Address: 4401 XYLGN AVE NO NEW HOPE MN 55428 Phone: 753-531-5100 703-531-5136 Facsimile: Contractor: S.R. Weidema, I By: Attest: Address for giving notices: License No.: (Where Applicable) Designated Representative: Name: 'r Title: Address: Phone: Facsimile: END OF SECTION AGREEMENT FORM © 2013 Stantec 1193801579 005210-6 2013 Infrastructure Improvements New Hope, MN Designated Representative: Name: Scott Weidema Title: President Address: 17600 113th Avenue North Maple Grove, MN 55369 Phone: 763-428-9110 Facsimile: 763-428-9095 Designated Representative: Name: Jon Enerson Title: Superintendent Address: 17600 113'" Avenue North Maple Grove, MN 55369 Phone: 763-428-9110 Facsimile: 763-428-9095 Designated Representative: Name: Tanya Weidema Title: Administrator Address: 17600 113th Avenue North Maple Grove, MN 55369 Phone: 763-428-9110 Facsimile: 763-428-9095 Designated Representative: Name: Scott Enerson Title: Project Manager Address: 17600 113th Avenue North Maple Grove, MN 55369 Phone: 763-428-9110 Facsimile: 763-428-9095 Designated Representative: Name: Donna Setter Title: Controller Address: 17600 113'" Avenue North Maple Grove, MN 55369 Phone: 763-428-9110 Facsimile: 763-428-9095 Client#: 1753 WEIDINCI ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 410112013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poiicy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: MN -COMMERCIAL LINES (AIC, No E=t : 612 349-2400 FAX A/C, No]: 612 349 2490 COBB STRECKER DUNPHY 8r ZIMMERMANN E-MAIL 150 S FIFTH ST STE 2800 ADDRESS: ❑ GE TO B�ELATED P E ISES Eaoocurrence s500,000 MINNEAPOLIS, MN 55402 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: AMERISURE INSURANCE COMPANY GENERAL AGGREGATE s2,000.000 INSURED INSURERS: AMERISURE MUTUAL INSURANCE COMP 5R WEIDEMA INC INSURER C: 17600113TH AVE N INSURER D: MAPLE GROVE, MN 55369 CA2086660 /0112013 INSURER E : INSURER F: X X C:UVEKAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE ADDLSUB INSR WVD POLICY NUMBER POLI YEFF MMIO� POLICYEXP MMIDD LIMITS A GENERAL UABIUTY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR X CONTRACTUAL LIAB PER CPP2086661 0410112013 0410112014 EACH OCCURRENCE $1110001000 ❑ GE TO B�ELATED P E ISES Eaoocurrence s500,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY S 1 000,000 X POLICY FORM AND XCU GENERAL AGGREGATE s2,000.000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PEO 191 LOC $ PRODUCTS - COMPIOP AGG s2,000,000 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOSX AUTOS CA2086660 /0112013 0410112014EO aocl dooDISINGLE OMIT 1,()00,000 X X BODILY INJURY (Per parson) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ B X UMBRELLA LIARX EXCESS LUIB OCCUR CLAIMS -MADE CU2086662 4/01/2013 04/011201 EACH OCCURRENCE $5,000,000 AGGREGATE s5,000,000 DED X RETENTION $() $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIEfORIPARTNERIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? IN I N I A (Mandatory In NH) I If DESCRIPTION OF Odescribe underPERATIONS below WC2086663 STOP GAP LIABILITY ONLY IN THE STATE OF ND 0410112013 04/01/201 X WC STATU- OTH- E.L. EACH ACCIDENT $500000 E.L. DISEASE - EA EMPLOYEE s500,000 E L. DISEASE - POLICY LIMIT $5Q() QQQ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additlonal Remarks Schedule, if more space Is requ" 2013 INFRASTRUCTURE IMPROVEMENTS PROJECT; CITY PROJECT NO 906 (See Attached Descriptions) CITY OF NEW HOPE 4401 XYLON AVE N NEW HOPE, MN 55428 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE TION_ All riahts reserved ACORD 25 (2010105) 1 of 2 The ACORD name and logo are registered marks of ACORD #S5176441M510678 BAM DESCRIPTIONS (Continued from 'Page 1) ADDITIONAL iNSURED ONLY IF R-EQUIRED BY WRITTEN CONTRACT WITH RESPECT TO GENERAL LIABILITY, AUTOMOBILE LIABILITY AND UMBRELLA LIASILJTY APPLIES ON A PRIMARY BASIS AND THE INSURANCE OF THE ADDITIONAL INSURED SHALL BE NONCONTRISUTORY: CITY OF NEW HOPE (OWNER) STANTEC CONSULTING SERVICES INC (AIE) The following supersedes the cancellation wording: Should any of the above described policies be cancelled or materially changed before the expiration date, 30 Days written notice (10 Days for Non -Payment) will be delivered to the certificate holder. SAGITTA 25.3 (201000N 2 a12 #S5176"IM510678 ai1/YGRM%7Crl 1 I1A17C TYPE OF INSURANCE COVERAGFIFORMS DEDUCTIBLE COINS % AMOUNT PROPERTY CAUSES OF LOSS LOAN # BASIC r_1 BROAD 11 SPEC Terrorism Coverage Included EACH OCCURRENCE $ 2 000 000 DAMAGE TOJED PREMISES $ GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE Fx_] OCCUR RAILROAD PROTECTIVE MED EXP (Any one person) $ PERSONAL & ADV INJURY E GENERAL AGGREGATE $ 6,000,000 RETRO DATE FOR CLAIMS MADE: PRODUCTS - COMPIOP AGG $ X LIABILITY AUTOMOBILE LIABILrrY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS MEDICAL PAYMENTS $ NON -OWNED AUTOS PERSONAL'INJURYPROT $ UNINSURED MOTOR;ST $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT $ OTHER THAN COL: OTHER GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE- SELF-INSURED RETENTION $ WC STATUTORY LMITS WORKER'S COMPENSATION E.L. EACH ACCIDENT AND $ EMPLOYER'S LIABILITY E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ CONTRACTOR: SR WEIDEMA INC SPECIAL FEES $ OTHER °NSf CONTRACT AMOUNT: $5,996,668 TAx�s $ COVERAGES ... FRTIMATIM TnTA1 00PIA11 MA 1 C NAME & ADDRESS ACORD 75 (2001101) 1 of 2 #11268 NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE BAM 0 ACORD CORPORATION 1993 MORTGAGEE7713—ITIONAL L033 PAYEE INSURED LOAN # AUT ZED REPRESENTATIVE ACORD 75 (2001101) 1 of 2 #11268 NOTE: IMPORTANT STATE INFORMATION ON REVERSE SIDE BAM 0 ACORD CORPORATION 1993 CONDITIONS This Company binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge premium for the binder according to the Rules and Rates in use by the Company. Applicable in California When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title of the form is changed from "Insurance Binder" to "Cover Note". Applicable in Delaware The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real property shall accept as evidence of insurance a written binder issued by an authorized Insurer or its agent if the binder includes or is accompanied by: the name and address of the borrower; the name and address of the lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten (10) days prior to the cancellation: except in the case of a renewal of a policy subsequent to the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable in Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder s required unless the duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless the binder is replaced by a policy or another binder in the same company. Applicable in Nevada Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof of insurance for actual damages sustained therefrom. ACORD 75 (2001101) 2 of 2 #11268 PERPORMA,NCE BOND ,Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name, and Address of Princlpal Place of ftshww): S.R. Weidema, Inc. 17600 113th Avenue North Travelers Casualty and Surety Company of America Maple Grove, MN 55369 One Tower Square OAR (Name and Address): Hartford, CT 06183 City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 CONTRACT Effective Date of Agreement: April 1, 2013 Ainbunt: $5,996,668.49 Five Million Nine Hundred Ninety Sic Thousand Six Hundred Sixty Eight Dollars and 491100 Description (Name mrd Location): BOND Bond Number 105901557 Date (Nat earliertiran E„fective Dote of Agreement): April 1, 2013 Amount: $5,996,668.49 Five Million Nine Hundred Ninety Sic Thousand Sic Hundred Sixty Eight Dollars and 49/100 Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cease this Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL S.R. Weldema, Inc. (Seal) Contractor's Name and Corporate Seal By , Signature Scott Weidema Print Name President Title Attest: Signature s 1/1n Title SURETY Travelers Casualty and Surety Company of ~ca %Surety's Name and rpo to Seal K4F cam. BY: N&I Simat&4A h Power of rnev] Brian J. Oestreich Print Name Attorney -in -Fact Title Attest: Signature Linda k. French Surety Account Rep Title Note: Provide execution by additional parties, such as jotirt venturers, if neommy. rMCnC C-610 Perlaramee ilond (2007( Prepared by the Engineers.Jo1nt'Cunh%d Dotumenis CommIttee. 00 6113.13 Page I of -.3 Contractor and Surety, jointly and severally, bind themselves, their heirs; executors, administrators, successors, and assigns to Owner for the performance of the Contract, whleh is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. if Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 23 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds execu6d by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default-, or 3.4 Waive Its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to fawner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for. ZJCDC 0.610 Performasee aaad Prepared by the XTWncersdoint Contract Doenments Committct. (20071 Page 2 af3 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 53 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and. the Balance of the Contmet Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be Instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years atter Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in theJurisdiction ofthe suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page - 10. When this Bond has been furnished to comply with a statutory requirement in the location whore the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted heref om and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract atter all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor Identified on the signature page, Including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived,'to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address and Telephone) Surety Agency or Broker: Owner's Representative Rkneer or otherymty Cobb Strecker Dunphy & Zimmermann, Inc. Stantec 150 South Fifth Street, Suite 2800, Minneapolis, MN 55402 2335 Highway 36 West, St. Paul, MN 55113 612-349-2400 , 651-636-4600 UCDC C-610 Peribrmanee Band Prepared by the EngWaers Jolat Contmet Doeaments Committee (3007) h&003 PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be coaddemd plural where applicable. CONTRACTOR (Name acrd Address): S.R. Weldema, Inc. 17600113th Avenue North Maple Grove, MN 55369 OWNER (Name andAddress): City of New Hope SURETY (Name, and Address of Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 New Hope, MN 55428 CONTRACT Effective Bata ofAgreement: April 1, 2013 Amount:. $5,996,668.49 Five Million Nine Hundred Ninety Six Thousand Six Hundred Sixty Eight Dollars and 491100 Description (Name and Location): BOND Bond Number: 105901557 Date (Not earlier than Effective Doe of Agreemeno: April 1, 2013 Amount: 5,996,668.49 Five Million Nine Hundred Ninety Six Thousand Six Hundred Sixty Eight Dollars and 491100 Modifications to this Bond Form: None Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL S.R. Weldema, Inc. (Seat) Contractor's Name and Corporate Seal By: Slgnatu Scott Weidema Print Namc President Title Attest: &' r lgnature Title SURETY By: and Suretv Company of Brian J. Oestreich Print Name Attomey-in-Fact .• -�� /jai �.� i�1� ° �, J Signature Linda K. French Surety Account Rep Title Note: Provide exemilon by additionalparties, such asjoint venturers, ifnecessary, 9JC-BC C4111 VoymentHond-000-7) Pttpared by the 0obicers Joint Contract Raearni:nts CaWidttee, 04 61 13.1:6:Pa e 1 or -3 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by .Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor; Promptly makes payment, directly or indirectly, for all sums due Claimants, and Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non. payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner. has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. Claimants who do not have a direct contract with Contractor: I . Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed .labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not receival within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance. G. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surety's expense take the following actions: Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. Pay or arrange for payment of any undisputed amounts. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good With by Surety. S. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated FJCDC 0415 Payauat Band Prepared by the Euglacers Joint Central Doeaments Cammittea (ion Pae 2 ora to the Contract. O.wricr shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to Make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 14. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders, and other obligations. 11. No suit or action shall be commenood by a Claimant under this Bond other than In a court of competent jurisdiction in the location in which the Work or part of the Work Is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4,1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (l) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the 'signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been fumished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed Incorporated herein. The Intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or mental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address, and Telephone) Surety Agency or Broker. Owner's Representative (Engineer or oft: Cobb Strecker Dunphy & Zimmermann, Inc. 150 South Fifth Street, Suite 2800, Minneapolis, MN 55402 612-349-2400 Stantec 2335 Highway 36 West, St. Paul, MN 55113 651-636-4600 EJCDC C-615 >rarment Bond Prepared by the Bo&eers Joint Contract Documents Committee. (20b7) Pfte3of3 ACKNOWLEDGMENT OF CORPORATION State of Minnesota ss. County of _ Hennepin On this day of 2013 before me appeared Scott Weidema to me personally known, who, being by me duly sworn, did say that (s)he is the President of S.R. WEIDEMA, INC. , a corporation, that the seal affixed to the forgoing instrument is the corporate seal of said corporation, (If no seal, so state, and strike out above as to corporate seal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Scott Weidema acknowledged said instrument to be the free act and deed of said corporation. State of Minnesota 6''� Tanya Marie Wreid NOTARY IP ZlC �' State of Minnesota • ` My Commission Expires 1-31.M commission expires County, ACKNOWLEDGMENT OF CORPORATE SURETY ss, County of Hennepin, On this 1 sc day of Aril 2013 'before me appeared Brian J. Oestreich to me personally known, who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of Travelers Casualty and Surety Company of America, a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Brian J. Oestreich acknowledged said instrument to be the free act and deed of said corporation. C -H s�ldlh� Notary Public County, �,ypa gt,TOts My commission expires WARNING: THIS POWER OF ATTORNEY 15 INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 22631$ Certificate No. 005398516 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Bruce N. Telander, Donald R. Olson, John E. Tauer, Linda K. French, R. W. Frank,Craig Remick, Rachel Thomas, Nicole Nelson, Joshua R. Loftis, Brian J. Oestreich, Sandra M. Doze, Jerome T. Ouimet, Christine M. Hansen, D.R. Dougherty, Jack Cedarleaf 11, Kurt C. Lundblad, Pamela T. Curran, and Melinda C. Blodgett of the City of _ MinttPapelis State of M .eget _ , their true and lawful Attomey(s)-in-Pact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and then corporate seals to be hereto affixed, this day of March 2013 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company SL Paul Guardian Insurance Company 7th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company �,,�ApBU,4� HRE 6 *�. �Ng IMfU TY A,y 02•ly �_ p� Y - 'P ?0�.�... 49,1 6d?Y.........g9y yS� �sG 1ib�I '� L5 s�•c �'V e OM1P�A� f+s oorw. 4 5¢�� gg 1951 ,�sEarfo s�al.z'� r g gbyy • }� �� nHCE r'.�•�A•.'µvaa 7$f�. �s.�... �' y`�f P *M�� � . �tI AIN State of Connecticut City of Hartford ss. By: Robert L. Raney, eniw Vice President On this the 7t11 day of March 2013 , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Wltneas Whereof, I hereunto set my hand and official seal.My Commission expires the 30th day of June, 2016. is Marie C. Tcb:=ult, Notary Public 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Pact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compames, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1 St day of Ap r i 1 20 13. Kevin E. Hughes, Assistant Sec tary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travetersboiad.com. Please refer to the Attorney above-named individuals and the details of the bond to which the power is attached. ice_ WARN ING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): OWNER (Name and Address): CONTRACT Effective Date of Agreement: Amount: Description (Name and Location): SURETY (Name, and Address of Principal Place of Business): BOND Bond Number: Date (Not earlier than Effective Date of Agreement): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY (Seal) Contractor's Name and Corporate Seal By: Surety's Name and Corporate Seal By: Signature Signature (Attach Power of Attorney) Print Name Print Name Title Title Attest: Attest: Signature Signature Title Title Note: Provide execution by additional parties, such as joint venturers, if necessary. EJCDC 0-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Page 1 of 3 (Seal) Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: EJCDC C-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Page 2 of 3 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Rnnd shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for damages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. FOR IIV'FORMATION ONLY — (Name, Address and Telephone) Surety Agency or Broker: Owner's Representative (Engineer or other party): EJCDC 0-610 Performance Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.13 Pace 3 of 3 PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): OWNER (Name and Address): CONTRACT Effective Date of Agreement: Amount: Description (Name and Location): BOND Bond Number: Date (Not earlier than Effective Date of Agreement) : Amount: Modifications to this Bond Form: SURETY (Name, and Address ofPrincipal Place of Business): Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL (Seal) Contractor's Name and Corporate Seal By: Signature SURETY LO -A Surety's Name and Corporate Seal Print Name Title Attest: Attest: Signature Title Signature (Attach Power of Attorney) Print Name Title Signature Title Note: Provide execution by additional parties, such as joint venturers, if necessary. 1:JCDC C-615 Payment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.16 Page 1 of 3 (Seal) 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance. 6. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surety's expense take the following actions: 6.1 Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work EJCDC C-615 Payment Bond (2007) Prepared by the Engineers Joint Contract Documents Committee. 00 6113.16 Page 2 of 3 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders, and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. U. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions 15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or ntherwke comply with the other terms thereof. FOR INFORMATION ONLY — (Name, Address, and Telephone) Surety Agency or Broker: Owner's Representative (Engineer or other): EJCDC C-615 Paymend Bond (2007) Prepared by the Engineers Joint Contract Documents Committee, 00 61 13.16 Page 3 of 3 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by s A C �. 1 M"wG+-4 C01,NM of EWGLNEu A -C C.o M les i .Ms. SCEAmerican Society National Society of Aof Civil Engineers professional Engineers Professional Engineers In Private Practice AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by i �� CONSTRUCTION SPECIFICATIONS INSTITUTE EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 00 72 05 These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor (EJCDC C-520 or C-525, 2007 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the Narrative Guide to the EJCDC Construction Documents (EJCDC C-001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (EJCDC C-800, 2007 Edition). Copyright C 2007 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314-2794 (703) 684-2882 www.nspe.org American Council of Engineering Companies 1015 15th Street N.W., Washington, DC 20005 (202) 347-7474 www.acec.or American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 (800) 548-2723 www.asce.org Associated General Contractors of America 2300 Wilson Boulevard, Suite 400, Arlington, VA 22201-3308 (703) 548-3118 www.agc.org The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. 00 72 05 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology................................................................................................. 1 1.01 Defined Terms.................................................................................................................... 1 1.02 Terminology........................................................................................................................5 Article2 — Preliminary Matters............................................................................................................... 6 2.01 Delivery of Bonds and Evidence of Insurance...................................................................... 6 2.02 Copies of Documents.......................................................................................................... 6 2.03 Commencement of Contract Times; Notice to Proceed........................................................ 6 2.04 Starting the Work................................................................................................................ 7 2.05 Before Starting Construction............................................................................................... 7 2.06 Preconstruction Conference; Designation of Authorized Representatives ............................. 7 2.07 Initial Acceptance of Schedules........................................................................................... 7 Article 3 — Contract Documents: Intent, Amending, Reuse.................................................................... 8 3.01 Intent.................................................................................................................................. 8 3.02 Reference Standards............................................................................................................ 8 3.03 Reporting and Resolving Discrepancies.................................................. 3.04 Amending and Supplementing Contract Documents............................................................ 9 3.05 Reuse of Documents......................................................................................................... 10 3.06 Electronic Data................................................................................................................. 10 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points................................................................................................. l l 4.01 Availability of Lands....................................................................•--.................................. 11 4.02 Subsurface and Physical Conditions....................................................................I.............. 11 4.03 Differing Subsurface or Physical Conditions....................................................................... 12 4.04 Underground Facilities...................................................................................................... 13 4.05 Reference Points............................................................................................................... 14 4.06 Hazardous Environmental Condition at Site ............................... . 14 Article 5 — Bonds and Insurance.......................................................................................................... 16 5.01 Performance, Payment, and Other Bonds........................................................................... 16 5.02 Licensed Sureties and Insurers........................................................................................... 16 5.03 Certificates of Insurance.................................................................................................... 17 5.04 Contractor's Insurance...................................................................................................... 17 5.05 Owner's Liability Insurance............................................................................................... 19 5.06 Property Insurance.................................................................................... .. 19 5.07 Waiver of Rights............................................................................................................... 20 5.08 Receipt and Application of Insurance Proceeds.................................................................. 21 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page i 00 72 05 5.09 Acceptance of Bonds and Insurance; Option to Replace .................................................... 21 5.10 Partial Utilization, Acknowledgment of Property Insurer ................................................... 22 Article 6 - Contractor's Responsibilities............................................................................................... 22 6.01 Supervision and Superintendence...................................................................................... 22 6.02 Labor; Working Hours...................................................................................................... 22 6.03 Services, Materials, and Equipment................................................................................... 23 6.04 Progress Schedule............................................................................................................. 23 6.05 Substitutes and "Or-Equals"............................................................................................... 23 6.06 Concerning Subcontractors, Suppliers, and Others............................................................ 26 6.07 Patent Fees and Royalties.................................................................................................. 27 6.08 Permits..............................................................................................................................28 Inspections, Tests, and Approvals..................................................................................... 6.09 Laws and Regulations....................................................................................................... 28 6.10 Taxes................................................................................................................................ 28 6.11 Use of Site and Other Areas.............................................................................................. 28 6.12 Record Documents............................................................................................................ 29 6.13 Safety and Protection........................................................................................................ 29 6.14 Safety Representative........................................................................................................ 30 6.15 Hazard Communication Programs.......:............................................................................. 31 6.16 Emergencies......................................................................................................................31 6.17 Shop Drawings and Samples............................................................................................. 31 6.18 Continuing the Work......................................................................................................... 33 6.19 Contractor's General Warranty and Guarantee.................................................................. 33 6.20 Indemnification................................................................................................................. 34 6.21 Delegation of Professional Design Services....................................................................... 34 Article 7 - Other Work at the Site........................................................................................................ 35 7.01 Related Work at Site......................................................................................................... 35 7.02 Coordination.....................................................................................................................36 7.03 Legal Relationships ........................................................................................................... 36 Article 8 - Owner's Responsibilities..................................................................................................... 36 8.01 Communications to Contractor.......................................................................................... 36 8.02 Replacement of Engineer................................................................................................... 37 8.03 Furnish Data..................................................................................................................... 37 8.04 Pay When Due.................................................................................................................. 37 8.05 Lands and Easements; Reports and Tests........................................................................... 37 8.06 Insurance.......................................................................................................................... 37 8.07 Change Orders.................................................................................................................. 37 8.08 Inspections, Tests, and Approvals..................................................................................... 37 8.09 Limitations on Owner's Responsibilities............................................................................ 37 8.10 Undisclosed Hazardous Environmental Condition.............................................................. 38 8.11 Evidence of Financial Arrangements.................................................................................. 38 8.12 Compliance with Safety Program.......................................................................................38 Article 9 - Engineer's Status During Construction................................................................................ 38 9.01 Owner's Representative.................................................................................................... 38 )RJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pale ii f1Itl "IT 9.02 Visits to Site..................................................................................................................... 38 9.03 Project Representative....................................................................................................... 39 9.04 Authorized Variations in Work..........................................•............................................... 39 9.05 Rejecting Defective Work.............................................................•................................... 39 9.06 Shop Drawings, Change Orders and Payments.................................................................. 39 9.07 Determinations for Unit Price Work.................................................................................. 40 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work ................. 40 9.09 Limitations on Engineer's Authority and Responsibilities................................................... 40 9.10 Compliance with Safety Program....................................................................................... 41 Article 10 - Changes in the Work; Claims............................................................................................. 41 10.01 Authorized Changes in the Work....................................................................................... 41 10.02 Unauthorized Changes in the Work................................................................................... 41 10.03 Execution of Change Orders.............................................................................................. 41 10.04 Notification to Surety........................................................................................................ 42 10.05 Claims..........................................................................................................•....................42 Article 11 - Cost of the Work; Allowances; Unit Price Work................................................................ 43 11.01 Cost of the Work.............................................................................................................. 43 11.02 Allowances............................................................................................................... 11.03 Unit Price Work..................................................................................................•............. 46 Article 12 - Change of Contract Price; Change of Contract Times ........................................................ 47 12.01 Change of Contract Price.................................................................................................. 47 12.02 Change of Contract Times................................................................................................. 48 12.03 Delays...............................................................................................................................48 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work .................. 49 13.01 Notice of Defects.............................................................................................................. 49 13.02 Access to Work................................................................................................................. 49 13.03 Tests and Inspections........................................................................................................ 49 13.04 Uncovering Work.............................................................................................................. 50 13.05 Owner May Stop the Work............................................................................................... 51 13.06 Correction or Removal of Defective Work........................................................................ 51 13.07 Correction Period.............................................................................................................. 51 13.08 Acceptance of Defective Work.......................................................................................... 52 13.09 Owner May Correct Defective Work................................................................................. 52 Article 14 - Payments to Contractor and Completion........................................................................... 53 14.01 Schedule of Values............................................................................................................ 53 14.02 Progress Payments............................................................................................................ 53 14.03 Contractor's Warranty of Title.......................................................................................... 56 14.04 Substantial Completion...................................................................................................... 56 14.05 Partial Utilization.................................................................................. ........................ 57 14.06 Final Inspection................................................................................................................. 58 14.07 Final Payment.......................................................................•....... .. 58 ................................... 14.08 Final Completion Delayed................................................................................................. 59 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iii 00 72 05 14.09 Waiver of Claims............................................................................................................... 59 Article 15 — Suspension of Work and Termination................................................................................ 60 15.01 Owner May Suspend Work.........................................................................I ..................... 60 15.02 Owner May Terminate for Cause....................................................................................... 60 15.03 Owner May Terminate For Convenience........................................................................... 61 15.04 Contractor May Stop Work or Terminate.......................................................................... 61 Article 16 — Dispute Resolution............................................................................................................ 62 16.01 Methods and Procedures................................................................................................... 62 Article17 — Miscellaneous.................................................................................................................... 62 17.01 Giving Notice.................................................................................................................... 62 17.02 Computation of Times....................................................................................................... 63 17.03 Cumulative Remedies........................................................................................................ 63 17.04 Survival of Obligations...................................................................................................... 63 17.05 Controlling Law................................................................................................................ 63 17-06 Headings........................................................................................................................... 63 ETCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iv 00 72 05 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Def ned Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terrns listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment—The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder—The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements—The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order—A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim—A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract—The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 1 of 62 00 72 05 12. Contract Documents—Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price—The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendation of final payment. 15. Contractor—The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work—See Paragraph 11.01 for definition. 17. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer=—The individual or entity named as such in the Agreement. 20. Field Order—A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements—Sections of Division 1 of the Specifications. 22. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 23. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24. Laws and Regulations; Laws or Regulations --Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EdCAC. All rights reserved. Page 2 of 62 00 72 05 25. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 26. Milestone—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 27. Notice of Award -The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed -A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner—The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCB.—Polychlorinated biphenyls. 31. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 32. Progress Schedule—A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Project—The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Resident Project Representative—The authorized representative of Engineer who may be assigned to the Site or any part thereof. 37. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 62 00 72 05 39. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 40. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 41. Site—Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 42. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Successful Bidder—The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to famish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 49. Unit Price Work—Work to be paid for on the basis of unit prices. 50. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Mage 4 of 62 construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 51. Work Change Directive—A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of hike effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives `reasonable," "suitable," "acceptable," groper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or EdCDC C-700 standard General Conditions of the Construction Contract Copyright ® 2007 National society of Professional Engineers for EJCDC. All rights reserved. Pace 5 of 62 00 72 05 c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). E. Furnish, Install, Perform, Provide: 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4- When "furnish," "install," "perform," or `provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National society of Professional Engineers for EJCDC. All rights reserved. V's v 6 of 62 Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to ran. No Work shall be done at the Site prior to the date on which the Contract Times continence to run. 2.05 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate arnnnnt of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference; Designation of Authorized Representatives A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective parry. 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National society of Professional Engineers for EJCDC. All rights reserved Paee 7 of 62 00 72 05 complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may he otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their officers, directors, members, partners, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Page 8 of 62 00 72 05 employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Perfor►nance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved Pace 9 of 62 00 72 05 B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample (subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60 -day acceptance period will be corrected by the transferring party. C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. EJ CDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 62 00 72 05 ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized- Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EdCDC. All rights reserved. Paee 11 of 62 00 72 05 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions 'ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Times Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if. a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National society of Professional Engineers for EJCDC. All rights reserved. Page 12 of 62 00 72 05 contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, neither Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground . Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the EJCDC C-700 standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 13 of 62 consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by C'.nntractnr and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. PaLle 14 of 62 00 72 05 C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 4.06.E. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 62 00 72 05 responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 — BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attomey-in-fact signed each bond. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.0 LB, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly EJCDC C-700 Standard General Conditions of the Construction Contract Copyright() 2007 National society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 62 007205 licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. C. Failure of Owner to 'demand such certificates or other evidence of Contractor's fiill compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance from the evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. 5.04 Contractor's Insurance A. Contractor shall purchase and maintain such insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 17 of 62 00 72 05 a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A_6 inclusive, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 4. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 5. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 6. include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page IS of 62 00 72 05 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee; 2. be written on a Builder's Risk "all-risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than that caused by flood), and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other loss payee to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such equipment breakdown insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 19 of 62 00 72 05 members, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other loss payee to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under this Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 20 of 62 007205 B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for: 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any parry in interest, Owner as fiduciary shall give bond for the proper performance of such duties. 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.0I.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pave 21 of 62 00 72 05 and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 -- CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Nee 22 of 62 00 72 05 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or -Equal" Items: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or -equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ®1007 National Society of Professional Engineers for EJCDC. All rights reserved Palle 23 of 62 for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified, and c) be suited to the same use as that specified; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Pnee 24 of 62 7205 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time, b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified, and b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by a Change Order in the case of a substitute and an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved Page 25 of 62 :Oi7rl+lFi Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or famishing any of the Work to communicate with Engineer through Contractor. EdCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 62 00 72 05 F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as a loss payee on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractnr will obtain the same. 6.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or, the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 27 of 62 Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer Owl] be responsible for monitoring Contractor's compliance with any Laws or. Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 28 of 62 05 responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. E. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference_ Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 29 of 62 00 72 05 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. The Supplementary Conditions identify any Owner's safety programs that are applicable to the Work. D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.073 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. EJCDC C-700 standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Page 30 of 62 00 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss_ Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued_ 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright @ 2007 National society of Professional Engineers for EJCDC. Ali rights reserved. Paee 31 of 62 00 72 05 C. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation. D. Engineer's Review: 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any. variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 32 of 62 00 72 05 each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer's review.and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmittal Procedures: 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommends#Ion by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer; EJCDC C-700 standard General Conditions of the Construction Contract Copyright C 2007 National society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 62 00 72 05 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable . B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 62 00 72 05 B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professionaL Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.2 1, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim maybe made therefor as provided in Paragraph 10.05. B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts coarse together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others" work with the written consent of Engineer and the others whose work will be EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pnee 35 of 62 00 72 05 affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's wrongful actions or inactions. C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's wrongful action or inactions. ARTICLE 8 — OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National society of Professional Engineers for EJCDC. All rights reserved Pane 36 of 62 00 72 05 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A_ Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site. 8.06 Insurance A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. 8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perforin. the Work in accordance with the Contract Documents. EJCDC C-700 standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Page 37 of 62 00 72 05 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program A. While at the Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9 — ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, iia general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly, but without lirnitation, during or as a result of Engineer's visits or observations of Contractor's Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright (D 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pnee 38 of 62 00 72 05 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and ]imitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents_ Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof; as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Pace 39 of 62 00 72 05 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineers Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 40 of 62 00 72 05 C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative, if any, and assistants, if any. 9.10 Compliance with Safety Programa A. While at the Site, Engineer's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Engineer has been informed pursuant to Paragraph 6.13.D. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. 10.02 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.D. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: EJCDC C-700 standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 41 of 62 00 72 05 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety A. If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required. ,All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.13. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.13. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). EJCDC C-700 standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pace 42 of 62 00 72 05 C. Engineers Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part; 2. approve the Claim; or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of fiuther resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE 11-- COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 1.1.01 Cost of the Work A. Costs Included.• The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0l.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Paragraph 11.0l.B, and shall include only the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 62 00 72 05 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3_ Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. if any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as imposed by Laws and Regulations. e_ Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paee 44 of 62 00 72 05 property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, express and courier services, and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph l 1.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.01.A. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 45 of 62 00 72 05 D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: 1. Contractor agrees that: a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 46 of 62 0072 D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other parry to the Contract in accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1 and 11.0l.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.01.A.3, the Contractor's fee shall be five percent; E.ICDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. AN rights reserved. Pnee 47 of 62 00 72 05 c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.4, 11.0LA.5, and 11.0 LB; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Tames A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 48 of 62 007205 C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer, and their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03.0 and 13.03.D below; EJCDC C-700 standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 49 of 62 00 72 05 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in Paragraph 13.04.C; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereo) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. F Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 50 of 62 00 72 05 parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. 1f within one year after the date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.1 LA is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 51 of 62 B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and for the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recoYnmendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.09 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06_A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days written notice to Contractor, correct, or remedy any such deficiency. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 52 of 62 00 72 05 B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01. Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. At least 20 days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 53 of 62 7205 arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount .of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications: 1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing. Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations of the executed Work as an experienced and qualified design professional, and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Paste 54 of 62 0072 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due: 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.D) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment: 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or furnishing of the Work; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 55 of 62 00 72 05 b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set-offagainst the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor remedies the reasons for such action. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.I and subject to interest as provided in the Agreement. 14.03 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will, within said 14 days, execute and deliver to Owner and Contractor a definitive EJCDC C-700 Standard General Conditions of the Construction Contract Copyright (D 2007 National Society of Professional Engineers for EJCDC. All rights reserved Pace 56 of 62 00 72 05 certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, subject to the following conditions: 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantiafly complete, Contractor, Owner, and Engineer will follow the procedures of Paragraph 14.04.A through D for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 57 of 62 00 72 05 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment: I. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked -up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment. shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.6; b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to filrnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Engineer's Review of Application and Acceptance: 1. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for EJCDC C-700 standard General Conditions of the Construction Contract Copyright ® 2007 National society of Professional Engineers for EJCDC. All rights reserved. Page 58 of 62 00 72 05 Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case C',nntractnr shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due: Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages, will become due and will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by. Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shallnot constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. EJCDC C-700 standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved Page 59 of 62 00 72 05 ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time'pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven days written notice of itc intent fn terminate the services of Contractor: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the frill extent they could be used by Contractor (without liability to Contractor for trespass or conversion); 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.13, Contractor shall not be entitled to receive any filrther payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or EJCDC C-700 standard General Conditions of the Construction Contract Copyright m 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 00 72 05 remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B and 15.02.C. 15.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 61 of 62 007205 upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. An rights reserved. Page 62 of 62 00 72 05 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. EJCDC C-700 standard General Conditions of the Construction Contract Copyright ® 2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Paue 63 of 62 SECTION 00 73 05 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below, which are applicable to both the singular and plural thereof. The address system used in these Supplementary Conditions is the same as the address system used in the General Conditions, with the prefix "SC" added thereto. ARTICLE 1 - DEFINITIONS AND TERMINOLOGY SC -1.01.A44 Add the following language at the end of the definition of Substantial Completion: The Work is considered Substantially Complete as stated in Section 00 52 00, Agreement Form. SC -1.02 Add the following new paragraph immediately after Paragraph 1.02.F: G. The Specifications are written in imperative mood and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" are included by inference where a colon (:) is used within sentences or phrases. ARTICLE 2 - PRELIMINARY MATTERS SC -2.02 Owner shall furnish to Contractor 1 printed copy and 1 electronic (PDF) version of the Contract Documents. Additional printed copies may be obtained as directed in the Advertisement for Bids. Limitations of use of electronic and printed documents are described in the Instructions to Bidders, General Conditions. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS SC -4.02 Add the following new paragraphs immediately after Paragraph 4.02.B: C. The following reports of explorations and tests of subsurface conditions at or contiguous to the Site are known to Owner: 1. Report dated January 16, 2013, prepared by Element Materials Technology St. Paul, Inc., entitled: "Geotechnical Exploration Program for Proposed 2013 Infrastructure Improvements". The "technical data" contained in such report upon which Contractor may rely is 2. Summary dated January 31, 2013, prepared by Stantec Consulting Services, Inc. entitled "Environmental Subsurface Evaluation — New Hope 2013 Infrastructure Improvements." a. All of the information in such reports constitutes "technical data" on which Contractor may rely. © 2013 Stantec 1 193801579 SUPPLEMENTARY CONDMON5 007305-1 E. The reports and drawings identified above are not part of the Contract Documents, but the "technical data" contained therein upon which Contractor may rely, as expressly identified and established above, are incorporated in the Contract Documents by reference. Contractor is not entitled to rely upon any other information and data known to or identified by Owner or Engineer. ARTICLE 5 - BONDS AND INSURANCE SC -5.01 Add the following new paragraph immediately after Paragraph 5.01.C: D. Separate Performance and Payment Bonds should be submitted utilizing E]CDC Form C-610 and C-615 (2007 Edition) or a similar bond form if approved by Owner. SC -5.04 Add the following new paragraph immediately after Paragraph 5.04.6: C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. 9 3. 4. 5. © 2013 Stantec 1193801579 Worker's Compensation and related coverages under Paragraphs 5.04.A.1 and A.2 of the General Conditions a. State Statutory b. Applicable Federal (e.g., Longshoreman's) Statutory c. Employer's Liability $1,000,000 Contractor's General Liability under Paragraphs 5.04.A.3 through A.6 of the General Conditions, which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor a. General Aggregate $2,000,000 b. Products - Completed Operations Aggregate $1,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $2,000,000 e. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages where applicable. f. Excess or Umbrella Liability 1) General Aggregate $1,000,000 2) Each Occurrence $1,000,000 Umbrella excess liability shall be a combined single limit which shall provide excess liability insurance over Commercial Genera[ Liability, Comprehensive Automobile Liability, and Employers Liability. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Combined Single Limit - Bodily injury and property damage. All owned, non -owned, and hired vehicles. $2,000,000 The Contractual Liability coverage required by Paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following amounts: a. Bodily Injury: Each Person $1,000,000 Each Accident $1,000,000 b. Property Damage: Each Accident $1,000,000 Annual Aggregate $1,000,000 Additional types and amounts of insurance required by Owner a. SOO Railroad Company d/b/a Canadian Pacific Railroad Protective Liability Insurance a. Each Accident $2,000,000 b. Aggregate $6,000,000 SUPPLEMENTARY CONDITIONS 007305-2 6. The following persons or entities shall be included as additional insured on the Commercial Liability, Comprehensive Automobile Liability, and Umbrella Excess Liability. This coverage shall be primary and noncontributory: a. Owner b. Engineer SC -5.06.A Amend the first sentence of Paragraph 5.06.A to read: A. Contractor shall purchase and maintain during the entire construction period a Builders Risk Property Insurance Policy in the amount of the full replacement cost of the entire Work at the Site. The insurance policy shall comply with the provisions of Paragraph 5.06.A1 through 5.06.A7. A minimum deductible of $1,000 each claim shall apply to this insurance and the risk of loss of the applicable deductible shall be born by Contractor, subcontractor, or others suffering such loss. In addition, the provisions of Paragraphs 5.07, 5.09, and 5.10 shall apply with the exception that Contractor shall act as fiduciary for the insureds as their interest may appear and adjust the loss with the insurance company. SC -5.06.A Add the following new item immediately after Item 5.06.A7: 8. The Builder's Risk Insurance required herein shall apply to projects involving construction of structures and buildings only. The requirements of this Section shall be waived on projects involving only underground utilities, grading, street improvements, and similar construction work but any damage or loss to property shall be at the sole responsibility of Contractor until final acceptance of the Work. 9. Comply with the requirements of Paragraph 5.06C of the General Conditions. SC -5.06 Add the following new paragraph immediately after Paragraph 5.06.E: F. Contractor shall purchase and maintain during the entire construction period a Railroad Protective Liability Insurance Policy issued in the name of the SOO Line Railroad Company d/b/a Canadian Pacific with limits of $2,000,000 per occurrence and $6,000,000 aggregate for bodily injury (including death) and property damage. The Insurance policy shall comply with the provisions of Paragraph 5.06.A1 through 5.06.A7. A copy of the insurance certificate must be provided to Canadian Pacific Railway (CPR) before they sign the permit. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES SC -6.06 Add the following new paragraphs immediately after Paragraph 6.06.G: H. Pursuant to Minnesota Statute, Contractor shall be fully responsible to pay subcontractors, suppliers, and other entities within 10 days of the Contractor's receipt of payment for undisputed services provided by the subcontractor, supplier, or other entity. Contractor shall pay interest of 1-1/2 percent per month or any part of a month to the subcontractor, supplier, or other entity on any amount not paid on time to the subcontractor, supplier, or other entity. The minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the Contractor shall pay the actual penalty due to the subcontractor, supplier, or other entity. A subcontractor, supplier, or other entity who prevails in a civil action to collect interest penalties from a Contractor must be awarded its costs and disbursements, including attorney's fees included in bringing the action. I. Owner may furnish to any Subcontractor or Supplier, to the extent practicable, information about amounts paid to Contractor on account of Work performed for Contractor by a particular Subcontractor or Supplier. © 2013 Stantec 1 193801579 007305-3 SC -6.08.A Amend the first sentence of Paragraph 6.08.A by replacing the words "the Supplementary Conditions" with the words "Division 01." ARTICLE 7 - OTHER WORK AT THE SITE ARTICLE 8 - OWNER'S RESPONSIBILITIES ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION SC -9.03 Add the following new paragraphs immediately after Paragraph 9.03.A: B. Engineer shall furnish a Resident Project Representative ("RPR' to assist Engineer in observing progress and quality of the Work. The RPR may provide full time representation or may provide representation to a lesser degree. C. The duties and responsibilities of the RPR are limited to those of Engineer in the Agreement with the Owner and in the Contract Documents, and are further limited and described as follows: 1. General: RPR is Engineer's agent at the Site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the Contractor's work in progress shall in general be with Engineer and Contractor, keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. 2. Schedules: Review the progress schedule, schedule of Submittals, and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. 3. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project - related meetings, and prepare and circulate copies of minutes thereof. 4. liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. b. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on Site operations. c. Assist in obtaining from Owner additional details or information, when required for proper execution of the Work. 5. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by Engineer. 6. Shop Drawings and Samples: a. Record date of receipt of Samples and approved Shop Drawings. b. Receive Samples, which are furnished at the Site by Contractor, and notify Engineer of availability of Samples for examination. c. Advise Engineer and Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which RPR believes that the submittal has not been approved by Engineer. 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor in writing decisions as issued by Engineer. SUPPLEMENTARY CONDITIONS © 2013 Stantec 1 193801579 007305-4 8. Review of Work and Rejection of Defective Work: a. Conduct on Site observations of Contractor's work in progress to assist Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. b. Report to Engineer whenever RPR believes that any part of Contractor's work in progress will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of that part of work in progress that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 9. Inspections, Tests, and System Startups: a. Consult with Engineer in advance of scheduled major inspections, tests, and systems startups of important phases of the Work. b. Verify that tests, equipment, and systems start-ups and operating and maintenance training are conducted in the presence of appropriate Owner's personnel, and that Contractor maintains adequate records thereof. c. Observe, record, and report to Engineer appropriate details relative to the test procedures and systems startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections, and report to Engineer. 10. Records: a. Maintain at the Site orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. c. Record names, addresses and telephone numbers of Contractor, subcontractors, and major suppliers of materials and equipment. d. Maintain records for use in preparing Project documentation. e. Upon completion of the Work, furnish original set of all RPR Project documentation to Engineer. 11. Reports: a. Furnish to Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Submittals. b. Draft and recommend to Engineer proposed Change Orders, Work Change Directives, and Field Orders. Obtain backup material from Contractor. c. Furnish to Engineer and Owner copies of all inspection, test, and system startup reports. d. Report immediately to Engineer the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. © 2013 Stantec 1 193801579 SUPPLEMENTARY CONDMONS 007305-5 12. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values, Work completed, and materials and equipment delivered at the Site but not incorporated in the Work. 13. Certificates, Operation and Maintenance Manuals: During the course of the Work, verify that materials and equipment certificates, operation and maintenance manuals and other data required by the Specifications to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have these documents delivered to Engineer for review and forwarding to Owner prior to payment for that part of the Work. 14. Completion: a. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. b. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. c. Participate in a final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be completed or corrected. d. Observe whether all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance and issuance of the Notice of Acceptability of the Work. D. Resident Project Representative shall not: 1. Authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or -equal" items). 2. Exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Undertake any of the responsibilities of Contractor, subcontractors, suppliers, or Contractor's superintendent. 4. Advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of Contractor's work unless such advice or directions are specifically required by the Contract Documents. 5. Advise on, issue directions regarding, or assume control over safety precautions and programs in connection with the activities or operations of Owner or Contractor. 6. Participate in specialized field or laboratory tests or inspections conducted off Site by others, except as specifically authorized by Engineer. 7. Accept Shop Drawing or Sample submittals from anyone other than Contractor. 8. Authorize Owner to occupy the Project in whole or in part. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS SC -10.05.6 Amend the first sentence of Paragraph 10.05.6 by replacing the words "30 days" with the words "10 days." Amend the third sentence of Paragraph 10.053 by replacing the words "60 days" with the words "30 days." ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK SC-11.01.A.5.c Delete Paragraph 11.01.A.5.c in its entirety and insert the following in its place: © 2013 Stantec 1193801579 c. Construction Equipment and Machinery: 1. Rentals of all construction equipment and machinery, and the parts thereof in accordance with rental agreements approved by Owner with SUPPLEMENTARY CONDITIONS 007305-6 the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 2. Costs for equipment and machinery owned by Contractor will be paid at a rate shown for such equipment in the [Use rate book appropriate for the Project]. An hourly rate will be computed by dividing the monthly rates by 176. These computed rates will include ail operating costs. Costs will include the time the equipment or machinery is in use on the changed Work and the costs of transportation, loading, unloading, assembly, dismantling, and removal when directly attributable to the changed Work. The cost of any such equipment or machinery, or parts thereof, shall cease to accrue when the use thereof is no longer necessary for the changed Work. Equipment or machinery with a value of less than $1,000 will be considered small tools. SC -11.03 Delete paragraph 11.03.13 in its entirety and insert the following in its place: D. Payment for the Bid Items on a Unit Price basis under this Contract shall be on the basis of quantities actually used in the construction, regardless of the estimated quantities shown in the Bid Form. No revision to the Contract Unit Prices for the Bid Items shall be considered or allowed due to variations of the actual quantities from the estimated amounts. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES SC -12.01.0 Contractor's Fee. Delete the semicolon at the end of GC 12.01.C.2.c, and add the following language: , provided, however, that on any subcontracted work the total maximum fee to be paid by Owner under this subparagraph shall be no greater than 27 percent of the cost incurred by the Subcontractor who actually performs the work. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK SC -13.07.A Amend the first sentence of Paragraph 13.07.A by striking out the words 'one year" and inserting the words "two years." ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION SC -14.02.B5 Add the following new item immediately after Item 14.0235d: e. Contractor's failure to make acceptable submittals in accordance with the accepted schedules. ARTICLE 16 - DISPUTE RESOLUTION SC -16.01 Delete Paragraph 16.01.0 in its entirety and insert the following in its place: C. If the claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C3 or 10.05.13 shall become final and binding 30 days after termination of the mediation, unless within that time period Owner or Contractor: SUPPLEMENTARY CONDITIONS © 2013 Stantec 1 193801579 007305-7 1. elects in writing to demand arbitration of the claim, pursuant to Paragraph SC -16.02, or 2. agrees with the other party to submit the claim to another dispute resolution process. SC -16.02 Add the following new paragraph immediately after Paragraph 16.01: 16.02 Arbitration A. All claims or counterclaims, disputes, or other matters in question between Owner and Contractor arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of Final Payment as provided by Paragraph 14.09), including but not limited to those not resolved under the provisions of Paragraphs SC -16.01.A and 16.01.6, will be decided by arbitration in accordance with the Construction Industry Dispute Resolutions Procedures of the American Arbitration Association then in effect subject to the conditions and limitations of this Paragraph SC -16.02. This agreement to arbitrate and any other agreement or consent to arbitrate entered into will be specifically enforceable under the prevailing law of any court having jurisdiction. B. The demand for arbitration will be filed in writing with the other party to the Contract and with the selected arbitrator or arbitration provider and a copy will be sent to Engineer for information. The demand for arbitration will be made within the 30 -day period specified in Paragraph SC -16.01.0 and in all other cases within a reasonable time after the claim or counterclaim, dispute, or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim or other dispute or matter in question would be barred by the applicable statue of limitations. C. No arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder, or in any other manner any other individual or entity (including Engineer, Engineer's consultants and the officers, directors, partners, agents, employees, or consultants of any of them) who is not a party to this Contract, unless: 1. the inclusion of such other individual or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration; and 2. such other individual or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings. D. The award rendered by the arbitrator(s) shall be consistent with the agreement of the parties in writing and include: (i) a concise breakdown of the award; (ii) a written explanation of the award specifically citing the Contract Document provisions deemed applicable and relied on in making the award. E. The award will be final. Judgment may be entered upon it in any court having jurisdiction thereof and it will not be subject to modification or appeal, subject to provisions of the Controlling Law relating to vacating or modifying an arbitral award. F. The fees and expenses of the arbitrators and any arbitration service shall be shared equally by Owner and Contractor. END OF SECTION SUPPLEMENTARY CONDITIONS © 2013 stantec 1193801579 007305-8 To the New Hope City Council: According to the advertisement of the City ofNew Hope inviting proposals for the improvement of the section of highway hereinbefore named, and in conformity with the Contract, Plans, Specifications and Special Provisions pertaining thereto, all on file in the office of the City Engineer. (I)(We) hereby certify that (I am)(we are) the only person(s) interested in this proposal as principal(s); that this proposal is made and submitted without fraud or collusion with any other person, firm or corporation at all; that an examination has been made of the site of the work and the Contract form, with the Plans, Specifications and Special Provisions for the improvement. (I)(We) understand that the quantities of work shown herein are approximate only and are subject to increase or decrease; that all quantities of work, whether increased or decreased within the limits specified in Mn/DOT 1903, are to be done at the unit prices shown on the attached schedule; that, at the time of opening bids, totals only will be read, but that comparison of bids will be based on the correct summation of item totals obtained from the unit prices bid, as provided in Mn/DOT 1301. (I)(We) propose to furnish all necessary machinery, equipment, tools, labor and other means of construction and to furnish all materials specified, in the manner and at the time prescribed, all according to the terms of the Contract and Plans, Specifications, and the Special Provisions forming a part of this. (I)(We) further propose to do all Extra Work that may be required to complete the contemplated improvement, at unit prices or lump sums to be agreed upon in writing before starting such work, or if such prices or sums cannot be agreed upon, to do such work on a Force Account basis, as provided in Mn/DOT 1904. (I)(We) further propose to execute the form of Contract within 10 days after receiving written notice of award, as provided in Mn/DOT 1306. (I)(We) further propose to furnish a payment bond equal to the Contract amount, and a performance bond equal to the Contract amount, with the aggregate liability of the bond(s) equal to twice the full amount of the Contract if the contract is less than or equal to five million dollars ($5,000,000.00), or if the contract is in excess of five million dollars ($5,000,000.00) the aggregate liability shall be equal to the amount of the contract, as security for the construction and completion of the improvement according to the Plans, Specifications and Special Provisions as provided in Mn/DOT 1305. (1)(We) further propose to do all work according to the Plans, Specifications and Special Provisions, and to renew or repair any work that may be rejected due to defective materials or workmanship, before completion and acceptance of the Project by the City Engineer. (I)(We) a�eee to all provisions of Minnesota Statutes, Section 181.59. (I)(We) further propose to begin work and to prosecute and complete the same according to the time schedule set forth in the Special Provisions for the improvement. Page 1 (1)(We) assign to the City of New Hope all claims for overcharges as to goods and materials purchased in connection with this Project resulting from antitrust violations that arise under the antitrust laws of the United States and the antitrust laws of the State of Minnesota. This clause also applies to subcontractors and first tier suppliers under this Contract. Page 2 DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS SUSPENSIONS/DEBARMENTS January 30, 2013 Page 1 of 2 NOTICE OF DEBARMENT NOTICE IS HEREBY GIVEN that MnDOT has ordered that the following vendors be debarred for a period of three (3) years, effective February 24, 2010 until February 24, 2013: • Joseph Edward Riley, Morris, MN • John Thomas Riley, Morris, MN NOTICE IS HEREBY GIVEN that MnDOT has ordered that the following vendors be debarred for a period of three (3) years, effective March 25, 2011 until March 25, 2014: • Philip Joseph Franklin, Leesburg, VA • Franklin Drywall, Inc. and its affiliates, Little Canada, MN Master Drywall, Inc. and its affiliates, Little Canada, MN NOTICE OF SUSPENSION NOTICE IS HEREBY GIVEN that the Department of Transportation ("MnDOT") has ordered that the following vendors be suspended for a period of sixty (60) days, effective January 30, 2013 until March 31, 2013: • Marlon Louis Danner and his affiliates, South St. Paul, MN Danner, Inc. and its affiliates, South St. Paul, MN • Bull Dog Leasing, Inc. and its affiliates, Inver Grove Heights, MN 8 Danner Family Limited Partnership and its affiliates, South St. Paul, MN • Ell -Z Trucking, Inc. and its affiliates, South St. Paul, MN • Danner Environmental, Inc. and its affiliates, South St. Paul, MN Minnesota Statute section 161.315 prohibits the Commissioner, counties, towns, or home rule or statutory cities from awarding or approving the award of a contract for goods or services to a person who is suspended or debarred, including: 1) any contract ander which a debarred or suspended person will serve as a subcontractor or material supplier, 2) any business or affiliate which the debarred or suspended person exercises substantial influence or control, and 3) any business or entity, which is sold or transferred by a debarred person to a relative or any other party over whose actions the debarred person exercises substantial influence or control, remains ineligible during the duration of the seller's or transfer's debarment, NOTICE TO BIDDERS SUSPENSIONS/DEBARMENTS January 30, 2013 Page 2 of 2 DEPARTMENT OF ADMINISTRATION As of the date of this notice and in accordance with Minnesota Rules 1230.1150, the Minnesota Department of Administration has debarred and disqualified the following persons and businesses from entering into or receiving a State of Minnesota contract: NAME DATE OF DEBARMENT Best Used Trucks of Minnesota, Inc. Nov. 20, 2012 through Nov. 20, 2015 635 Marin Ave. (eligible for reinstatement on Nov. 20, 2016) Crookston, MN 56716 Bull Dog Leasing, Inc. Aug. 30, 2011 through Aug. 30, 2014 7854 Danner Court (eligible for reinstatement on Aug. 30, 2015) Inver Grove Heights, MN 55076 Danner Family Ltd. Ptnship. Aug. 30, 2011 through Aug. 30, 2014 843 Hardman Ave. S. (eligible for reinstatement on Aug. 30, 2015) S. St. Paul, MN 55075 Danner, Inc. Aug. 30, 2011 through Aug. 30, 2014 843 Hardman Ave. S. (eligible for reinstatement on Aug. 30, 2015) S. St. Paul, MN 55075 Ell -Z Trucking, Inc. Aug. 30, 2011 through Aug. 30, 2014 843 Hardman Ave. S. (eligible for reinstatement on Aug. 30, 2015) S. St. Paul, MN 55075 Franklin Drywall, Inc. March 25, 2011 through March 25, 2014 43279 Fieldsview Crt. (eligible for reinstatement on March 25, 2015) Leesburg, VA 20176 Master Drywall, Inc. March 25, 2011 through March 25, 2014 43279 Fieldsview Crt. (eligible for reinstatement on March 25, 2015) Leesburg, VA 20176 Watab Hauling Co. Jan. 14, 2013 through Jan. 14, 2016 Gary Francis Bauerly (eligible for reinstatement on Jan. 14, 2017) 9695 Deerwood Rd. NE Rice, MN 56367 Minnesota Administrative Rule part 1230.1150, subpart 6 requires the Materials Management Division to maintain a master list of all suspensions and debarments. The master list must retain all information concerning suspensions and debarments as a public record for at least three (3) years following the end of a suspension or debarment. Refer to the following website for the master list: hgp://www.mmd.admin.state.mn.us/debarredreport.aM. If the project is financed in whole or in part with federal funds, refer to the following website for vendors debarred by federal government agencies: http://sam.gov. Rev. 12/18/2006 FEDERALLY FUNDED CONSTRUCTION CONTRACTS SPECIAL PROVISIONS DIVISION A - LABOR February 1, 2006 L PREAMBLE It is in the public interest that public buildings and other public works projects be constructed and maintained by the best means and the highest quality of labor reasonably available and that persons working on public works projects be compensated according to the real value of the services they perform.' Therefore, the department shall administer this contract pursuant to the Federal Davis -Bacon and Related Acts, Required Contract Provisions Federal -Aid Construction Contracts, Form -1273, U.S. Department of Labor's Field Operations Handbook, State of Minnesota Statutes and Rules, MN/DOT's Standard Specifications for Construction, MN/DOT's Contract Administratinn M.Qnnal and MN/DOT's State Aid Manual. II. DEFDN-fflONSZ A. Contract: The written agreement between the contracting authority and the prime contractor setting forth their obligations, including, but not limited to, the performance of the work, the furnishing of labor and materials, the basis of payment, and other requirements contained in the contract documents. B. Contracting Authority: The political subdivision, governmental body, board, department, commission, or officer making the award and execution of contract as the party of the first part. C. Contractor: The term "contractor" in these provisions shall include the prime contractor, subcontractor, agent, or other person doing or contracting to do all or part of the work under this contract! D. Department: The Department of Transportation of the State of Minnesota, or the political subdivision, governmental body, board, commission, office, department, division, or agency constituted for administration of the contract work within its jurisdiction. E. First Tier Subcontractor: An individual, firm, corporation, or other entity to which the prime contractor sublets part of the contract. F. Inde endent Truck Owner/Operator O : An individual, partnership, or principal stockholder of a corporation who owns or holds a vehicle under lease and who contracts that vehicle and the owner's services to an entity that provides construction services to a public works proj ect.4 G. Laborer or Mechanic: A worker in a construction industry labor class identified in or pursuant to Minnesota Rules 5200.1100, Master Job Classifications.5 H. Plan: The plan, profiles, typical cross-sections, and supplemental drawings that show the locations, character, dimensions, and details of the work to be done, I. Prime Contractor: The individual, firm, corporation, or other entity contracting for and undertaking prosecution of the prescribed work; the party of the second part to the contract, acting directly or through a duly authorized representative. ' Minnesota Statute 177.41 2 MN/DOT Standard Specifications for Construction, Section 1103 3 Minnesota Statute 177.44, Subdivision 1 " Minnesota Rules 5200.1106, Subpart 7(A) 5 Minnesota Rules 5200.1106, Subpart 5(A) 1-A Rev. 12/18/2006 J. Proiect: The specific section of the highway, the location, or the type of work together with all appurtenances and construction to be performed under the contract. K. Second Tier Subcontractor: An individual, firm, corporation, or other entity to which a first tier subcontractor sublets part of the contract. L. Special Provisions: Additions and revisions to the standard and supplemental specifications covering conditions peculiar to an individual project. M. Specifications: A general term applied to all directions, provisions, and requirements pertaining to performance of the work. N. Subcontractor: An individual, firm, corporation, or other entity to which the prime contractor or subcontractor sublets part of the contract. 0. Substantially In Place: Mineral aggregate is deposited on the project site directly or through spreaders where it can be spread from or compacted at the location where it was deposited .6 P. Truckin Broker: An individual or business entity, the activities of which include, but are not limited to: contracting to provide trucking services in the construction industry to users of such services, contracting to obtain such services from providers of trucking services, dispatching the providers of the services to do work as required by the users of the services, receiving payment from the users in consideration of the trucking services provided and making payment to the providers for the services.' Q. Trucking FirmlMultiple Truck Owner (MTO): Any business entity that owns more than one vehicle and hires the vehicles out for services to brokers or contractors on public works projects! R. Work: The furnishing of all labor, materials, equipment, and other incidentals necessary or convenient to the successful completion of the project and the carrying out of all the duties and obligations imposed by the contract upon the contractor. Also used to indicate the construction required or completed by the contractor. M. SCOPE — SPECIAL PROVISIONS DIVISION A & CONTRACT A. These provisions shall apply to this contract, which is funded in whole or in part with federal funds? and state funds." B. These provisions shall apply to the prime contractor and all subcontractors contracting to do all or part of the work under this contract." C. The provisions established in this document do not necessarily represent all federal, state, and local laws, ordinances, rules and regulations. It is the responsibility of the prime contractor to inform itself and all subcontractors about other regulations that may be applicable to this contract. D. The prime contractor is responsible to ensure that each subcontractor performing work under this contract receives copies of all required contract provisions. 12 These provisions shall be incorporated into written subcontracts and must be displayed on the poster board. 13 E. The department shall administer this contract in accordance with all applicable federal regulations, state statutes and rules14, along with the plans, specifications and provisions, which are incorporated into and found elsewhere in this contract. 6 Minnesota Rules 5200.1106, Subpart 5(C) 7 Minnesota Rules 5200.1106, Subpart 7(C) 8 Minnesota Rules 5200.1106, Subpart 7(B) 9 29 CFR Part 5.5(a) 10 Minnesota Statute 177.41 11 Minnesota Statute 177.44, Subdivision 1 1z 29 CFR Part 5.5(a)(6) 13 Minnesota Statute 177.44, Subdivision 5 2-A Rev. 12/18/2006 F. An unpublished decision from the Minnesota Court of Appeals affirms the authority of the Minnesota Commissioner of Transportation to enforce the Minnesota Prevailing Wage Law on a case-by-case basis.15 Therefore, the department shall provide enforcement in a manner consistent with the decision notwithstanding any prior notices on the subject. G. For additional information refer to: www.dot.state.mn.us/consV]abor/. IV. PAYROLLS AND STATEMENTS A. Each week, in which work was performed under this contract, all contractors shall submit a payroll statement to the department. 16 Each statement shall be submitted within seven days after the regular payment date of the payroll period. 17 Each payroll submitted shall include all employees that performed work under this contract and provide at a minimum the following information:/8 1. Contractor's name, address, and telephone number. 2. State project number. 3. Payroll report number. 4. Project location. 5. Workweek ending date. 6. Name, social security number, and home address for each employee. 7. Labor classification(s) and/or three -digit code for each employee. 8. Hourly straight time and overtime wage rates paid to each employee. 9. Daily and weekly hours worked in each labor classification, including overtime hours for each employee. 10. Authorized legal deductions for each employee. 11. Project gross amount, weekly gross amount and net wages paid to each employee. B. Payroll records may be submitted in any form provided it includes all the information contained in Subpart A (1 - 11) of this section.19 However, contractors needing a payroll form may utilize the "front side" of the U.S. Department of Labor's, WH -347 - Payroll Form. This form is available by visiting the Labor Compliance website. 20 C. All payroll records must be accompanied with a completed and signed MN/DOT, 21658 - Statement of Compliance Form. 21 D. The prime contractor is responsible for assuring that its payroll records and those of all subcontractors include all employees that performed work under this contract and accurately reflect the hours worked, regular and overtime rates of pay and classification of work performed 22 E. The prime contractor is responsible to maintain all certified payroll records, including those of all subcontractors, throughout the course of a construction project and retain all records for a period of three years after the final contract voucher has been issued.23 14 Minnesota Rules 8820.3000, Subpart 2 15 Minnesota Court of Appeals Case Number: C6-97-1582 16 Required Contract Provisions Federal -Aid Construction Contracts Form -I273, Section V, Subpart 2(c) 17 29 CFR Part 3.4(a) 'B Minnesota Rules 5200.1106, Subpart 10 19 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section V, Subpart 2(c) 20 www.dot.state.mn.us/const/labor/ 21 Minnesota Rules 5200.1106, Subpart 10 22 29 CFR Part 5.5(a)(6) 23 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section V, Subpart 2(a) 3-A Rev. 12/18/2006 F. At the end of each pay period, each contractor shall provide every employee, in writing, an accurate detailed earnings statement.za G. Upon request from the U.S. Department of Labor (U.S. DOL), Federal Highway Administration (FHWA), Minnesota Department of Labor and Industry (MN/DLI) or the Department, the prime contractor shall promptly furnish copies of payroll records for its workers and those of all subcontractors, along with other records, deemed appropriate by the requesting agency to determine compliance with these contract provisions. 25 H. At the department's discretion, the project engineer may administer the submission of payroll records according to MN/DOT's Payroll Maintenance Program. The guidelines for the implementation and administration of this program are outlined in the MN/DOT Contract Administration Manual, Section A(4)(d). The program has not been approved for federal - aid contracts administered by local units of government and will not be allowed for such contracts. However, the program may be utilized for local state -aid contracts. I. If, after written notice, the prime contractor fails to submit its payroll reports and certification forms and those of any subcontractor, the department may implement the actions prescribed in section XVI (NON-COMPLIANCE AND ENFORCEMENT). V. WAGE RATES A. The prime contractor is responsible to ensure that its workers and those of all subcontractors are compensated according to the U.S. DOL federal general decision(s) and the MN/DLI state prevailing wage determination(s) incorporated into and found elsewhere in this contract, whichever is ereater. All contractors shall pay each worker the required minimum total hourly wage rate for all hours worked on the project and for the appropriate classification of labor. 1. Federal building, heavy and highway general decisions are specific to the county in which the construction work is being performed; a decision does not cross county or state lines.26 If a project extends into more than one county or state, the applicable wage decision for each county or state shall be incorporated into and found elsewhere in this contract. 2. State highway and heavy wage determinations are specific to ten separate regions throughout the state of Minnesota. If a project extends into more than one region, the applicable wage decision for each region shall be incorporated into and found elsewhere in this contract. a. If this contract contains multiple highway and heavy wage determinations, there shall be only one standard of hours of labor and wage rates. 27 3. State commercial wage determinations are specific to the county in which the construction work is being performed. If a project extends into more than one county, the applicable wage determination for each county shall be incorporated into and found elsewhere in this contract. a. If this contract contains multiple commercial wage determinations, there shall be only one standard of hours of labor and wage rates.28 B. Wage rates listed in the federal and/or state wage determination(s) contain two components: the hourly basic rate and the fringe rate; together they equal the total prevailing wage rate. A 24 Minnesota Statute 181.032 25 Minnesota Statute 177.44, Subdivision 7 and Minnesota Rules 5200.1106, Subpart 10 2s 29 CFR Part 1.7(a) 27 Minnesota Statute 177.44, Subdivision 4 28 Minnesota Statute 177.44, Subdivision 4 4-A Rev. 12/18/2006 contractor shall compensate a worker at a minimum, a combination of cash and fringe benefits equaling the total prevailing wage rate. 29 C. The applicable certified wage decisions incorporated into and found elsewhere in this contract remain in effect for the life of this contract. The wage decisions do not necessarily represent the workforce that can be obtained at the rates certified by the U.S. DOL or MIN/DLI. It is the responsibility of the prime contractor and any subcontractor to inform themselves about local labor conditions and prospective changes or adjustments to the wage rates. No increase in this contract price shall be allowed or authorized due to wage rates that exceed those incorporated into this contract. D. A contractor shall not reduce a worker's private, regular rate of pay when the wage rate certified by the U.S. DOL or _MN/DLI is less than the worker's normal hourly wage 30 E. From the time a worker is required to report for duty at the project site until the worker is allowed to leave the site, no deductions shall be made from the worker's hours for any delays of less than twenty consecutive minutes.31 1. In situations where a delay may exceed twenty consecutive minutes and the contractor requires a worker to remain on the premises or so close to the premises that the worker cannot use the time effectively for the worker's own purposes, the worker is considered "on-call"32 and shall be compensated in accordance with Subpart B of this section, unless the worker is allowed or required to leave the project site. F. A contractor making payment to an employee, laborer, mechanic, worker, or truck owner- operator shall not accept a rebate for the purpose of reducing or otherwise decreasing the value of the compensation paid." G. Any employee who knowingly permits a contractor to pay less than the total prevailing wage or gives uT any part of the compensation to which the employee is entitled may be subject to penalties_ 4 VI. BONA FIDE FRINGE BENEFITS A. A "funded" fringe benefit plan is one that allows the contractor to make irrevocable contributions on behalf of an employee to a financially responsible trustee, third person, fund, plan or program, without prior approval from the U.S. Department of Labor. Types of "funded" fringe benefits may include, but are not limited to: pension, health and life insurance." B. An "unfunded" fringe benefit plan or program is one that allows the contractor to furnish an in-house benefit on behalf of an employee. The cost to provide the benefit is funded from the contractor's general assets rather than funded by contributions made to a trustee, third person, fund, plan or program. Types of "unfunded" frinr benefits may include, but are not limited to: holiday plans, vacation plans and sick plans.' C. Credit toward the total prevailing wage rate shall be determined for each individual employee and is allowed for bona fide fringe benefits that: 37 1. include contributions irrevocably made by a contractor on behalf of an employee to a financially responsible trustee, third person, fund, plan, or program; 29 Minnesota Statute 177.42, Subdivision 6 30 Minnesota Statute 181.03, Subdivision 1(2) 31 Minnesota Rules 5200.0120, Subpart 1 32 Minnesota Rules 5200.0120, Subpart 2 33 Minnesota Rules 5200.1106, Subpart 6 34 Minnesota Statute 177.44, Subdivision 6 3s 29 CFR Parts 5.26 and 5.27 35 29 CFR Part 5.28 37 29 CFR Part 5.23 5-A Rev. 12/18/2006 2. are legally enforceable; 3. have been communicated in writing to the employee; and 4. are made available to the employee once he/she has met all eligibility requirements. D. No credit shall be allowed for benefits required by federal, state or local law, such as: worker's compensation, unemployment compensation, and social security contributions.38 E. Upon request from the Minnesota Department of Labor and Industry (MN/DLI) or the Department, the prime contractor shall promptly furnish copies of fringe benefit records for its workers and those of all subcontractors, along with other records, deemed appropriate by the requesting agency to determine compliance with these contract provisions.39 F. In addition to the requirements set forth in Subpart C of this section, it is the responsibility of the prime contractor and any subcontractor to inform themselves about other federal and state fringe benefit regulations that may be applicable to this contract. G. Contractors shall submit a completed and signed MN/DOT, 21658 - Statement of Compliance Form, identifying any fringe contributions made on behalf of a worker.40 The form must be submitted in accordance with section IV (PAYROLLS AND STATEMENTS), Subparts A and C. H. Pursuant with Minnesota Statute 181.74, Subdivision 1, a contractor that is obligated to deposit fringe benefit contributions on behalf of its employees into a financially responsible trustee, third person, fund, plan, or program and fails to make timely contributions may be guilty of a gross misdemeanor. A contractor found in violation of the above-mentioned statute shall compel the department to take such actions as prescribed in section XVI, (NON- COMPLIANCE AND ENFORCEMENT). VII. OVERTEVIE A. A contractor shall not permit or require a worker to work in excess of 40 hours per week unless the worker is compensated at a rate not less than 1-112 times the basic hourly rate as determined by the United States Secretary of Labor.al B. A contractor shall not permit or require a worker to work longer than the prevailing hours of labor unless the worker is paid for all hours in excess of the prevailing hours at a rate of at least 1-112 times the hourly basic hourly rate of pay.42 The prevailing hours of labor is defined as not more than 8 hours per day or more than 40 hours per week.43 C. In addition to the requirements set forth in Subparts A and B of this section, it is the responsibility of the prime contractor and any subcontractor to inform themselves about other federal and state overtime regulations that may be applicable to this contract. VIIL LABOR CLASSIFICATIONS A. All contractors shall refer to the federal general decision or the state wage determination incorporated into and found elsewhere in this contract to obtain an applicable job classification. Workers must be classified and compensated for the actual work performed regardless of the worker's skill level.44 The prime contractor shall ensure that all contractors adhere to the following requirements: " 29 CFR Part 5.29(f) 39 Minnesota Statute 177.44, Subdivision 7 and Minnesota Rules 5200.1106, Subpart 10 40 Minnesota Rules 5200.1106, Subpart 10 41 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section IV, Subpart 7 42 Minnesota Statute 177.44, Subdivision 1 43 Minnesota Statute 177.42, Subdivision 4 44 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section IV, Subpart 1(a) 6-A Rev. 12/18/2006 1. Prior to performing work under this contract, all contractors shall review the federal general decision and complete a U.S. DOL, SF -1444 - Request for Authorization of Additional Classification and Wage Rate Form for any labor classification missing from the decision and submit it to the MN/DOT Labor Compliance Unit for processing.45 2. If a contractor cannot determine an appropriate job classification, state law requires that the worker be assigned a job classification. that is the "same or most similar" a Contractors should refer to the Master Job Classification List47 to obtain an applicable labor classification. Clarification regarding labor classifications should be directed to the MN/DLI or the MN/DOT Labor Compliance Unit. IX. INDEPENDENT CONTRACTORS, OWNERS, SUPERVISORS AND FOREMAN A. An independent contractor performing work as a laborer or mechanic is subject to the contract prevailing wage requirements 48 for the classification of work performed and shall adhere to the requirements established in sections IV (PAYROLLS AND STATEMENTS); V (WAGE RATES); VI (FRINGE BENEFITS); VII (OVERTIME) and VIII (LABOR CLASSIFICATIONS). In order to ensure compliance, the department may examine the subcontract agreement to determine if the bid price submitted covers the applicable prevailing wage rate for the number of hours worked, along with other records, deemed appropriate by the department.49 B. Pursuant with state regulations, owners, supervisors and foreman performing work under the contract50 shall be compensated in accordance with section V (WAGE RATES). Furthermore, the prime contractor and any subcontractor shall adhere to the requirements established in sections IV (PAYROLLS AND STATEMENTS); VI (FRINGE BENEFITS); VII (OVERTIITE) and VIII (LABOR CLASSIFICATIONS) - C. Pursuant with federal regulations, the contract labor provisions do not apply to owners, supervisors or foreman whose duties are primarily associated with bona fide administrative, executive or clerical positions. These individuals are not deemed to be laborers or mechanics.51 1. However, working owners, supervisors and/or foreman who devote more than 20 percent of their time during a workweek to Iaborer or mechanic duties are considered laborers or mechanics for the time so spent and are subject to the requirements established in sections IV (PAYROLLS AND STATEMENTS); V (WAGE RATES); VI (FRINGE BENEFITS); VII (OVERTIME) and VIII (LABOR CLASSIFICATIONS). X. APPRENTICES, TRAINEES AND HELPERS A. An apprentice is not subject to the federal and/or state wage decisions incorporated into and found elsewhere in this contract, rovided the contractor can demonstrate compliance with Subparts (1- 4) of this section: 5 1. The apprentice is performing the work of his/her trade. 2. The apprentice is registered with the U.S. DOL Bureau of Apprenticeship and Training or VIN/DLI Division of Voluntary Apprenticeship. 3. The apprentice is compensated according to the rate specified in the program for the level of progress. 45 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section IV, Subpart 2 46 Minnesota Statute 177.44, Subdivision 1 47 Minnesota Rules 5200.1100 48 29 CFR Part 5.2(o) and Minnesota Statute 177.41 49 Minnesota Statute 177.44, Subdivision 7 and Minnesota Rules 5200.1106, Subpart 10 50 Minnesota Statute 177.44, Subdivision 1 5129 CFR Part 5.2(m) 52 Minnesota Rules 5200.1070 7-A Rev. 12/18/2006 4. The ratio of apprentices to journeyman workers on the project is not greater than the ratio permitted for the contractor's entire work force under the registered program.53 B. A trainee is not subject to the federal general decision incorporated into and found elsewhere in this contract, provided the contractor can demonstrate compliance with Subparts (1- 4) of this section: 54 1. The trainee is performing the work of his/her trade. 2. The trainee is registered with the U.S. DOL Employment and Training Administration. 3. The trainee is compensated according to the rate specified in the program for the level of progress. 4. The ratio of trainees to journeyman workers on the project is not greater than the ratio permitted under the program. 5. All hours worked in excess of the prescribed hours allowed under the program and/or this contract shall be paid at the journeyman wage rate incorporated into and found elsewhere in this contract. 6. A trainee is not exempt understate law; the contractor shall assign the trainee a job classification that is the "same or most similar"55 and compensate the trainee for the actual work performed regardless of the trainee's skill level, unless the trainee i3:56 a. employed and registered in a bona -fide apprenticeship program; or b. employed in the first 90 days of probationary employment as an apprentice, is not registered in the apprenticeship program, but has been certified by the proper government authorities to be eligible for probationary employment as an apprentice. C. A helper may perform work only if the helper classification is specified and defined in the federal general decision incorporated into and found elsewhere in this contract or is approved pursuant to the federal conformance procedure: 17 1. A helper is not exempt under state law; a contractor shall assign the helper a job classification that is the "same or most similar" 58 and compensate the helper for the actual work performed regardless of the helper's skill level.59 D. If a contractor fails to demonstrate compliance with the terms established in Subparts A - C of this section, the contractor shall compensate the worker not less than the applicable total prevailing wage rate for the actual work performed.60 XI. SUBCONTRACTING PART OF TMS CONTRACT" A. If the prime contractor intends to sublet any portion of this contract, it shall complete and submit a MN/DOT, TP -21834, Request To Sublet Form to the project engineer 10 days prior to the first day of work for any subcontractor. B. The prime contractor shall not subcontract any portion of this contract without prior written consent from the project engineer. 53 MN/DOLI Division of Apprenticeship — April 6, 1995 Memorandum from Jerry Briggs, Director 54 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section IV, Subpart 4(b) 55 Minnesota Statute 177.44, Subdivision 1 56 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section IV, Subpart 1(a) 57 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section IV, Subpart 4(c) 58 Minnesota Statute 177.44, Subdivision 1 59 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section IV, Subpart I(a) 60 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section IV, Subpart 4(a)(b)(c) 61 MN/DOT Standard Specifications for Construction, Section 1801 8-A Rev. 12/18/2006 C. The prime contractor's organization shall perform work amounting to not less than 40 percent of the total original contract cost. However, contracts with Disadvantaged Business Enterprise (DBE) or Targeted Group Business (TGB) established goals, or both, the contractor's organization shall perform work amounting to not less than 30 percent of the total original contract cost. D. A first tier subcontractor shall not subcontract any portion of its work under this contract unless approved by the prime contractor and the project engineer. In addition, a first tier subcontractor may only subcontract up to 50% of its original subcontract. E. A second tier subcontractor shall not subcontract any portion of its work under this contract. F. Written consent to subcontract any portion of this contract does not relieve the prime contractor of liabilities and obligations under the contract and bonds. G. Contractors shall not subcontract with or purchase materials or services from a debarred or suspended person.62 XII. POSTER BOARDS A. The prime contractor shall construct and display a poster board, which contains all required posters, is legible and is accessible to all workers from the first day of work until the project is 100 percent complete 63 The prime contractor is not allowed to place a poster board at an off-site location. 1. The prime contractor can obtain the required posters by contacting MN/DOT at (651) 366-3091. The prime contractor will need to furnish its name, mailing address, the type of posters (federal -aid) and the quantity needed. XIII. EMPLOYEE INTERVIEWS A. At any time the prime contractor shall permit representatives from the U.S. DOL, FHWA, MN/DLI, or the Department to interview its workers and those of any subcontractor during working hours on the project. XIV. TRUCKING / OFF-SITE FACILITIES A. The prime contractor is responsible to ensure that its workers and those of all subcontractors are compensated in accordance with the federal wage decision incorporated into and found elsewhere in this contract for the following work duties: 1. The processing or manufacturing of material, including the hauling of material to and from an immediately adjacent, dedicated off-site facility.61 2. The hauling of any or all stockpiled or excavated materials on the project work site to other locations on the same project.66 B. The prime contractor is responsible to ensure that its workers and those of all subcontractors, are compensated in accordance with the state wage determination incorporated into and found elsewhere in this contract for the following work duties: 1. The processing or manufacturing of material, including the hauling of material to and from a prime contractor's material operation that is not a separate commercial establishment. b7 62 Minnesota Statute 161.315, Subdivision 3(3) 63 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section IV, Subpart 1(a) 64 Required Contract Provisions Federal -Aid Construction Contracts Form -1273, Section V, Subpart 2(g) ss 29 CFR Part 5.2(1)(2) 66 29 CFR Part 5.20)(1) 67 ALJ Findings of Fact, Conclusions of Law, and Recommendation, Conclusions (7), Case #12-3000-11993-2 9-A Rev. 12/18/2006 2. The processing or manufacturing of material, including the hauling of material to and from an off-site material operation that is not considered a commercial establishment. 66 3. The hauling of any or all stockpiled or excavated materials on the project work site to other locations on the same project even if the truck leaves the work site at some point 69 4. The delivery of materials from a non-commercial establishment to the project and the return haul.70 5. The delivery of materials from another construction project site to the public works project and the return haul, either empty or loaded. Construction projects are not considered commercial establishments." 6. The hauling required to remove any materials from the project to a location off the project site and the return haul, either empty or loaded from other than a commercial establishment.'Z 7. The delivery of mineral aggregate materials from a commercial establishment, which is deposited "substantially in place" and the return haul, either empty or loaded .71 C. The work duties prescribed in Subpart A (1- 2) and Subpart B (1- 7) of this section do not represent all possible hauling activities and/or other work duties that may be performed under this contract. It is the responsibility of the prime contractor to inform itself and all subcontractors about other applicable job duties that may be subject to this contract labor provisions. D. A contractor acquiring trucking services from an ITO, MTO and/or Truck Broker to perform and/or provide "covered" hauling activities shall comply with the payment of the certified state truck rental rates,74 which are incorporated into and found elsewhere in this contract. 1. Each month, in which hauling activities were performed under this contract, the prime contractor and all subcontractors shall submit a MN/DOT, TP -90550 - Month -End Trucking Report and MN/DOT, TP -90551. - Statement of Compliance Form, along with each ITOs, MTOs and/or Truck Brokers reports to the department.7' The specifications regarding the dates for submission can be found near the bottom of the MN/DOT, TP -90551- Statement of Compliance Form. E. A Truck Broker contracting to provide trucking services in the construction industry may charge a reasonable broker fee to the provider of trucking services.76 The prime contractor and any subcontractor contracting to receive trucking services shall not assess a broker fee. F. A contractor with employee truck drivers shall adhere to the requirements established in Sections IV (PAYROLLS AND STATEMENTS); V (WAGE RATES); VI (FRINGE BENEFITS); VII (OVERTIME) and VIII (LABOR CLASSIFICATIONS). G. If after written notice, the prime contractor fails to submit its month-end trucking reports and certification forms and those of any subcontractor, MTO and/or Truck Broker, the department may take such actions as prescribed in section XVI, (NON-COMPLIANCE AND ENFORCEMENT). b8 Minnesota Rules 5200.1106, Subpart 3B(2) "Minnesota Rules 5200.1106, Subpart 3B(1) 70 Minnesota Rules 5200.1106, Subpart 3B(2) 73 Minnesota Rules 5200.1106, Subpart 313(3) 72 Minnesota Rules 5200.1106, Subpart 3B(4) 73 Minnesota Rules 5200.1106, Subpart 313(5)(6) 74 Minnesota Rules 5200.1106, Subpart 1 75 Minnesota Rules 5200.1106, Subpart 10 76 Minnesota Rules 5200.1106, Subpart 7(C) 10-A Rev. 12/18/2006 XV. CHILD LABOR A. No worker under the age of 18 is allowed to perform work on construction projects.77 B. In accordance with state law, a worker under the age of 18, employed in a corporation totally owned by one or both parents that is supervised by the parent(s), may perform work on construction projects.78 However, if this contractor is subject to the federal Fair Labor Standards Act, a worker under the age of 18 is not allowed to perform work in a hazardous occupation.79 C. To protect the interests of the department, the project engineer may remove a worker that appears to be under the age of 18 from the construction project until the contractor or worker can demonstrate proof of age80 and compliance with all applicable federal and/or state regulations.81 XVI. NON-COMPLIANCE AND ENFORCEMENT A. The prime contractor shall be liable for any unpaid wages to its workers or those of any subcontractor, ITO, MTO and/or Truck Broker. 12 B. If it is determined that a contractor has violated federal and/or state prevailing wage laws, or any portion of this contract, the department may implement, after written notice, one or more of the following sanctions: 1. Withhold or cause to be withheld from the prime contractor under this contract, or any other federally funded contract with the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay workers employed by the prime contractor or any subcontractor the full amount of wages required by this contract. 93 2. Withhold or cause to be.withheld from the prime contractor such amounts in considerations or assessments against the prime contractor, whether arising from this contract or other contract with the department. 14 3. The department may reject a bid from a prime contractor that has demonstrated continued or persistent noncompliance with the prevailing wage law on previous or current contracts with the department. 85 4. The department may take the prosecution of the work out of the hands of the prime contractor, place the contractor in default and terminate this contract for failure to demonstrate compliance with these provisions. 86 C. Any contractor who violates the state prevailing wage law is guilty of a misdemeanor and may be fined not more than $300 or imprisoned not more than 90 days or both. Each day that the violation continues is a separate offense.87 D. All required documents and certification reports are legal documents; willful falsification of the documents may result in civil action and/or criminal prosecution88 and may be grounds for debarment proceedings! 77 Minnesota Rules 5200.0910, Subpart F 73 Minnesota Rules 5200.0930, Subpart 4 79 29 CFR Part 570.2(a)(ii) eu Minnesota Statute 181A.06, Subdivision 4 81 MN/DOT Standard Specifications for Construction, Section I701 82 MN/DOT Standard Specifications for Construction, Section 1801 83 Required Contract Provisions Federal -Aid Construction Contracts Fora► -1273, Section 1V, Subpart 6 84 MN/DOT Standard Specifications for Construction, Section 1906 85 Minnesota Statute 161.32, Subdivision 1(d) 86 MN/DOT Standard Specifications for Construction, Section 1808 87 Minnesota Statute 177.44, Subdivision 6 S8 Minnesota Statutes 16B, 161.315, Subdivision 2, 177.43, Subdivision 5 177.44, Subdivision 6, 609.63 89 Minnesota Statute 161.315 11-A Prompt Payment December 2002 NOTICE TO BIDDERS N imesota Statutes that require prompt payment to subcontractors: 16A.1245 Prompt payment to subcontractors. Each state agency contract must require the prime contractor to pay any subcontractor within ten days of the prime contractor's receipt of payment from the state for undisputed services provided by the subcontractor. The contract must require the prime contractor to pay interest of 1-112 percent per month or any part of a month to the subcontractor on any undisputed amount not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the prime contractor shall pay the actual penalty due to the subcontractor. A subcontractor who prevails in a civil action to collect interest penalties from a prime contractor must be awarded its costs and disbursements, including attorney's fees, incurred in bringing the action. HIST: 1990 c 541 s 1 337.10 Building and construction contracts; prohibited provisions. Subd. 3. Prompt payment to subcontractors. A building and construction contract shall be deemed to require the prime contractor and all subcontractors to promptly pay any subcontractor or material supplier contract within ten days of receipt by the party responsible for payment of payment for undisputed services provided by the party requesting payment. The contract shall be deemed to require the parry responsible for payment to pay interest of 1-112 percent per month to the party requesting payment on any undisputed amount not paid on time. The minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid balance of less than $100, the party responsible for payment shall pay the actual penalty due to the party requesting payment. A parry requesting payment who prevails in a civil action to collect interest penalties from a party responsible for payment must be awarded its costs and disbursements, including attorney fees incurred in bringing the action. This subdivision does not apply to construction of or improvements to residential real estate as defined in section 326.83, subdivision 17, or to construction of or improvements to attached single-family dwellings, if those dwellings are used for residential purposes and have fewer than 13 units per structure: HIST: 1997 c 127 s 1; 1998 c 289 s 1,2; 1999 c 116 s 2 General Decision Number: MN130010 01/04/2013 MN10 Superseded General Decision Number: MN20120010 State: Minnesota Construction Type: Highway Counties: Anoka, Carver, Chisago, Dakota, Hennepin, Ramsey, Scott and Washington Counties in Minnesota. HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/04/2013 * SUMN2010-009 10/29/2012 LABORER Blaster......_. .............$ 29.82 Rates Fringes BRICKLAYER ....................... $ 31.66 17.38 CARPENTER. - . ...................$ Landscape ............... ...$ 32.29 17.78 CEMENT MASON/CONCRETE FINISHER...$ 26.82 32.80 17.00 ELECTRICIAN 15.72 Underground & Open Ditch 31.12 Electrician .................$ (8 ft below grade) .......... 35.79 23.92 Ground Person ............... $ 24.99 12.37 Lineman .....................$ 16.70 37.30 16.00 Wiring System Installer.....$ 22.46 10.61 Wiring System Technician .... $ 32.09 12.39 IRONWORKER......... .............. $ 34.15 21.20 LABORER Blaster......_. .............$ 29.82 15.72 Common or General...._,.._ $ 26.82 15.72 Flag Person .................$ 26.82 15.72 Landscape ............... ...$ 17.49 12.04 Skilled .....................$ 26.82 15.72 Traffic Control Person ...... $ 26.82 15.72 Underground & Open Ditch 31.12 16.70 (8 ft below grade) .......... $ 27.52 15.72 MILLWRIGHT .......................$ 23.00 1.43 PAINTER (Including Pavement Marking) ......................... ...............$ 31.45 17.95 PILEDRIVERMAN .................... $ 32.49 17.58 POWER EQUIPMENT OPERATOR: GROUP 2 .....................$ 31.97 16.70 GROUP 3 .....................$ 31.42 16.70 GROUP 4......., .........$ 31.12 16.70 GROUP 5 .....................$ 28.08 16.70 GROUP 6 ....... .............$ 26.87 16.70 Speciality Equipment Articulated Hauler..._,....$ 31.12 16.70 Boom Truck .................$ 31.12 16.70 Landscaping Equipment ...... $ 17.49 12.04 Off -Road Truck ............. $ 31.12 16.70 OPERATING ENGINEER CLASSIFICATIONS GROUP 2: Helicopter Pilot; Concrete Pump; Cranes over 135 ft boom excluding jib; Dragline, Crawler, Hydraulic Backhoe and other similar equpment with shovel -type controls including attachments 3 cu yd & over; Grader or Motor Patrol; Pile Driving GROUP 3: Asphalt Bituminous Stabilizer Plant; Cableway; Concrete Mixer, Stationary Plant; Derrick (guy or stiff leg)(power)(skids or stationary); Dragline, Crawler, Hydraulic Backhoe and other similar equpment with shovel -type controls including attachments up to 3 cu yd; Dredge or Engineers Dredge (Power); Front end loader 5 cu yd & over including attachments; Locomotive Crane Operator; Mixer (paving) concrete paving, Road Mole including Mucking operations, Conway or similar type; Mechanic, Welder; Tractor, Boom type. Tandem Scraper; Truck Crane, Crawler Crane; Tugboat 100 H.P. & over. GROUP 4: Air Track Rock Drill; Automatic Road Machine CMI or similar; Backfiller; Concrete Batch Plant; Bituminous Roller Rubber Tire or Steel Drum 8 tons & over; Bituminous Spreader & Finishing Machine (power), including pavers, Macro Surfacing & Micro Surfacing or similar types (Operator & Screed person); Brokk or RTC remote control or similar type with attachments; Cat Challenger Tractor or similar types pulling Rock Wagons; Bulldozer & Scraper; Chip Harvester & Tree Cutter; Concrete Distributor & Spreader Finishing Machine, Longitudinal Float, Joint Machine, Spray Machine; Concrete Mixer on jobsite; Concrete Mixer; Crusing Plant (gravel, stone) or Gravel Washing, Crushing & Screening Plant; Curb Machine; Directional Boring Machine; Drill Rigs, Heavy Rotary or Churn or Cable Drill; Dual Tractor; Elevating Grader; Fork Lift; Front End, Skid Steer 1 to 5 cu yd; GPS Remote Operating of equpment; Hoist Engineer (power); Hydraulic Tree Planter; Launcher Person; Locomotive; Milling, Grinding, Planing, Fine Grade, or Trimmer Machine; Multiple Machines such as Air Comressors, Welding Machines, Generators, Pumps; Pavement Breaker or Tamping Machine, Mighty Mite or similar type; Pickup Sweeper 1 cu yd & over hopper capacity; Horizontal Boring Machine power actuated over 6 inches; Pugmill; Pumperete; Rubber Tired Farm Tractor with Backhoe attachment; Scraper; Self -Propelled Soil Stabilizer; Slip Form (power driven) paving; Tractor, Bulldozer; Wheel type Tractor over 50 hp with PTO; Trenching Machine excludes walk behind Trencher; Tub Grinder, Morbark or similar type; Well Point installation or Dismantling. GROUP 5: Air Compressor 600 cfm or over; Bituminous Roller under 8 tons; Concrete Saw multiple blade; Form Tench Digger (power); Front End Skid Steer up to 1 cu yd; Gunite Gunall; Hydraulic Log Splitter; Loader, Barber Greene or similar; Post Hole Driving Machine/Post Hole Auger; Power Actuated Auger & Boring Machine; Power Actuated Jack; Pump; Self -Propelled Chip Spreader (Flaherty or similar); Sheep Foot Compactor with blade 200 hp & over; Shouldering Machine (Power) APSCO or similar type including self-propelled Sand and Chip Spreader; Stump Chipper and Tree Chipper; Tree Farmer (Machine). GROUP 6: Cat, Challenger or siliar tractor when pulling Disk or Roller; Conveyor; Dredge Deck Hand; Fire Person or Tank Car Heater; Gravel Screening Plant (portable, not crushing or washing); Greaser (tractor); Lever Person; Oiler (Power Shovel, Truck Crane, Dragline, Crusher and Milling Mazchine; Power Sweeper; Sheep Foot Roller & Rollers on Gravel Compaction including vibrating rollers; Wheel type Tractor over 50 hp. TRUCK DRIVER GROUP 1 ............. a.__$ 27.50 13.65 GROUP 2 .....................$ 18.00 5.85 GROUP 3... ..................$ 26.85 13.65 GROUP 9 .....................$ 26.60 13.65 TRUCK DRIVER CLASSIFICATIONS: GROUP 1: Mechanic, Welder; Tractor Trailer; Truck hauling machinery including operation of hand and power operated winches. GROUP 2: Four or more axle unit straight body truck. GROUP 3: Bituminouos Distributor driver; Bituminous Distributor (one person operation); Three Axle units. GROUP 4: Bituminous Distributor Spray operator (rear and oiler); Dump Person; Greaser; Pilot Car; Rubber Tire self- propelled Packer under 8 tons; Two Axle unit; Slurry Operator; Tank Truck Tender (gas, road oil, water); Tractor under 50 hp. Tunnel Miner .....................$ 27.52 15.72 WELDERS - Receive rate prescribed for craft performing operation to which welding is. incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-00507/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be 3aly 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS l.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE Construction Type: Highway and Heavy Region Number: 09 Counties within region: • ANOKA-02 • CARVER -10 • CMSAGO-13 • DAKOTA -19 • HENNEPIN-27 • RAMSEY-62 • SCOTT -70 • WASHINGTON -82 Effective: 2012-10-29 This project is covered by Minnesota prevailing wage statutes. Wage rates listed below are the minimum hourly rates to be paid on this project. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at a rate of one and one half (11/2) times the basic hourly rate. Violations should be reported to: Department of Transportation Office of Construction Transportation Building MS650 John Ireland Blvd St. Paul, MN 55155 (651) 366-4209 Refer questions concerning the prevailing wage rates to: Department of Labor and Industry Prevailing Wage Section 443 Lafayette Road N St Paul, MN 55155 (651) 284-5091 DLI.PrevWage@ state.mn.us 02/22/13 LABOR CODE AND CLASS LABORERS (101 - 112) (SPECIAL CRAFTS 701- 730) EFFECT BASIC FRINGE TOTAL DATE RATE RATE RATE 101 LABORER, COMMON (GENERAL LABOR WORK) 2012-10-29 26.82 15.72 42.54 2013-05-01 26.77 16.02 42.79 102 LABORER, SKILLED (ASSISTING SKILLED CRAFT 2012-10-29 26.82 15.72 42.54 JOURNEYMAN) 2013-05-01 26.77 16.02 42.79 103 LABORER, LANDSCAPING (GARDENER, SOD LAYER 2012-10-29 17.49 12.04 29.53 AND NURSERY OPERATOR) 2013-05-01 18.00 12.43 30.43 104 FLAG PERSON 2012-10-29 26.82 15.72. 42.54 2013-05-01 26.77 16.02 42.79 105 WATCH PERSON 2012-10-29 23.42 15.17 38.59 2013-05-01 23.37 15.47 38.84 106 BLASTER 2012-10-29 29.82 15.72 45.54 2013-05-01 29.77 16.02 45.79 107 PIPELAYER (WATER, SEWER AND GAS) 2012-10-29 28.82 15.72 44.54 2013-05-01 28.77 16.02 44.79 108 TUNNEL MINER 2012-10-29 27.52 15.72 43.24 2013-05-01 27.47 16.02 43.49 109 UNDERGROUND AND OPEN DITCH LABORER (EIGHT 2012-10-29 27.52 15.72 43.24 FEET BELOW STARTING GRADE LEVEL) 2013-05-01 27.47 16.02 43.49 110 SURVEY FIELD TECHNICIAN (OPERATE TOTAL 2012-10-29 20.25 0.00 20.25 STATION, GPS RECEIVER, LEVEL, ROD OR RANGE 02/22/13 2 POLES, STEEL TAPE MEASUREMENT; MARK AND DRIVE STAKES; HAND OR POWER DIGGING FOR AND IDENTIFICATION OF MARKERS OR MONUMENTS; PERFORM AND CHECK CALCULATIONS; REVIEW AND UNDERSTAND CONSTRUCTION PLANS AND LAND SURVEY MATERIALS). THIS CLASSIFICATION DOES NOT APPLY TO THE WORK PERFORMED ON A PREVAILING WAGE PROJECT BY A LAND SURVEYOR WHO IS LICENSED PURSUANT TO MINNESOTA STATUTES, SECTIONS 326.02 TO 326.15. 111 TRAFFIC CONTROL PERSON (TEMPORARY SIGNAGE) 112 QUALITY CONTROL TESTER (FIELD AND COVERED OFF-SITE FACILITIES; TESTING OF AGGREGATE, ASPHALT, AND CONCRETE MATERIALS); LIMITED TO MN DOT HIGHWAY AND HEAVY CONSTRUCTION PROJECTS WHERE THE MN DOT HAS RETAINED QUALITY ASSURANCE PROFESSIONALS TO REVIEW AND INTERPRET THE RESULTS OF QUALITY CONTROL TESTERS. SERVICES PROVIDED BY THE CONTRACTOR. SPECIAL EQUIPMENT (201- 204) 201 ARTICULATED HAULER 202 BOOM TRUCK 203 LANDSCAPING EQUIPMENT, INCLUDES HYDRO SEEDER OR MULCHER, SOD ROLLER, FARM TRACTOR WITH ATTACHMENT SPECIFICALLY SEEDING, SODDING, OR PLANT, AND TWO -FRAMED FORKLIFT (EXCLUDING FRONT, POSIT -TRACK, AND SKID STEER LOADERS), NO EARTHWORK OR GRADING FOR ELEVATIONS 204 OFF-ROAD TRUCK 2012-10-29 26.82 15.72 42.54 2013-05-01 26.77 16.02 42.79 2012-10-29 16.28 4.07 20.35 2012-10-29 31.12 16.70 47.82 2013-05-01 31.37 16.70 48.07 2012-10-29 31.12 16.70 47.82 2013-05-01 31.37 16.70 48.07 2012-10-29 17.49 12.04 29.53 2013-05-01 18.00 12.43 30.43 2012-10-29 31.12 16.70 47.82 2013-05-01 31.37 16.70 48.07 02/22/13 3 205 PAVEMENT MARKING OR MARKING REMOVAL EQUIPMENT (ONE OR TWO PERSON OPERATORS); SELF-PROPELLED TRUCK OR TRAILER MOUNTED UNITS. HIGHWAY/HEAVY POWER EQUIPMENT OPERATOR GROUP 2 302 HELICOPTER PILOT (HIGHWAY AND HEAVY ONLY) 303 CONCRETE PUMP (HIGHWAY AND HEAVY ONLY) 2012-10-29 31.45 17.95 49.40 2012-10-29 31.97 16.70 48.67 2013-05-01 32.22 16.70 48.92 304 ALL CRANES WITH OVER 135 -FOOT BOOM, EXCLUDING JIB (HIGHWAY AND HEAVY ONLY) 305 DRAGLINE, CRAWLER, HYDRAULIC BACKHOE (TRACK OR WHEEL MOUNTED) AND/OR OTHER SIMILAR EQUIPMENT WITH SHOVEL -TYPE CONTROLS THREE CUBIC YARDS AND OVER MANUFACTURER.S RATED CAPACITY INCLUDING ALL ATTACHMENTS. (HIGHWAY AND HEAVY ONLY) 306 GRADER OR MOTOR PATROL 307 PILE DRIVING (HIGHWAY AND HEAVY ONLY) 308 TUGBOAT 100 H.P. AND OVER WHEN LICENSE REQUIRED (HIGHWAY AND HEAVY ONLY) GROUP 3 2012-10-29 31.42 16.70 48.12 2013-05-01 31.67 16.70 48.37 309 ASPHALT BITUMINOUS STABILIZER PLANT 31.0 CABLEWAY 311 CONCRETE MIXER, STATIONARY PLANT (HIGHWAY AND HEAVY ONLY) 312 DERRICK (GUY OR STIFFLEG)(POWER)(SKIDS OR STATIONARY) (HIGHWAY AND HEAVY ONLY) 313 DRAGLINE, CRAWLER, HYDRAULIC BACKHOE (TRACK OR WHEEL MOUNTED) AND/OR SIMILAR EQUIPMENT WITH SHOVEL -TYPE CONTROLS, UP TO THREE CUBIC YARDS MANUFACTURER.S RATED CAPACITY INCLUDING ALL ATTACHMENTS (HIGHWAY AND HEAVY ONLY) 314 DREDGE OR ENGINEERS, DREDGE (POWER) AND ENGINEER 315 FRONT END LOADER, FIVE CUBIC YARDS AND OVER INCLUDING ATTACHMENTS. (HIGHWAY AND HEAVY ONLY) 316 LOCOMOTIVE CRANE OPERATOR 317 MIXER (PAVING) CONCRETE PAVING, ROAD MOLE, INCLUDING MUCKING OPERATIONS, CONWAY OR SIMILAR TYPE 02/22/13 -1 318 MECHANIC. WELDER ON POWER EQUIPMENT (HIGHWAY AND HEAVY ONLY) 319 TRACTOR. BOOM TYPE (HIGHWAY AND HEAVY ONLY) 320 TANDEM SCRAPER 321 TRUCK CRANE. CRAWLER CRANE (HIGHWAY AND HEAVY ONLY) 322 TUGBOAT 100 H.P AND OVER (HIGHWAY AND HEAVY ONLY) GROUP 4 323 AIR TRACK ROCK DRILL 2012-10-29 31.12 16.70 47.82 2013-05-01 31.37 16.70 48.07 324 AUTOMATIC ROAD MACHINE (CMI OR SIMILAR) (HIGHWAY AND HEAVY ONLY) 325 BACKFILLER OPERATOR 326 CONCRETE BATCH PLANT OPERATOR (HIGHWAY AND HEAVY ONLY) 327 BITUMINOUS ROLLERS, RUBBER TIRED OR STEEL DRUMMED (EIGHT TONS AND OVER) 328 BITUMINOUS SPREADER AND FINISHING MACHINES (POWER), INCLUDING PAVERS, MACRO SURFACING AND MICRO SURFACING, OR SIMILAR TYPES (OPERATOR AND SCREED PERSON) 329 BROKK OR R.T.C. REMOTE CONTROL OR SIMILAR TYPE WITH ALL ATTACHMENTS 330 CAT CHALLENGER TRACTORS OR SIMILAR TYPES PULLING ROCK WAGONS, BULLDOZERS AND SCRAPERS 331 CHIP HARVESTER AND TREE CUTTER 332 CONCRETE DISTRIBUTOR AND SPREADER FINISHING MACHINE, LONGITUDINAL FLOAT, JOINT MACHINE, AND SPRAY MACHINE 333 CONCRETE MIXER ON JOBSITE (HIGHWAY AND HEAVY ONLY) 334 CONCRETE MOBIL (HIGHWAY AND HEAVY ONLY) 335 CRUSHING PLANT (GRAVEL AND STONE) OR GRAVEL WASHING, CRUSHING AND SCREENING PLANT 336 CURB MACHINE 337 DIRECTIONAL BORING MACHINE 338 DOPE MACHINE (PIPELINE) 339 DRILL RIGS, HEAVY ROTARY OR CHURN OR CABLE DRILL (HIGHWAY AND HEAVY ONLY) 340 DUAL TRACTOR 341 ELEVATING GRADER 342 FORK LIFT OR STRADDLE CARRIER (HIGHWAY AND HEAVY ONLY) 343 FORK LIFT OR LUMBER STACKER (HIGHWAY AND HEAVY ONLY) 344 FRONT END, SKID STEER OVER 1 TO 5 C YD 345 GPS REMOTE OPERATING OF EQUIPMENT 346 HOIST ENGINEER (POWER) (HIGHWAY AND HEAVY ONLY) 347 HYDRAULIC TREE PLANTER 02122!13 5 348 LAUNCHER PERSON (TANKER PERSON OR PILOT LICENSE) 349 LOCOMOTIVE (HIGHWAY AND HEAVY ONLY) 350 MILLING, GRINDING, PLANNING, FINE GRADE, OR TRUVIMER MACHINE 351 MULTIPLE MACHINES, SUCH AS AIR COMPRESSORS, WELDING MACHINES, GENERATORS, PUMPS (HIGHWAY AND HEAVY ONLY) 352 PAVEMENT BREAKER OR TAMPING MACHINE (POWER DRIVEN) MIGHTY MITE OR SIMILAR TYPE 353 PICKUP SWEEPER, ONE CUBIC YARD AND OVER HOPPER CAPACTTY(HIGHWAY AND HEAVY ONLY) 354 PIPELINE WRAPPING, CLEANING OR BENDING MACHINE 355 POWER PLANT ENGINEER, 100 KWH AND OVER (HIGHWAY AND HEAVY ONLY) 356 POWER ACTUATED HORIZONTAL BORING MACHINE, OVER SIX INCHES 357 PUGMILL 358 PUMPCRETE (HIGHWAY AND HEAVY ONLY) 359 RUBBER -TIRED FARM TRACTOR WITH BACKHOE INCLUDING ATTACHMENTS (HIGHWAY AND HEAVY ONLY) 360 SCRAPER 361 SELF-PROPELLED SOIL STABILIZER 362 SLIP FORM (POWER DRIVEN) (PAVING) 363 TIE TAMPER AND BALLAST MACHINE 364 TRACTOR, BULLDOZER (HIGHWAY AND HEAVY ONLY) 365 TRACTOR, WHEEL TYPE, OVER 50 H.P. WITH PTO UNRELATED TO LANDSCAPING (HIGHWAY AND HEAVY ONLY) 366 TRENCHING MACHINE (SEWER, WATER, GAS) EXCLUDES WALK BEHIND TRENCHER (HIGHWAY AND HEAVY ONLY) 367 TUB GRINDER, MORBARK, OR SIMILAR TYPE 368 WELL POINT DISMANTLING OR INSTALLATION (HIGHWAY AND HEAVY ONLY) GROUP 5 2012-10-29 28.08 16.70 44.78 2013-05-01 28.33 16.70 45.03 369 AIR COMPRESSOR, 600 CFM OR OVER (HIGHWAY AND HEAVY ONLY) 370 BITUMINOUS ROLLER (UNDER EIGHT TONS) 371 CONCRETE SAW (MULTIPLE BLADE) (POWER OPERATED) 372 FORM TRENCH DIGGER (POWER) 373 FRONT END, SKID STEER UP TO 1C YD 374 GUNITE GUNALL (HIGHWAY AND HEAVY ONLY) 375 HYDRAULIC LOG SPLITTER 376 LOADER (BARBER GREENE OR SIMILAR TYPE) 02122/13 6 377 POST HOLE DRIVING MACHINE/POST HOLE AUGER 378 POWER ACTUATED AUGER AND BORING MACHINE 379 POWER ACTUATED JACK 380 PUMP (HIGHWAY AND HEAVY ONLY) 381 SELF-PROPELLED CHIP SPREADER (FLAHERTY OR SIMILAR) 382 SHEEP FOOT COMPACTOR WITH BLADE. 200 H.P. AND OVER 383 SHOULDERING MACHINE (POWER) APSCO OR SIMILAR TYPE INCLUDING SELF-PROPELLED SAND AND CHIP SPREADER 384 STUMP CHIPPER AND TREE CHIPPER 385 TREE FARMER (MACHINE) GROUP 6 2012-10-29 26.87 2013-05-01 27.12 16.70 43.57 16.70 43.82 387 CAT, CHALLENGER, OR SIMILAR TYPE OF TRACTORS, WHEN PULLING DISK OR ROLLER 388 CONVEYOR (HIGHWAY AND HEAVY ONLY) 389 DREDGE DECK HAND 390 FIRE PERSON OR TANK CAR HEATER (HIGHWAY AND HEAVY ONLY) 391 GRAVEL SCREENING PLANT (PORTABLE NOT CRUSHING OR WASHING) 392 GREASER (TRACTOR) (HIGHWAY AND HEAVY ONLY) 393 LEVER PERSON 394 OILER (POWER SHOVEL, CRANE, TRUCK CRANE, DRAGLINE, CRUSHERS, AND MILLING MACHINES, OR OTHER SIMILAR HEAVY EQUIPMENT) (HIGHWAY AND HEAVY ONLY) 395 POWER SWEEPER 396 SHEEP FOOT ROLLER AND ROLLERS ON GRAVEL COMPACTION, INCLUDING VIBRATING ROLLERS 397 TRACTOR, WHEEL TYPE, OVER 50 H.P., UNRELATED TO LANDSCAPING TRUCK DRIVERS GROUP 1 2012-10-29 27.50 13.65 41.15 2013-05-01 27.65 14.00 41.65 601 MECHANIC. WELDER 602 TRACTOR TRAILER DRIVER 603 TRUCK DRIVER (HAULING MACHINERY INCLUDING OPERATION OF HAND AND POWER OPERATED WINCHES) GROUP 2 2012-10-29 18.00 5.85 23.85 02/22/13 604 FOUR OR MORE AXLE UNIT, STRAIGHT BODY TRUCK GROUP 3 2012-10-29 26.85 2013-05-01 27.00 605 BITUMINOUS DISTRIBUTOR DRIVER 606 BITUMINOUS DISTRIBUTOR (ONE PERSON OPERATION) 607 THREE AXLE UNITS GROUP 4 2012-10-29 26.60 2013-05-01 26.75 608 BITUMINOUS DISTRIBUTOR SPRAY OPERATOR (REAR AND OILER) 609 DUMP PERSON 610 GREASER 611 PILOT CAR DRIVER 612 RUBBER -TIRED, SELF-PROPELLED PACKER UNDER 8 TONS 613 TWO AXLE UNIT 614 SLURRY OPERATOR 615 TANK TRUCK HELPER (GAS, OIL, ROAD OIL, AND WATER) 616 TRACTOR OPERATOR, UNDER 50 H.P SPECIAL CRAFTS 701 BEATING AND FROST INSULATORS 702 BOILERMAKERS 703 BRICKLAYERS 704 CARPENTERS 705 CARPET LAYERS (LINOLEUM) 2012-10-29 41.17 2013-06-01 41.67 2012-10-29 31.87 2013-01-01 33.52 2012-10-29 31.66 2012-10-29 32.20 2012-10-29 32.29 2013-05-01 32.79 13.65 40.50 14.00 41.00 13.65 40.25 14.00 40.75 18.59 59.76 18.59 60.26 24.40 56.27 24.40 57.92 17.38 49.04 17.96 50.16 17.78 50.07 17.78 50.57 FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREVW E@STATE.MN.US 02/22/13 8 706 CEMENT MASONS 2012-10-29 32.80 17.00 49.80 2013-05-01 33.05 17.00 50.05 707 ELECTRICIANS 2012-10-29 35.79 23.92 59.71 2013-05-01 37.19 23.92 61.11 708 ELEVATOR CONSTRUCTORS FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREV WAGE Q STATE.MN.US 709 GLAZIERS FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREVWAGE@ STATE.MN.US 710 LATHERS FOR RATE CALL 651-284-5091 OR EMAIL DLI.PRE A T TE.MN.US 711 GROUND PERSON 2012-10-29 24.99 12.37 37.36 2013-03-31 25.74 12.59 38.33 712 IRONWORKERS 2012-10-29 34.15 21.20 55.35 713 LINEMAN 2012-10-29 37.30 16.00 53.30 2013-03-31 38.42 16.33 54.75 714 MILLWRIGHT 2012-10-29 23.00 1.43 24.43 715 PAINTERS (INCLUDING HAND BRUSHED, BAND 2012-10-29 31.45 17.95 49.40 SPRAYED, AND THE TAPING OF PAVEMENT MARKINGS) 716 PILEDRIVER (INCLUDING VIBRATORY DRIVER OR 2012-10-29 32.49 17.58 50.07 EXTRACTOR FOR PILING AND SHEETING OPERATIONS) 2013-05-01 33.99 17.58 51.57 717 PIPEFITTERS STE.AMF=ERS 2012-10-29 39.83 22.91 62.74 02/22/13 9 718 PLASTERERS 719 PLUMBERS 720 ROOFER 721 SHEET METALWORKERS 722 SPRINKLER FITTERS 723 TERRAZZO WORKERS 724 TILE SETTERS 725 TILE FINISHERS 726 DRYWALL TAPER 727 WIRING SYSTEM TECHNICIAN 728 WIRING SYSTEMS INSTALLER 729 ASBESTOS ABATEMENT WORKER 730 SIGN ERECTOR FOR RATE CALL 651-284-5091 OR EMAIL DL A @STATE. 2012-10-29 39.63 20.71 60.34 FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREV WAGE @ STATE.MN.US 2012-10-29 39.37 20.56 59.93 2013-05-01 40.29 20.21 60.50 FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREV WAGE @ STATE.MN.US FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREV WAGE @ STATE.MN.US 2012-10-29 27.91 18.63 46.54 FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREV WAGE @ STATE.MN.US 2012-10-29 30.17 19.12 49.29 2012-10-29 32.09 12.39 44.48 2012-10-29 22.46 10.61 33.07 2012-10-29 27.33 14.94 42.27 2013-01-01 27.53 15.34 42.87 FOR RATE CALL 651-284-5091 OR EMAIL DLI.PREV WAGE @ STATE.MN.US 02/22/13 10 After the informal conference, Tom Barnes provided written information that his fuel costs in March 2010 were $2.82 per gallon and that his fuel costs for March 2012 were $4.07 per gallon. Following the informal conference, DLI staff obtained data from the United States Department of Energy ("DOE'S regarding the price of diesel during 2010 as compared to current costs.' That data, available at www.eia.doe.gov, show that the average price of diesel during 2010 was $2.964 per gallon. The average price of diesel during January, February, and March 2012 was $3.862 per gallon. Consequently, the average price of diesel for the first three months of this year was 30.4% higher than the average cost of diesel during 2010. The purpose of Minnesota Rules, part 5200.1105, as stated in its Statement of Need and Reasonableness, is to `provide equitable compensation" to independent truck operators. The commissioner finds that in order to carry out the purpose of the rule, it is appropriate to consider the concerns expressed at the informal conference2 and to use average 2012 diesel costs in computing and certifying 2012 truck rental rates. Specifically, the commissioner finds that the extreme disparity between 2010 and current fuel costs warrants this adjustment in order for truck operators to be equitably compensated. 3 Construction truck operating costs were initially determined by survey on a statewide basis and were the subject of further input by interested parties attending the informal conference pursuant to Minnesota Rules, part 5200.1105 on April 4, 2012 and further data on fuel prices from the DOE for 2010 and 2012. In light of the discussion above, fuel costs stated in the surveys were adjusted upward by 30.4% to determine statewide operating costs. As a result of this adjustment, the operating cost for "four axle units, straight body trucks" is determined to be $51.58 per hour; the operating cost for "three axle units" is deteimined to be $37.35 per hour; the operating cost for "tractor only" is determined to be $41.43 per hour; and the operating cost for "tractor trailers" is determined to be $5.2.89 per hour. Adding the prevailing wage for drivers of these four types of trucks from each of the State's ten highway and heavy construction areas to the operating costs, the minimum r U.S. Energy Information Administration Midwest No. 2 Retail Prices (Dollars per Gallon) 2 The DLI has historically used input from the informal conferences to establish certified rates. For example, truck rental rates certified in 2009 varied from the proposed rates based on information gathered at the informal conference. 3 The commissioner notes that the Minnesota Department of Transportation incorporates a fuel adjustment clause in certain of its contracts to accommodate the fluctuating price of fuel, That clause generally provides for the adjustment of contract payments when the cost of fuel increases or decreases by more than 15% from an indexed rate during the term of the contract. By using 2012 fuel costs in certifying 2012 truck rental rates, the commissioner is not intending to adopt or establish a similar fuel adjustment mechanism. Rather, be is taking this action to effectuate the purpose of Part 5200.1105 in light of the concerns raised at the informal conference and the dramatic increase in the price of diesel between 2010 and effective date of 2012 truck rental rates. W hourly truck rental rate for the fow types of trucks in each area is certified to be as follows: 4 or more Axle Units Effective Date 3 Axle Units Operating Cost Truck Rental Rate Region 1 Effective Date 607 Driver Rate Operating Cost Truck Rental Rate Region 1 May 1, 2012 40.10 37.35 77.45 Region 2 May 1, 2012 33.76 37.35 71.11 Region 3 May 1; 2012 25.40 37.35 52.75 Region 4 May 1, 2012 33.76 37.35 71.11 Region 5 May 1, 2012 40.50 37.35 77.85 Region 6 May 1, 2012 38.30 37.35 75.65 Region 7 May 1, 2012 33.76 37.35 71.11 Region 8 May 1, 2012 33.76 37.35 71.11 Region 9 May 1, 2012 40.50 37.35 77.85 Region 10 May 1, 2012 13.22 37.35 50.57 4 or more Axle Units 3 Effective Date 604 Driver Rate Operating Cost Truck Rental Rate Region 1 May 1, 2012 , 40.20 51.58 91.78 Region 2 May 1, 2012 33.91 51.58 85.49 Region 3 May 1, 2012 24.71 51.58 76.29 Region 4 May 1, 2012 33.91 51.58 85.49 Region 5 May 1, 2012 26.34 51.58 77.92 Region 6 May 1, 2012 38.40 51.58 89.98 Region 7 May 1, 2012 20.87 51.58 72.45 Region 8 May 1, 2012 20.87 51.58 72.45 Region 9 May 1, 2012 40.60 51.58 92.18 Region 10 May 1, 2012 32.91 51.58 84.49 3 Pius Trailer Tractor Trail Tractor Rental Rate 11.46 93.64 11.46 87.31 11.46 Tractor Only 11.46 Effective Date 602 Driver Rate Operating Cost Truck Rental Rate Region 1 May 1, 2012 40.75 41.43 82.18 Region 2 May 1, 2012 34.42 41.43 75.85 Region 3 May 1, 2012 22.37 41.43 63.80 Region 4 May 1, 2012 34.42 41.43 75.85 Region 5 May 1, 2012 21.38 41,43 62.81 Region 6 May 1, 2012 37.95 41.43 79.38 Region 7 May 1, 2012 25.85 41.43 67.28 Region 8 May 1, 2012 34.42 41.43 75.85 Region 9 May 1, 2012 41.15 41.43 82.58 Region 10 May 1, 2012 33.42 41.43 74.85 Pius Trailer Tractor Trail operating Cost Rental Rate 11.46 93.64 11.46 87.31 11.46 75.26 11.46 87.31 11.46 74.27 11.46 90.84 11.46 78.74 11.46 87.31 11.46 94.04 11.46 86.31 The operating costs, including the average truck broker fees paid by those survey respondents who reported paying truck broker fees, and the truck rental rates may also be reviewed by accessing DLI's website at www.dli.mn. ov. Questions regarding the operational costs and truck rental rates can be answered by calling (651) 284-5091. The minimum truck rental rates certified for these four types of trucks in the state's ten highway and heavy construction areas will be effective for all highway and heavy construction projects financed in whole or part with state funds advertised for bid on or after May 1, 2012, KEN B. PETERSON COMMISSIONER 4 January 28, 2009 (1910) FUEL ESCALATION CLAUSE The provisions set forth in Mn/DOT 1910 are hereby deleted, and the following is substituted therefore: These provisions provide for compensation adjustments in the cost of motor fuels (diesel and gasoline) consumed in prosecuting the Contract work. The Engineer will calculate the Fuel Cost Adjustments. Payments or credits will be applied to partial and final payments for work items set forth herein. For this purpose, the Department will establish a Base Fuel Index (BFI) for fuel to be used on the Project. The Base Fuel Index will be the average of the high and low rack prices shown for No. 2 ultra low sulfur fuel oil in the "OPTS Energy Group" tabulation titled "RackFax, Minneapolis, MN, OPIS Direct Gross No. 2 Distillate Fuels" for the day of the Contract letting. A Current Fuel Index (CFI) in cents per gallon will be established for each month. The CFI will be the average of the high and low rack prices shown for No. 2 ultra low sulfur fuel oil in the "OPIS Energy Group" tabulation titled "RackFax, Minneapolis, MN, OPIS Direct Gross No. 2 Distillate Fuels" averaged for the beginning and ending dates of the monthly period being adjusted. The Engineer will compute the ratio of the Current Fuel Index to the Base Fuel Index (CFI/BFI) each month. If that ratio falls between 0.85 and 1. 15, no fuel adjustment will be made that month. If the ratio is less than 0.85, a credit to the Department will be computed. If the ratio is greater than 1. 15, additional payment to the Contractor will be computed. Credit or additional payment will be computed as follows: (1) The Engineer will estimate the quantity of work done in that month under each of the Contract items listed below. (2) The Engineer will compute the gallons of fuel used in that month for each of the Contract items listed below by applying the unit fuel usage factors shown. (3) The Engineer will summarize the total gallons (Q) of fuel used in that month for the applicable items. (4) The Engineer will determine the Fuel Cost Adjustment (FCA) from the following formulas: If the Current Fuel Index (CFI) is greater than the Base Fuel Index (BFI), the following formula shall be used to determine the amount of Fuel Cost Adjustment to be paid to the Contractor. FCA [(CFI/BFI) —1.15] x Q x BFI If the Current Fuel Index (CFI) is less than the Base Fuel Index (BFI), the following formula shall be used to determine the amount of Fuel Cost Adjustment to be credited to the Department. Page 1 of 3 January 28, 2009 FCA [(CFIIBFI) - 0.85] x Q x BFI Where FCA = Fuel Cost Adjustment (cents) CFI = Current Fuel Index (cents per gallon) BFI = Base Fuel Index (cents per gallon) Q = Monthly total gallons of fuel Basis of Payment A Fuel Cost Adjustment payment to the Contractor will be made as a lump sum each payment period based on the last published CFI. A Fuel Cost Adjustment credit to the Department will be deducted as a Iump sum each payment period from any monies due the Contractor. Upon completion of the work under the Contract, any difference between the estimated quantities previously paid and the final quantities will be determined. The CFI in effect on the day of completion of the Contract will be applied to the quantity differences in accordance with the procedures set forth above. Schedule of Work Items (Only items shown will be considered for compensation adjustments.) Gallons Gallons bf Fuel of Fuel Page 2 of 3 Item Unit per Unit Unit per Unit _ (1) Earthwork: 2105.501 Common Excavation Cu. Yd 0.17 m3 0.22 2105.503 Rock Excavation Cu. Yd 0.27 m3 0.35 2105.505 Muck Excavation Cu. Yd 0.17 m3 0.22 2105.507 Subgrade Excavation Cu. Yd 0.17 m3 0.22 2105.515 Unclassified Excavation Cu. Yd 0.23 m3 0.30 2105.521 Granular Borrow (EV) Cu. Yd 0.17 m3 0.22 Granular Borrow (CV) Cu. Yd 0.19 m3 0.25 Granular Borrow (LV) Cu. Yd 0.14 m3 0.18 2105.522 Select Granular Borrow (EV) Cu. Yd 0.17 m3 0.22 Select Granular Borrow (CV) Cu. Yd 0.19 in 0.25 Select Granular Borrow (LV) Cu. Yd 0.14 m3 0.18 2105.523 Common Borrow (EV) Cu. Yd 0.17 m3 0.22 Common Borrow (CV) Cu. Yd 0.19 m3 0.25 Common Borrow (LV) Cu. Yd 0.14 m3 0.18 2105.535 Topsoil Borrow (EV) Cu. Yd 0.17 m3 0.22 Topsoil Borrow (CV) Cu. Yd 0.19 m3 0.25 Topsoil Borrow (LV) Cu. Yd 0.14 m3 0.18 2106.607 Common Embankment (CV) Cu. Yd 0.19 m3 0.25 2106.607 Granular Embankment (CV) Cu. Yd 0.19 m3 0.25 2106.607 Select Granular Embankment(CV) Cu. Yd 0.19 m3 0.25 2106.607 Select Granular Embankment Modified %) Cu. Yd 0.19 m3 0.25 (CV) 2106.607 Excavation - Rock Cu. Yd 0.27 m3 0.35 2106.607 Excavation - Muck Cu. Yd 0.17 m3 0.22 Page 2 of 3 January 28, 2009 (5) Bituminous Pavements: 2350.501 Type ( ) Wearing Course Mixture ( ) Gallons 0.90 Gallons 0.99 2350.502 of Fuel Ton of Fuel Item Unit per Unit Unit per Unit (2) Aggregate Base: 2350.503 Type ( ) ( ) Course (, ), (t) mm Thick 2211.501 Aggregate Base Ton 0.55 t 0.61 2211.502 Aggregate Base (LV) Cu. Yd 0.77 m3 1.01 2211.503 Aggregate Base (CV) Cu. Yd 0.99 m3 1.29 2211.607 Open Graded Aggregate Base (CV) Cu. Yd 0.99 m3 1.29 (3) Aggregate Shouldering: 0.99 2360.503 Type SP { } ( } Course (, ), (t)" thick Sq. Yd 2221.501 Aggregate Shouldering Ton 0.55 t 0.61 2221.502 Aggregate Shouldering (LV) Cu. Yd 0.77 m3 1.01 2221.503 Aggregate Shouldering (CV) Cu. Yd 0.99 m3 1.29 (4) Concrete Pavements: Pipe Culvert Lin. Ft. 0.70 m 2301.511 Structural Concrete Cu. Yd 0.98 m3 1.28 2301.513 Structural Concrete BE Cu. Yd 0.98 m3 1.28 2301.604 Structural Concrete Sq. Yd. 0.027*t m2 0.00128*t (5) Bituminous Pavements: 2350.501 Type ( ) Wearing Course Mixture ( ) Ton 0.90 t 0.99 2350.502 Type ( ) lion -Wearing Course Mixture {) Ton 0.90 t 0.99 2350.503 Type ( ) ( ) Course O, (t)" Thick Sq. Yd 0.051*t 2350.503 Type ( ) ( ) Course (, ), (t) mm Thick mz 0.0024*t 2360.501 Type SP ( ) Wearing Course Mixture O Ton 0.90 t 0.99 2360.502 Type SP ( ) Non -Wearing Course Mixture { ,) Ton 0.90 t 0.99 2360.503 Type SP { } ( } Course (, ), (t)" thick Sq. Yd 0.051*t 2360.503 Type SP { } ( } Course (, ), (t) mm thick m2 0.0024*t (6) Pipe: *** 2501.511 Pipe Culvert Lin. Ft. 0.70 m 2.30 2501.521 _ Pipe Arch Culvert _ Lin. Ft. 0.70 In 2.30 2501.561 Pipe Culvert Des 3006 Lin. Ft. 0.70 m 2.30 2501.603 _ Pipe Culvert Lin, Ft. 0.70 In 2.30 2503.511 Pipe Sewer _ Lin. Ft. 0.70 In 2.30 2503.521 Pipe Arch Sewer _ Lin. Ft. 0.70 In 2.30 2503.541 _ Pipe Sewer Des 3006 Lin. Ft. 0.70 In 2.30 2503.603 Pipe Sewer Lin. Ft. 0.70 In 2.30 t = thickness (in inches or mm) NOTE: No price adjustments will be made on fuel used for drying and hcating aggregates. *** No price adjustment will be made for pipes less than 12" in diameter or jacked pipes. Page 3 of 3 SALT Schedule of Materials Control - Local Government Agency This Schedule of Materials Control (SMC) outlines the minimum testing requirements for State Aid Funded and/or Federal Aid Projects off the National Highway and Trunk Highway System. Optional to this SMC is the MnDOT Materials Control Schedule. Usage of either schedule must be defined in the project proposal. 1603.2 SAMPLING AND TESTING - INSERT INTO SPECIAL PROVISIONS The first paragraph is hereby deleted and replaced with the following: Sampling and testing of materials for this project will be in accordance with the State Aid for Local Transportation (SALT) "Schedule of Materials Control — Local Government Agency" (SMC -LGA). This schedule establishes the size of samples and the minimum rate of testing, but in no way affects Specification requirements for the material. The SMC - LGA serves as a guide for material testing with allowable acceptance "as directed by the Engineer" detailed in Specification 1501.1a -Authority of the Engineer. These testing rates are a minimum and additional tests may be taken at the Engineer's discretion. A minimal testing rate does not always ensure a quality product; field observations and attention to detail is crucial. Materials not listed on an approved products list may be sampled and tested as directed by the Engineer. Materials listed on a Qualified Products list may be accepted or tested at the discretion of the Engineer. Federal Aid projects require Independent Assurance Inspection. Contact the MnDOT District IA Inspector when the job starts to provide the proper servicing of your project. Definitions MnDOT Office of State Aid for Local Transportation. The SMC - LGA is located at the construction page under "Construction Tools". Materials Control Schedules are inserted into project proposals to direct how materials are to be sampled. The Materials Control Schedule is updated yearly. Each Materials Control Schedule is project specific. Therefore, one needs to refer to their specific proposal. -::C-!31t Products are 'approved' when they have been found to routinely meet all applicable standards and specifications. The product is placed on the list based upon established successful manufacturer's quality control and warranties, but the listing may expire or require periodic renewal to verify the product has not changed over time. The approval process for the individual product should specify any expiration requirement. Products are predicted to meet all applicable standards and specifications, but random sample testing is required to verify specific product lots meet specifications prior to usage. These products are generally considered to be "qualified" but not approved until tested for compliance. Successfully tested products lots are considered to be "approved". The approval process for the individual product should specify any further testing requirements for the product. ttaawl li ii Sct_imea Certified Sources must comply with each individual product's defined "certification procedure". Acceptance of products from certified sources follows the same sampling and testing as "qualified" products. h+�b�NE�np� STATE AID FOR LOCAL TRANSPORTATION Material Acceptance Summary LOCAL NO. SAP/SP NO, til r Qualified Approved Accepted Date Item Description Product Product Certificate a by List List Compliance Enalneer* * Items not included on the Approved Product List or the Manufacturer's Certifications have not been received are hereby accepted by the Engineer. Materials on a Qualified Products list which have not been tested at the discretion of the Engineer are hereby accepted. signed: Project Engineer Date STATE AID FOR LOCAL TRANSPORTATION Material Acceptance Summary LOCAL NO. 2013-001 SAPISP 013-001SAPISP NO. 88-601-040 Date Item Description Qualified Product List Approved Product List Certificate of Compliance Accepted by Engineer* 5115113 PG 58-28 Asphalt Cement 7115113 5115113 CSS -1 H Emulsion Tack Note* 5115113 Temporary spray on CL skips 7115113 5115113 Glass Beads 7122113 5115113 Epoxy Paint, CL & Fog Lines 7122113 5/15113 Galvan. U Posts - mail boxes 7129113 5115113 Mail Box Kits 7129/13 submitted sample to lab 7-18-13 * Items not included on the Approved Product List or the Manufacturer's Certifications have not been received are hereby accepted by the Engineer. Materials on a Qualified Products list which have not been tested at the discretion of the Engineer are hereby accepted. signed: Project Engineer Date BITUMINOUS QUALITY MANAGEMENT The Contractor shall provide and maintain a quality control program as detailed in Specification 2360.2.G. The Engineer shall review the quality control program for compliance. Type of Test Spec Section * Contractor - QC Testing Rates Agency - QA Testing Rates Bulk Specific Gravity 2360.2.G.7.b 1 per 500 tons 55 Ib. sample 3 full cylinder molds 1 Verification Mixture Sample per day, all QA samples are from a split (QC/QA) sample. Maximum Specific Gravity 2360.2.G.7.c Air Voids (calculated) 2360.2.G.7.d Asphalt Content 2360.2.G.7.a Adj. Asphalt Film Thickness (AFT) 2360.2.E.7.e Gradation 2360.2.G.7.f Fines to Effective Asphalt Ratio calc'd 2360.2.G.7.a/f Coarse Aggregate Angularity (CAA) 2360.2.G.7.g 1 per 1000 tons Fine Aggregate Angularity (FAA) 2360.2.G.7.h Added AC/Total AC Ratio (calc'd) 2360.2.G.7.a Bulk Specific Gravity 2360.2.G.7.b 1 per 1000 tons 55 Ib. sample 3 full cylinder molds 1 Verification Mixture Sample per day/ mix type, submit companion to the QC - CAA & FAA test results. Maximum Specific Gravity 2360.2.G.7.c Air Voids (calculated) 2360.2.G.7.d Asphalt Content 2360.2.G.7.a Adj. Asphalt Film Thickness (AFT) 2360.2.E.7.e Gradation (minimum of 1 per day) 2360.2.G.7.f Added AC/Total AC Ratio (calculated) 2360.2.G.7.a Coarse Aggregate Angularity (CAA) 2360.2.G.7.g NOTE 1 Fine Aggregate Angularity (FAA) 2360.2.G.7.h NOTE 2 TSR 2360.2.G.7.i When directed by the Materials Engineer Aggregate Specific Gravity 2360.2.G.7.j Mixture Moisture Content 2360.2.G.7.k As directed by the Engineer Asphalt Binder Certified Supplier 2360.2.G.7.1 NOTE 3 Asphalt Emulsion Certified Supl2lier 2357 Compaction / Density Requirements 2360.3.D Review special provisions Small Quantity Requirements See 2360.2G.5 & 2360.3G Testing rates are minimums, additional testing is encouraged to insure a quality product. Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. * Review Special Provisions & 2360.2.G Mixture Quality Management. '* The testing rates apply only to mixtures that have not been tested on previous projects. Mixtures from previous years should use the start- up testing rates. NOTE 1: 2 tests/day for a minimum of 2 days, then 1 per day if CAA is met. If CAA > 8% of requirement, 1 sample/day but test 1/week. No testing required for Class A and or B Aggregates. NOTE 2: 2 tests/day for a minimum of 2 days, then 1 per day if FAA is met. If FAA > 5% of requirement, 1 sample/day but test 1/week. Shall be a Certified Supplier - No Samples Required unless otherwise directed by the Engineer. NOTE 3: Agencies using MnDOT Metro Inspection Services will be sampled at the current MnDOT Schedule of Materials Control rates and will be billed accordingly. lJll L, 1 W%+I Pk-,UUIG VI INICILVI ICI 10 VVI ILI VI - L-V1rQl VVYCI III I IV IL r1lJ. VI IL' l BITUMINOUS SPECIALTY ITEMS Type of Test Spec Contractor - QC Testing Rates Agency - QA Testing Rates Gradation 2350 2360 1 per 1,000 Ton with a minimum 1 per day. 1 per day. 35 lbs. PASSRC & PASB Micro -Surfacing 2354 Stockpile: 111,500 Tons (min 11day) Machine Hopper: 11500 Ton (min 1/day) Stockpile & Machine Hopper: 11day 60 lbs. Seal Coat & Otto Seal 2356 Stockpile: 111,500 Tons (min 1/day) Chip Spreader Hopper: 1 /day 1/day from Hopper. 60 lbs. % Crushing - CAA 2350 2360 1 per 1,000 Ton with a minimum 1 per day. 1 per day from gradation test. 35 lbs. PASSRC & PASB Moisture - In Aggregate 2354 Machine Hopper: 11500 Tons ( min 3/day) 11day 21bs Micro -Surfacing Sand Equivalence 2354 Stockpile or Machine Hopper: 11500 Tons (min 11day) 11day, test at Engineer discretion, 25 lbs. Micro -Surfacing Bituminous Mixture 2356 3151 11300 Tons, min 11day. %AC, Gradation, Max SpG, Adj.AFT 11day, 20 lbs. cylinder UTBWC PASSRC & PASB 3151 2350 Asphalt spot check: min 11day - Asphalt Binder Tests 3151 2355 Dilution rate: 1/project `asarl's.'�B Fog Seal _` s,.i a.? CERTIFIED READY - MIX CONCRETE 1 of 2 The Prime Contractor is responsible to assure that all ready -mix concrete used is produced by a annually certified ready -mix plant. The Certified Ready Mix Program requirements are detailed in Specification 2461.4D7. The Engineer shall review the suppliers ready -mix certification program for compliance. Test Type Spec. Contractor Testing Agency Testing Form 3126 Coarse 1 per 100 yd3, Coarse and Fine: 1 per 200 03 Gradation 3 Fine 1 per 200 yd yd unless directed by the 11,3137 `" Engineer. M r Quality & Coarse 3126 1 Source unless directed by CV) N r� agg. Minus 200 3137 Test at Contractor's discretion. the Engineer. N sieve Test Type Spec. Agency Testing Form Air Content * Test first load each day per mix, then 1 test per 100 yd3 0 (D (D Slump * Test first load each day per mix, then 1 test per 100 yd3 slump test not required for slip form placement. 0 2461Record V- r_ temperature each time air content, slump or strength Temperature test specimen is performed/fabricated. N U Test first load each day per mix, then 1 test per 100 yd3, E Minimum of 1 per day if production is more than 50 yd3. v Compressive o Strength Cellular Concrete: 1 set of 4 cylinders (28 day) per day, fill in 2 v 2519 equal lifts, do not rod, lightly tap the sides, cover and move to > � �, area with no vibration. Do not disturb for 24 hours. N U * The first load of concrete must haveap ssing air content and slump prior to placement. ** Agencies using MnDOT Metro Inspection Services will be sampled at the current MnDOT Schedule of Materials Control rates and will be billed accordingly. Small quantity is 25 yd3 or less per day with no gradation testing or plant monitoring required. The testing rates shown in the SMC - LGA are minimums. Take as many tests as necessary to ensure quality concrete. It is recommended that the Agency Plant Monitor be present during critical pours, such as superstructure or paving concrete (i.e.. 3Y33, 3Y36, 3Y46, 3A21). If any field test fails, reject the concrete or if the Producer makes adjustments to the load to meet requirements, record the adjustments on the Certificate of Compliance and Weekly Concrete Report. Retest the load and record the adjusted test results. Make sure the next load is tested, before it gets into the work. If batching adjustments are made at the plant, test the adjusted load, before it gets into the work. Continue to test the concrete when test results are inconsistent or marginal. Material not meeting requirements shall not knowingly be placed in the work. If failing concrete inadvertently gets placed in the work, use either the MN/DOT Standard Specifications for Construction or the Schedule of Price Reductions for Concrete to address penalties. It is recommended that the Agency representative continually monitor the progress of all concrete pours. (It is not a recommended practice to only perform minimum testing requirements and leave the project.) Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. CERTIFIED READY - MIX CONCRETE 2 of 2 Only materials on the Approved Products List, Qualified Products List, or from a Certified Source are allowed for the following items unless otherwise directed by the Engineer. Air -Entraining Admixtures Concrete Pipe Tie Coatings Certified Sources of Fly Ash Epoxies Cerii ped Sources of Slag Form Release Agents Concrete Admixtures A -S Non -Shrink Grouts Concrete Anchorages Concrete Hot -Poured Certified Sources Concrete Curing Compounds Rapid Hardening Materials for Repairs Non -Shrine Rapid Se"L' Concrete for Dowel Bar Retrofit Special Surface Finish System See Metals worksheet for steel reinforcement sampling requirements. Test Sample Size 25 Ib. 314" Plus Coarse Aggregate. 10 lb. CA -70 CA -80 & Sand Gradation 15 Ib. 314" Minus Coarse Aggregate 50 Ib. 314" plus Coarse Aggregate 30 Ib. Fine Aggregate Quality 30 Ib. 314" minus Coarse Aggregate Moisture 1 Ib. Fine Aggregate 4 Ib. Coarse Aggregate Additional Resources MnDOT Concrete Manual MnDOT Certified Read%f-Mix Program Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. v� .4 vv..vrrw.v v. .r�ew rv...a.�+ vv..�. v. .-v v.w. vv rv.. n..v..� . •.J. v..vl LOW SLUMP CONCRETE FOR BRIDGE DECK OVERLAYS Test Type Spec. Contractor Testing Agency Testing Form Rapid Hardening Materials for Repairs Non -Shrink Grouts Concrete Anchorages Certified Sources of Slag Prior to production, the Edon -Shrink Rapid Set Concrete for Dowel Bar Retrofit Special Surface Finish System '2 Test Sample Size Contractor shall provide the 25 Ib. 314" Plus Coarse Aggregate 10 Ib. CA -70 CA -80 & Sand v 15 Ib. 314" Minus Coarse Aggregate Agency with: Aggregate pit 1 per fraction prior to 0 Gradation, 3126 numbers, 1 passing gradation production and each timeCL Quality, Coarse 3137 result per fraction per source. aggregate is delivered to the Agg -200 No quality test results are site. required. Test companion samples are Contractor's N discretion. Air Content None 1 per 15 03, Test at beginning of pour each day. 0 o Y C' 3D) W 1 per 15 yd3, Test at beginning of pour each day. Allow mix to 3: Slump None hydrate 5 minutes before slump rc test to assure all cement is 2461 IT N U saturated. Compressive None 3 1 cylinder (28 day) per 30 yd 0 N �, U Stren th g U Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. Only materials on the Approved Products List, Qualified Products List, or from a Certified Source are allowed for the following items unless otherwise directed by the Engineer. Air -Entraining Admixtures Concrete Pipe Tie Coatings Certified Sources of Fly Ash Epoxies Concrete Hot -Poured Certified Sources Form Release Agents Rapid Hardening Materials for Repairs Non -Shrink Grouts Concrete Anchorages Certified Sources of Slag Concrete Curing Compounds Concrete Admixtures A -S Edon -Shrink Rapid Set Concrete for Dowel Bar Retrofit Special Surface Finish System See :ketals worksheet for steel reinforcement sampling requirements. Test Sample Size 25 Ib. 314" Plus Coarse Aggregate 10 Ib. CA -70 CA -80 & Sand Gradation 15 Ib. 314" Minus Coarse Aggregate 50 Ib. 314" plus Coarse Aggregate 30 Ib. Fine Aggregate Quality 30 Ib. 314" minus Coarse Aggregate Moisture 1 Ib. Fine Aggregate 4 Ib. Coarse Aggregate Additional Resources IVinDOT Concrete Manual MnDOT Certified Ready -Mix Program CONCRETE PAVEMENT REPAIR - CPR Test Type Spec. Contractor Testing Agency Testing Form Concrete Admixtures A -S Mon -Shrink Grouts Concrete Anchorages Concrete Hot -Poured Certified Sources Prior to production, the Non -Shrink Rapid Set Concrete for Dowel Bar Retrofit Special Surface Finish System - 'R Test Sample Size Contractor shall provide the 25 Ib. 314" Plus Coarse Aggregate 10 Ib. for CA -70 CA -80 & Sand Gradation Agency with: Aggregate pit 1 per fraction prior to v U Gradation, 3126 numbers, 1 passing gradation production and each time Q. Quality, Coarse 3137 result per fraction per source. aggregate is delivered to the E Agg -200 No quality test results are site. M required. Test companion va o samples at Contractor's discretion. N Air Content None 1 per 15 yd3, Test at beginning of pour each day. a Q % tr 1 per 15 yd3, Test at beginning of pour each day. Allow mix to Slump None hydrate 5 minutes before slump 2461 test to assure all cement is qr N saturated. v Compressive3 None 1 cylinder (28 day) per 30 yd 0 0 Strength N U Contact the MnDOT District EA Inspector to provide servicing of your Federal Aid Project. Only materials on the Approved Products List, Qualified Products List, or from a Certified Source are allowed for the following items unless otherwise directed by the Engineer. Air -Entraining Admixtures Concrete Pipe Tie Cog Certified Sources of Fly Ash Epoxies Certified Sources of Slaa Form Release Agents Concrete Admixtures A -S Mon -Shrink Grouts Concrete Anchorages Concrete Hot -Poured Certified Sources Concrete Curing Compounds Rapid Hardening Materiels for Repairs Non -Shrink Rapid Set Concrete for Dowel Bar Retrofit Special Surface Finish System See Metals worksheet for steel reinforcement sampling requirements. Test Sample Size 25 Ib. 314" Plus Coarse Aggregate 10 Ib. for CA -70 CA -80 & Sand Gradation 15 Ib. 314" Minus Coarse Aggregate 50 Ib. 314" plus Coarse Aggregate 30 Ib. Fine Aggregate Quality 30 Ib. 314" minus Coarse Aggregate Moisture 1 Ib. Fine Aggregate 4 Ib. Coarse Aggregate Additional Resources MnDOT Concrete Manual K;nDOT Certified Ready -Mix Program CONCRETE PAVEMENT - PRODUCER 1 CONTRACTOR 1 of 2 Test Type Spec. Concrete Paving Batch Plant Certified Ready -Mix Plant > 250 yd3/DAY = 1 per 1500 yd3 > 20 yd31DAY = 1 per 400 yd3 or Gradation {1) 3126 or completed 11112 day whichever completed every 4 hours 3137 is the higher sampling rate. whichever is the higher sampling rate. Coarse Aggregate, -200 3137 1 per day at the plant. 1 per day at the plant. sieve (2) If w/c incentives do not apply: If wlc incentives do not apply: Aggregate Moisture - QC 3126 1/1000 yd3 or completed every 4 11200 yd3 or completed every 4 Verification (3) 3137 hours whichever is the higher hours whichever is the higher sampling rate. sampling rate. Water Content, Microwave Oven 2301 Obtain the plastic concrete sample at the plant. Verification Unit Weight QC Test one load of concrete per day at the plant. Air Content QC 2461 Test the first load of concrete at the plant Prior to concrete production: Test the Agency's pre -production Coarse and Fine 3126 sample at the Contractor's discretion. During concrete production: Aggregate Quality 3137 Test the -200 on the quality companion sample the day it was sampled. All other testing is at the Contractor's discretion. Coarse Aggregate Quality Testing for 3137 Test at the Contractor's discretion. Incentive 1 Disincentive NOTE (1): Performing testing on representative material at the end of the most recent day of production is allowed. If well -graded aggregate incentives apply: Use the Contractor's gradation results for well -graded aggregate incentive calculations as verified by Agency testing. NOTE (2): Test the first sample and then at least 1 of the next 3 samples on the first day of production and each time the Contractor mobilizes the plant, changes the aggregate sources, or the cleanliness of the coarse aggregate is in question. NOTE (3): Complete the initial moisture content and adjust the batch water prior to the start of concrete production each day. If weather conditions allow, performing moisture testing on representative material at the end of production the prior evening is allowed. Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. CONCRETE PAVEMENT - PRODUCER 1 CONTRACTOR 2 of 2 Test Type Spec. Concrete Field Testing - Contractor Air Content before 1 per 300 yd3 or 1 per hour, whichever is less. Test first load each consolidation day per mix. Air Content after Test 1 air content per 112 day of slip form paving to establish an air consolidation loss correction factor (ACF). See Special Provisions for additional 2461 information. For fixed form placement: 1 per 300 yd3 and as directed by the Slump Engineer. Test first load each day per mix. For slip form placement: No slump testing required. Concrete Record temperature each time air content, slump or strength test Temperature specimen is performed/fabricated by the Contractor. 1 beam (28 day) per day. Make additional control beams as necessary. Control beams shall be made within the last hour of Flexural Strength concrete poured each day. Fabricate beams, deliver beams to curing site, and clean beam boxes. Cylinders may be substituted for beams at the discretion of the Engineer. 1 per 1000 linear feet per lane of concrete pavement at locations Concrete 2301 determined by the Agency. All adjoining lanes shall be tested at the Pavement Texture same location if paved at the same time. The Contractor supplies all materials necessary to perform the required testing. Thickness The Contractor drills concrete cores at locations determined by the Agency. Surface Contractor provides MnDOT certified inertial profiler results for the Smoothness entire project as required by the contract. Check for current certification. Only materials on the Approved Products List, Qualified Products List, or from a Certified Source are allowed for the following items unless otherwise directed by the Engineer. Air -Entraining Admixtures Concrete Pipe Tie Coatings Certified Sources of Fly Ash Epoxies Certified Sources of Slag Form Release Agents Concrete Hot -Poured Certified Sources Non -Shrink Grouts l Rapid Hardening Materials f'or,Rer)airs Concrete Admixtures A -S Concret3 Curing Compounds Concret3 Anchorages Non -Shrink Rapid Set Concrete for Dowel Bar Retrofit Special Surface Finish System See Metals worksheet for steel reinforcement sampling requirements. Test Sample Size 25 Ib. 314" Plus Coarse Aggregate 10 Ib. for CA -70 CA -80 & Sand Gradation 15 Ib. 314" Minus Coarse Aggregate 50 Ib. 314" plus Coarse Aggregate 30 Ib. Fine Aggregate Quality 30 Ib. 314" minus Coarse Aggregate Moisture 1 Ib. Fine Aggregate 4 lb. Coarse Aggregate Additional Resources MnDOT Concrete Manual MnDOT Certified ReadL--Mix Progra_rn CONCRETE PAVEMENT - AGENCY 1 of 3 Test Type Spec. Concrete Paving Batch Certified Ready -Mix Plant Form Plant Gradation (1) 3125 1 per day randomly thereafter. 1 per 1000 yd3 or 1 per week 3137 whichever is higher, randomly. ¢ � Agg�eg te, 3137 1 per week randomly 1 per 1000 yd3 or 1 per week N o •-200 sieve (2) thereafter. whichever is higher, randomly. N 3: Aggregate Moisture - QC Take initial sample within the Take initial sample within the ID3126 w Verification (3) 3137 first 250 d3. y first 100 d3. y Co U) Y `o U Take initial sample within the Take initial sample within the 3: Water Content, first 250 yd3. At least one first 100 yd3. At least one 2 o Microwave Oven 2301 additional verification test additional verification test 5 Verification (4) should be taken if more than should be taken if more than o 2 1000 yd3 is produced in a day. 400 yd3 is produced in a day. U U During concrete production: 1 randomly selected test each fraction every 20,000 yd3 of production. Split the Quality (D Coarse and Fine 3126 sample 4 ways: 1) Provide 2 quarters of the sample to the n Aggregate producer/contractor. 2) Test the -200 on the coarse aggregate � a Quality 3137 at the plant the day it was sampled. 3) Submit the remaining co v sample to the lab for quality testing including testing the -200 sieve on the coarse aggregate. If coarse aggregate quality incentives apply: Test the Class B aggregates for % absorption and Class C aggregates for % aD carbonate including any other test necessary to make those determinations. Sample the 2 largest fractions in accordance with 2 Coarse the following table and 2301: S 32 Aggregate=! �: Coarse Aggregate Quality Incentive/Disincentive Sampling Rates Quality Testing 3137 C Plan Concrete Cubic Yards Samples per fraction of Incentive/ Disincentive ¢ a 3,500 - 7,500 3 �, •y 7,501 - 10,000 5 ro o 10,001 - 25,000 10 U 25,001 - 50,000 15 50,001 + 20 * Agencies using MnDOT Metro Inspection Services will be sampled at the current MnDOT Schedule of Materials Control rates and will be billed accordingly. NOTE (1): Test the first 4 QA samples of production each time the Contractor mobilizes the plant or changes aggregate sources. If Coarse Aggregate Quality Incentive 1 Disincentives apply: The Agency may also use the QA samples for incentive 1 disincentive testing. Notify the producer to double the QC/QA sample size. If well -graded aggregate incentives apply: Use the Contractor's gradation results for well -graded aggregate incentive calculations as verified by Agency testing. Use the Well -graded Concrete Agg Worksheet. Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. CONCRETE PAVEMENT - AGENCY 2 of 3 NOTE (2): 1 randomly select sample on the first day of production and each time the Contractor mobilizes the plant, changes the aggregate sources, or the cleanliness of the coarse aggregate is in question. unless otherwise directed by the Engineer. NOTE (3): If wlc incentives apply: Test all QC moisture test companions. Use aggregate moisture results for determining the water content to calculate the wlc incentive 1 disincentive. Use the Concrete WIC Ratio Calculation Worksheet and do not leave sample unattended. NOTE(4): If wlc incentives apply: Microwave oven verification testing to verify the wlc ration is completed in conjunction with Agency aggregate moisture testing. Do not leave samples unattended. NOTE (5): Prior to concrete production: Obtain pre -production samples for quality testing at least 16 hours prior to concrete production. Samples may be taken from the stockpile and -200 test may be performed at the lab instead at the plant at the discretion of the Engineer. Test Type Spec. Concrete Field Testing - Agency Form Air Content V_ before I correlation air test per day Q consolidation °' CC m 0 Air Content after 1 air test per day consolidation c 2461 0 Slum p For fixed form placement: 1 slump test per day. m For slip form placement: No slump testing required. IT Concrete Record temperature each time air content, slump or strength Temperature test specimen is perform ed/fa bricated by the Agency. N Supply beam boxes, cure, and test beams. MnDOT standard �. M w o Flexural Strength beam box size is 6" x 6" x 20" unless other sizes or types are N E approved by the Concrete Engineer. N m Concrete v 0 Pavement Determine texture testing locations using random numbers. Texture 2301 0 Determine probing and coring locations using random numbers. o Thickness Initial pavement at core locations and re -initial the sides of C specimens after coring to clearly verify their authenticity. ,d X Surface None m o Smoothness acn Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. v •� . vv. ..+.......... ... .rrewrv...w.v .r ...... .... wv�... vv . v� .....v... r ��. v..vJ CONCRETE PAVEMENT - AGENCY 3 of 3 Only materials on the Approved Products List, Qualified Products List, or from a Certified Source are allowed for the following items unless otherwise directed by the Engineer. Air -Entraining Admixtures Concrete Pipe Tie Coatings Certified Sources of Fly Ash Epoxies Certified Sources of Slag Form Release _Agents Concrete Admixtures A -S Eon -Shrink Grouts Concrete Anchorages Concrete Hot -Poured Certified Sources Concrete Curing Compounds Rapid Hardening Materials for Repairs is!on-Shrink Rapid Set Concre`:e for Dowel Bar Retrofit Special Surface Finish System See Metals worksheet for steel reinforcement sampling requirements. Test Sample Size 25 lb. 314" Plus Coarse Aggregate 10 lb. for CA -70 CA -80 & Sand Gradation 15 Ib, 314" Minus Coarse Aggregate 50 Ib. 314" plus Coarse Aggregate 30 Ib. Fine Aggregate Quality 30 Ib. 314" minus Coarse Aggregate Moisture 1 Ib. Fine Aggregate 4 Ib. Coarse Aggregate Additional Resources MnDOT Concrete Manual IIlnDOT Certified Ready -Mix Program am . - _ _ _. _ _ . _ .. .. _ V _ _ J DOWEL BAR RETROFIT - DBR Test Type Spec. Contractor Testing Agency Testing Form Certified Sources of Slag Form Release Agents Concrete Admixtures A -S Mon -Shrink Grouts Prior to production, the Concrete_Curing_Compounds Rapid Hp_rdening Materials for Repairs Non -Shrink Rapid Set Concrete for Dowel Eiar Retrofit Ssaecial Surface Finish System See Metals worksheet for steel reinforcement sampling requirements. Contractor shall provide the U 25 Ib. 314" Plus Coarse Aggregate 10 Ib. for CA -70 CA -80 & Sand Agency with: Aggregate pit 1 per fraction prior to Gradation, 3126 numbers 1 passing gradation production and each time 50 Ib. 314" plus Coarse Aggregate 30 lb. Fine Aggregate Quality, Coarse 3137 result per fraction per source. aggregate is delivered to the E Agg -200 1 ib. Fine Aggregate 4 Ib. Coarse Aggregate No quality test results are site. in required. Test companion co samples are Contractor's it discretion. 04 Contractor Testing: None Agency Testing: During the pre -production test operations: 1 set of 3 cylinders tested at a U DBR Material rate as direct by the Engineer. Testing may need to be o Compressive 2301 repeated if any problems with the dowel bar retrofit material are 4) Strength 2302 encountered. First day of production: 1 set of 3 cylinders at a -a E 51 rate directed by the Concrete Engineer. After the first day of U production: 1 cylinder per day during production tested at a rate determined by the Engineer to determine traffic strength. N Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. Only materials on the Approved Products List, Qualified Products List, or from a Certified Source are allowed for the following items unless otherwise directed by the Engineer. Air -Entraining Admixtures Concrete Pipe Tie Coatings Certified Sources of Fly Ash Epoxies Certified Sources of Slag Form Release Agents Concrete Admixtures A -S Mon -Shrink Grouts Concrete Anchorages Concrete Hot -Poured Certified Sources Concrete_Curing_Compounds Rapid Hp_rdening Materials for Repairs Non -Shrink Rapid Set Concrete for Dowel Eiar Retrofit Ssaecial Surface Finish System See Metals worksheet for steel reinforcement sampling requirements. Test Sample Size 25 Ib. 314" Plus Coarse Aggregate 10 Ib. for CA -70 CA -80 & Sand Gradation 15 ib. 314" Minus Coarse Aggregate 50 Ib. 314" plus Coarse Aggregate 30 lb. Fine Aggregate Quality 30 Ib. 314" minus Coarse Aggregate Moisture 1 ib. Fine Aggregate 4 Ib. Coarse Aggregate Additional Resources MnDOT Concrete Manual _MnDOT Certified Ready -Mix Program r.+. a� . .r....va..aw.v v. .r..w.v. r...a.... .r...... v. ...�vv.w vv r v.. w......... .vJv..vJ GRADING AND BASE CONSTRUCTION ITEMS 1 of 2 The Contractor is responsible for maintaining a gradation control program as detailed in Spec. 2211. Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. Const. Minimum Req'd Agency QC Testing Lab Material Type Spec.* Acceptance Testing Rates** Sample Aggregate Surfacing 2118 500 to 4000 = 111000 Tons, 1lsour ce Aggregate Base 2211 4000 to 10,000 Tons = 4 111,000 tons 301b.. M tests/Lot stockpile, 115,000 tons Aggregate Shoulders 2221 Open Graded Aggregate 2211 111,000 Tons 1/source 06 rdwy 04 Base (OGAB) 30 Ib. Granular Borrow m 2105 1136,000 Tons 1118,000 Tons 1/source 30 Ib. Select Gran. Borrow vy Stabilizing Agg. Full Depth Reclamation 2331 1112,000 yd2 unless directed 116,000 yd2 None rn by Engineer a Granular Filter 2511 11source Granular Backfill c 0 11 source unless directed by 2/source 1/source Aggregate Backfill L Granular Bedding 2451 Engineer before 30 Ib. Beddin g delivery —Aggregate Coarse Filter Fine Filter 2502 (Req'd for Specified Density) 1 sample Aggregate Base 2211 1/source - minimum ~Aggregate 25 Ib. Shoulders 2221 15 1 sample o a Embankment Soil; 2105 1 per major soil - minimum Excavation &Borrow 25 Ib. (Req'd for Specified Density) Z w T o 119,800 Tons - Aggregate Base 2211 None Aggregate Shoulders 2221 co oS_ cn Embankment Soil; 2105 117,000 Tons - Excavation & Borrow _ x Aggregate Base 2211 1 DCP tests/500 yd (CV) or �j 11900 Tons _ Aggregate Shoulders 2221 a None Full Depth Reclamation 2331 1 DCP tests/3,000 yds - Fine Filter Aggregate 2502 Special Provisions - ti o o (Edge Drains) o a- Aggregate Base 2211 1 DCP tests/900 Tons - Aggregate Shoulders 2221 oSC-0 W None Granular Borrow 2105 1 DCP tests/3,600 Tons - rZ � Select Granular Borrow Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. GRADING AND BASE CONSTRUCTION ITEMS 2 of 2 Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. * Always review the project Special Provisions for modifications. ** QC testing is a requirement of 2211, these rates are for informational purposes. Laboratory Companion Samples: 1. Samples are not required for 1,000 tons or less. 2. Include the laboratory companion with the first field sample. 3. Include the field sample results with the laboratory sample. 4. Laboratories with AMRL Accreditation are not required to submit laboratory companion samples. 5. Carbonate aggregate materials require 50 Ib. samples for the laboratory testing. NOTE 1: Percent crushing test is not required when the material is crushed from a quarry or contains 25% or greater recycled materials. NOTE 2: Submit a laboratory companion to the first Acceptance Gradation sample for a bituminous extraction, see 3138.2A2a(a). Full Depth Reclamation samples are not required. NOTE 3: The Certification of Aggregates and Granular Materials procedure and documentation of testing locations is at the discretion of the Engineer. Samples are not required for less than 500 tons (275 yd 3). Conversions: 1 ton = 0.55 yd (CV), 1 ton = 0.7 yd3 (LV) ri' ure3 iii !-'w £ -onnor, er-.— -vJo �:shaets c t 4,he Grad— �: �z se i�`�:bsita. CZrzftf'.o:4 a Lfie S. .T Co: -is Yucti r {ebse_e Material Type Const. Minimum Req'd Agency QC Testing Lab Spec.* Acceptance Testing Rates** Sample (Required for Quality Compaction or DCP Method) ~ Aggregate Base 2211 1/1,800 Tons or 10 tests whichever is less unless directed o Aggregate Aggregate Shoulders 2221 by the Engineer None m Full Depth Reclamation 2215 116000 yd unless directed by _ Engineer o Embankment Soil; 2105 1118,000 Tons Required for None Excavation & Borrow Specified Density a, 2105 11 source unless directed by (D :E Particle Count 2118 Engineer, (req'd for class 5, 1 /Day 1 /source L { note 1 } 2211 class 6, stabilizing aggregate 301b v 2221 & aggregate bedding). 2105 2118 Aggregate Quality 2206 1/ source unless directed by 1/source Tests 11 Engineer _ 301b 2221 2451 2502 Contact the MnDOT District IA Inspector to provide servicing of your Federal Aid Project. * Always review the project Special Provisions for modifications. ** QC testing is a requirement of 2211, these rates are for informational purposes. Laboratory Companion Samples: 1. Samples are not required for 1,000 tons or less. 2. Include the laboratory companion with the first field sample. 3. Include the field sample results with the laboratory sample. 4. Laboratories with AMRL Accreditation are not required to submit laboratory companion samples. 5. Carbonate aggregate materials require 50 Ib. samples for the laboratory testing. NOTE 1: Percent crushing test is not required when the material is crushed from a quarry or contains 25% or greater recycled materials. NOTE 2: Submit a laboratory companion to the first Acceptance Gradation sample for a bituminous extraction, see 3138.2A2a(a). Full Depth Reclamation samples are not required. NOTE 3: The Certification of Aggregates and Granular Materials procedure and documentation of testing locations is at the discretion of the Engineer. Samples are not required for less than 500 tons (275 yd 3). Conversions: 1 ton = 0.55 yd (CV), 1 ton = 0.7 yd3 (LV) ri' ure3 iii !-'w £ -onnor, er-.— -vJo �:shaets c t 4,he Grad— �: �z se i�`�:bsita. CZrzftf'.o:4 a Lfie S. .T Co: -is Yucti r {ebse_e LANDSCAPING AND EROSION CONTROL ITEMS Kind of Material Spec. # Min. Required Acceptance Testing (Field Testing Rate) Manufactured Topsoil Borrow, Salvaged 3877.2 As directed by the Engineer Topsoil (stockpiled) Certificate of Compliance, Nursery stock certificate registered with Mn P7ain,1- 3 to li Z;' 3861 and Dept. of Agriculture. Out of state products subject to pest quarantines _nw c.• Matte—O.-`3 2571.2A1 must accompanied by documentation certifying all products are free of regulated pests. Era. -Men Ccrril ai 3885 Visual Inspection and Check approved products _u�er C.... hls'\%i 3883 or approved vendors list - As directed by the Engineer. 3886 3885 mr'1 Accepted, based on manufacturers certification of compliance. Flotation Silt Curtain 3887 Check weight of fabric. Filter Logs 3897 None Flocculants 3898 Obtain copy of Certificate of Compliance and MSDS Fertilizer 3881 Obtain copy of invoice of blended material stating analysis. Contractor must supply amount of ENP (Equivalent Neutralizing Agricultural Lime 3879 Power) for each shipment. Certified Weed Free (Certified sources only) Check for Certified 'TU; C', - Tvne 5 Vendor tag from Minnesota Crop Improvement Association 3882 (MCIA). All wood chips supplied by a supplier outside the Emerald Ash Mulch - Type 6 - Borer quarantine area or have an Emerald Ash Borer Compliance Woodchips Agreement with the MDA (Certified Vendors Only) (Mixes 100-299) Check for Certified Seeds Vendor tag from Minnesota Crop Improvement Association (MCIA). 3876 (Mixes 300-399) certified seed only. Check for Certified Vendor Native Seed tag from Minnesota Crop Improvement Association (MCIA). Sod 3878 Visual Inspection - Check approved products list - As directed by the Engineer. Check for Certified Vendor tag from Minnesota Crop Improvement Association (MCIA) for salt tolerant sod. C: 3890 Compost (from Non- Visual Inspection - As directed by the Engineer. Certified Source i'!Jre � _o S.i Check Approved/Qualified Products List - As directed by the S U"ilza; 3884 I Engineer. CHEMICAL ITEMS Kind of Material Spec. No. Min. Required Acceptance Testing (Field Testing Rate) Asphalt Plank 3204 Visual Inspection - As directed by the Engineer. Calcium Chloride 3911 Review the percentage required as per specification. Magnesium Chloride 3912 Hot -Pour Crack 3719 Sealant (for Crack 3723 Retain Certification. of Compliance Sealing/Filling) 3725 Waterproofing Materials F,' ambrane Vdate -wfina 3757 Visual Inspection - Check qualified products list. Svsiem Waterproofing Materials - Three Ply System Asphalt Primer 3165 Waterproofing Asphalt 3166 Visual Inspection - As directed by the Engineer. Fabric 3201 Paints W1i iiarbQm,a 3591 T r ff fl Visual Inspection - Check qualified products list - retain Certificate of Compliance. E Tr=rt; c P 'nii 3590 tffc 1 Special PCiint Provisions Only approved paints are allowed for use. For bridge coatings, see www.dot.state.mmuslproducts for the approved products list. For all others, see the Special Provisions. Send color sample to Chemical Laboratory for color matching. F`FE'� l�Y ,41�•k•^�����— ' `"' ° `'' - 3500 Retain Certification of Compliance Pa*r,ts Series cf�_,s :ri c Str L3520 '" .,, Visual Inspection - Check approved products list - retain Extarfce lviazon: T 3584 Paint, Certificate of Compliance. "'`ice~ Special Provisions 70ri oin G ices Visual Inspection - Check qualified products list. Retain )1 � -.5ss 4v A..J 3592 Certificate of Compliance. 3354 3355 F�•�ae ;;;i=fir; t'�;i�y Visual Inspection - Check qualified products list. Retain Special Certificate of Compliance. Provisions Si;_q_nw and Nlay•kars 3352 Visual Inspection - Check qualified products list. -sem. VVIIVMM.V VI MVM. vV•V......V..r•• VI VIIV, Metals 1 of 2 Kind of Material I Spec. No. Min. Required Acceptance Testing (Field Testing Rate)* Guard Rail Fittings - Splicers, 3381 Bolts, etc. Visual Inspection - Materials shall be approved before use. Call MnDOT inspector at 218-846-3613 to see if Structural Plate Beam 3382 Non -High Tension Guard Rail Cable 3381 material has been approved. High Tension Guard Special Rail Cable Provisions Steel Posts Visual Inspection - As directed by the Engineer. Steel Sign Posts 3401 Retain Certificate of Compliance in Project file. Fence Posts, Brace 3403 Visual Inspection - As directed by the Engineer. 3406 Bars, Rails and Retain Certificate of Compliance and certified others mill analysis in project file. 3379 Fence Barbed Wire Woven Wire Chain Link Fabric Components: cup, cap, nut, bolt, end Visual Inspection clamp, tension band, 3376 Retain Certification of Compliance, truss rod tightener, As directed by the Engineer hog ring, tie wire, tension stretcher bar, truss rod, clamp & tension wire Gates 3379 Pipe 3364, Water Pipe and other 3365, 3366 Visual Inspection As directed by the Engineer. Piping Materials & Special Provisions Reinforcing Steel - Inspected by MnDOT & will be charged back to the Local Agency. Uncoated Bars 3301 Retain Certificate of Compliance & Certified Mill Analysis For Epoxy -Coated bars, steel will be tagged 'Inspected" when it has Epoxy Coated Bars 3301 been sampled and tested by MnIDOT prior to shipment, & it will be tagged "Sampled" when testing has not been completed prior to shipment. If the Epoxy -Coated bars are not tagged "Sampled" or "Inspected", submit samples, Certificate of Compliance, & Certified Mill Spirals 3305 Analysis for testing. Maintain original Cert. of Compliance & Certified Mill Analysis in project file. Special Visual Inspection Testing as directed by the Engineer. Certified Stainless Steel Bars Provisions Mill Test Reports to be kept in file. Metals 2 of 2 Kind of Material Spec. No. Min. Required Acceptance Testing (Field Testing Rate)* Reinforcing Steel - Inspected by MnDOT & will be charged back to the Local Agency. Steel Fabric 3303 Visual inspection - Retain Certificate of Compliance. Dowel Bars 3302 Castings 3321 r'`=+� ', ��s�� Visual Inspection - Check approved foundries list. 2471 ± "'te"cca r 2565 Anchor Rods (Cast in Place) and 3385 Visual Inspection - Testing as directed by the Engineer, Structural Fasteners 3391 (see Notes below) Notes: Manufacturer must have one yearly passing test from the Department for each anchor rod or bolt type. Prior to installation, obtain copy of Mn/DOT passing test report from supplier. Specs 3385.2 A, B, & C require anchor rod markings per ASTM F 1554 S3. The end of each anchor bolt intended to project from the concrete must be die stamped with the grade identification as follows: Grade 36 = AB36, Grade 55 = AB55, Grade 105 = A13105. A.; i--vra lss'Dril__c? Special Visual Inspection - Check qualified products list. ar Provisions Steel Inspected by MnDOT & will be charged back to the Local Agency. Steel Bridge - Beams, Girders, Diaphragms, etc. Structural Metals Inspection Tag and field inspection for Concrete Girders- Diaphragms and sole damage/defects, check dimensions for contract compliance. plates 2471 Review approved products list as directed by the Engineer. Note: Structural metals products will be inspected at the plant and will be shipped with a Structural Metals Expansion Joints Steel Bearings Railing -Structural tube and ornamental Inspection Tag. An inspection confirmation report will be completed by Structural Metals Inspection staff and sent to the field personnel. Only approved suppliers are allowed to supply Structural Metals products. A list of approved suppliers can be found Drainage Systems Protection Angles Overhead Sign 2564 structures 2471 on the Bridge Office web site: http://Www.dot.state.mn.us/bridge/ High Mast Lighting 2545 Structures 2471 Monotube Signal 2565 Structures 2471 * Check domestic steel requirement under 1601 Special Provision. Geosynthetics, Pipe, Tile, Precast/Prestressed Concrete 1 of 2 Kind of Material Spec. No. Min. Required Acceptance Testing (Field Testing Rate) Corrugated Metal Products Culvert Pipe Under 3225 thru Visual Inspection: Check for good construction, workmanship, drains Erosion control 3229, 3351, finish requirements and shipping Structures 3399 Structural Plate 3231 Visual Inspection: Invoice shall include notation that material described is in accordance with fabricator's Certificate and Aluminum Structural Plate 3233 Guarantee REMARKS: Retain the Certificate of Compliance and certified mill analysis in project file. Pipe Clay Pipe 3251 Visual Inspection Reinforced Concrete Pipe and Arches, Precast Cattle Pass 3236 Field Inspection: Check for damage and defects. Units, Sectional Check dimensions and class as required. Manhole Units Non -Reinforced 3253 Concrete Pipe Drain Tile (Clay or 3276 Visual Inspection - Acceptance as directed by the Engineer. Concrete Thermoplastic (TP) Obtain Certificate of compliance. Check for approved marking Pipe ABS and PVC 3245 printed on pipe. Field Inspect for damage or defects. Corrugated Check for markings (AASHTO M 252) Certificate of Polyethylene Pie 3278 Compliance. Field Inspect for damage or defects. vr�i i ..'a £'i:3►.+ Visual Inspection - Check approved products list. ���=►,���aulene �i�e - 3247 Obtain Certificate of Compliance. D aa: ".,4_iE Precast/Prestressed Concrete Structures - Inspected by MnDOT & will be charged back to the Local Agency. Reinforced Precast 3238 Box Culvert Field Inspection: Check for damage and defects. Check Precast/Prestressed Concrete Structure 2405 dimensions as required. Check for the "MnDOT" stamp and (beams, posts, etc.) signature on the certification document. Manholes and Catch 2506 Basins (Construction) 3622 Pipe Joint Sealer Sewer Joint Sealing 3724 Visual Inspection -Acceptance as directed by the Engineer. Compound Geosynthetics, Pipe, Tile, Precast/Prestressed Concrete 2 of 2 Kind of Material Spec. No. Min. Required Acceptance Testing (Field Testing Rate) Preformed Plastic 3726 Sealer for Pipe Type b Visual Inspection - Acceptance as directed by the Engineer. Bituminous Mastic 3728 Joint Sealer for Pipe EPS Geofoam Special Usual Inspection - Acceptance as directed by the Engineer. Provisions Check for yellow aged material, uniformity and dimensions. Geotextile Fabric and 3733 and Geotextile Materials are tested on a on-going basis. Call the Geogrid Special Maplewood lab regarding material acceptance, 651 -366 - Reinforcement Provisions 5451. . . r Q `!' �`. k �... 3886 Visual Inspection - Check approved products list. v f� + VVI IV VIMIV VI afaM�VI a_wIV V V• I I �V VMI vV � VI I II I IVY IL I •�VI aV ELECTRICAL AND SIGNAL EQUIPMENT ITEMS 1 of 2 Kind of Material I Sec. No. Min. Re wired Acceptance Testing (Field Testing Rate) Visual Inspection - Obtain Certificate of Compliance. The Lighting Standards 3811 Fabricator will submit "Certificate of Compliance", on a per (Aluminum or Steel) project basis, to the Project Engineer. 2545 Visual Inspection - Check approved/qualified products list. 2550 Har±d !-Ice Traffic signal and street lighting projects require hand holes to /,G�l c ,�-.,. PVC, z.� � �'�, yam.: _ be listed on the MnIDOT Signals Approved Products List (APL). For cast iron frame and cover: see Metals - Drainage and 2565 L_L^:P-r- Electrical Castings Foundation 2545 Check Contract Documents and Special Provisions. Conduit and Fittings 3801 Metallic Visual Inspection - Conduit shall be labeled as being listed by a 3802 National Recognized Testing Laboratory (NRTL), For traffic Non -Metallic (Rigid 3803 signal and street lighting projects, specific requirements are and HDPE) Special contained in the Special Provisions for each project. Provisions Visual Inspection - Manufacturer must have one yearly passing test from the Department for each anchor rod or bolt type. Prior to installation, obtain copy of Mn/DOT passing test report from Anchor Rods and supplier. Specs 3385.2 A, B, & C require anchor rod markings Bolts (Cast in Place) 3385 per ASTM F 1554 S3. The end of each anchor bolt intended to project from the concrete must be die stamped with the grade identification as follows: Grade 36 = AB36, Grade 55 = AB55, Grade 105 = ABI 05. A ,es.r,3w-+ Special Visual Inspection -Check qualified products list. Provision Visual Inspection - Check approved products list. Will carry "Inspected" tag if sampled and tested prior to shipment. No sample necessary if "Inspected". Do not use if not tested. Field sample at sampling rate for laboratory testing. For traffic signal N;�rs;a;e`'"s 2545 and street light lighting projects, various miscellaneous -C ,,►ce 2565 hardware is required to be listed on the Mn/DOT Signals and Lighting Approved Products Lists (APL). The Contract documents indicate, which items must be on the Signals and/or Lighting APL. . . . _ _ _ . .. _ _ . .%:/ - - J ELECTRICAL AND SIGNAL EQUIPMENT ITEMS 2 of 2 Kind of Materia! I Spec. No. Min. Required Acceptance Testing (Field Testing Rate) Cable and Conductors Power Conductors 3815.2131 Visual Inspection - Make certain the conductors are the type specified. Submit Field Inspection report showing type and Loop Detector 3815.2132 quantities used. Conductors (a) Shall be labeled as being listed by a National Recognized (No Tubing) Testing Laboratory (NRTL) and type where applicable. 3815.262(b) 3815.2133 Visual Inspection - Usually inspected at the distributor. Documentation showing project number, reel number(s), & 3815.265 Mn/DOT test number(s) will be included with each project 3815.X1 thru 2C8 . shipment. If such documentation is not received from Contractor, submit sample for testing along with material Cables and 3815.2C14 certification from manufacturer. Do not use if not tested. Pre - Single Single Conductors inspected materials will not be tagged; an inspection report will with Jacket be sent by the Mn/DOT inspector for each shipment. Project inspectors should verify that the shipping documents agree with Special this inspection report. Call Steve Grover at 651-366-5540 or Provisions Cindy Schellack at 651-366-5543 with questions. For traffic signal and street lighting projects, the Special Provisions for each project contain electrical cable and conductor specifications. Fiber Optic Cables 3815.2C13 Visual Inspection - Check approved products list for Traffic Management Systems. 2545 Visual Inspection - Check approved products list. Shall be Ground Rods labeled as being listed by a National Recognized Testing Laboratory (NRTL). Detail materials on Materials Acceptance 2565 Summary. Visual inspection - Check approved products list. Traffic signal and street lighting projects require luminaries and lamps to be Luminaires and 3810 listed on the Mn/DOT Lighting Approved/Qualified Products List Lamps (APL). The conductors shall be labeled as being listed by a National Recognized Testing Laboratory (NRTL) and type, where applicable. Electrical Systems are to be reported as a "System" using the Electrical Systems LIGHTING, SIGNAL AND TRAFFIC RECORDER INSPECTION REPORT. To be certified by the Project Engineer. Traffic Signal Traffic Signal Systems are to be reported as a "System" using the Systems 2565 LIGHTING, SIGNAL AND TRAFFIC RECORDER INSPECTION REPORT. To be certified by the Project Engineer. Brick, Stone and Masonry Units Kind of Material Sec. No. Min. Required Acceptance Testing (Field Testing Rate) Brick Sewer (clay) and 3612 to Visual Inspection -Acceptance as directed by the Engineer. Building 3615 Visual Inspection - Acceptance as directed by the Engineer. Air Sewer (Concrete) 3616 entrainment required. Obtain air content statement from supplier. Concrete Masonry Units Visual Inspection - Acceptance as directed by the Engineer. Air Sewer Construction 3621 entrainment required. Obtain air content statement from supplier. Review Visual Inspection - Note: All lots of block upon delivery shall Modular Block Current have Manufacturer or Independent laboratory test results to Retaining Wails Special verify passing both compression and freeze -thaw requirements. Provisions * Wall units and cap units are considered separate block types. Reinforced Concrete Visual Inspection - Acceptance as directed by the Engineer. Cribbing 3661 Will be stamped when inspected prior to shipment. Stone for Masonry or 3601 and Special Visual Inspection - Acceptance as directed by the Engineer. Rip -Rap Provisions REMARKS: Each source shall be approved by Project Engineer or Supervisor for quality, prior to use. For questions on quality, contact District Materials or Geology Unit. er y Miscellaneous Materials Kind of Material Spec. No. Min. Required Acceptance Testing (Field Testing Rate) Visual Inspection - Acceptance as directed by the Engineer. 3412 to Untreated materials shall be inspected in the field. Treated Timber, Lumber Piling 3471 & materials shall be Certified on the Invoice or Shipping Ticket. & Posts Material is inspected and stamped by an Independent Agency 3491 as per Specification 3491. Contact Laboratory for additional information. Miscellaneous pieces 3392 and Hardware (Galvanized) 3394 Visual Inspection - Acceptance as directed by the Engineer. Insulation Board 3760 Elastomeric Bearing 3741 and Check dimensions. Check repair of tested pad. Special Obtain copy of Certificate of Compliance. Pads Provisions DO NOT USE ANY PADS THAT ARE NOT CER"i IFIED. Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07112 EQUAL EMPLOYMENT OPPORTUNITY (EEO) SPECIAL PROVISIONS This section of Special Provisions contains the Equal Employment Opportunity (EEO) rules and regulations for highway construction projects in Minnesota which are federally and/or State funded. The source of funding determines which EEO regulations and goals (Federal and/or State goals) apply to a specific project. When a project contains funding from both Federal and State sources, both sets of regulations apply, and the Minnesota Department of Transportation (MnDOT) monitors and reviews projects at both levels. If the project contains any Federal holding, and has a total dollar value exceeding $10,000, Federal EEO regulations and goals apply (pages 2,6,7-8, 9-14,15, 16-17,22-26,27-38). The MnDOT Office of Civil Rights monitors and reviews these projects on behalf of the Federal Highway Administration (FHWA), under Federal statutes (23 USC 140) and rules (23 CFR 230). If the project contains any State funding, and has a total dollar value exceeding $100,000, State EEO regulations and goals apply (pages 2, 3, 41 5, 6, 9-14, 16-22). MnDOT's Office of Civil Rights monitors and reviews these projects in conjunction with the Minnesota Department of Human Rights under Minnesota Statutes §363A.36 and its accompanying rules. MnDOT has established a single review and monitoring process which meets both Federal and State requirements. Please note that Pages 23-38 of these Special Provisions may be omitted from projects with no Federal funding. CONTENTS Notice of Requirement for Affirmative Action...........................................................................................2 Notice of Pre -Award Reporting Requirements ............... Minnesota Affirmative Action Requirements..............................................................................................4 Appropriate Work Place Behavior.......................................................................................... ........5 Notice to All Prime and Subcontractors: Reporting Requirements.............................................................6 Specific Federal Equal Employment Opportunity Responsibilities............................................................7 Standard Federal and State Equal Employment Construction Contract Specifications ..............................9 EqualOpportunity Clause.........................................................................................................................15 Minority and Women Employment Goals Chart .......................................................................................16 Sample Summary of Employment Activity, Form EEO-12......................................................................18 Sample Monthly Employment Compliance Report, Form EEO-13..........................................................20 EEOCompliance Review Report .............................................................................................................22 On -The -Job Training Program: Trainee Assignment...............................................................................23 Certification of On -the -Job Training Hours: Federal -Aid Projects...........................................................24 On -the -Job Training (OJT) Program Approval Form................................................................................25 On -the -Jab Training (OJT) Program Trainee Termination Form ................... Required Contract Provisions: Federal -Aid Construction Contracts.........................................................27 EEO Page 1 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07112 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (23 USC 144, 23 CFR 230 and Minnesota Statute §363A.36) The offerer's or bidder's attention is called to the "Minnesota Affirmative Action Requirements" (EEO Page 4), the "Specific Federal Equal Employment opportunity Responsibilities" (EEO Pages 7- 8), the "Standard Federal and State Equal Employment Opportunity Construction Contract Specifications" (EEO Pages 9-14), the "Equal Opportunity Clause" (EEO Page 15) and "Required Contract Provisions - Federal -Aid Construction Contracts" (EEO Pages 27-38). 2. The goals and timetables for minority and women participation, expressed in percentage terms of hours of labor for the Contractor's aggregate work force in each trade on all construction work in the covered area, are as shown on EEO Pages 16-17. These goals are applicable to all the Contractor's construction work (whether or not it is State or State assisted, Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non - federally involved construction. The Contractor's compliance with the regulations in 41 CFR Part 60-4, and/or Minnesota Statutes §363A.36 and its accompanying rules shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) for Federal or federally assisted projects, and Minnesota Statutes §363A.36, and its accompanying rules for State or State assisted projects, and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and women employment and training must be substantially 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 and women employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4 for Federal or federally -assisted projects and/or Minnesota Statutes §363A.36 and its accompanying rules for state or state -assisted projects. Compliance with the goals will be measured against the total work hours performed. 3. If the contract is federally funded, the Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within ten working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. If the contract is state funded, the Contractor shall provide written notification to the Compliance Division, Minnesota Department of Human Rights, Freeman Building, 625 Robert Street North, Saint Paul, Minnesota 55155 within ten working days of award of any construction subcontract in excess of $100,000 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 of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is the county or counties of the State of Minnesota where the work is to be performed. EEO Page 2 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07112 NOTICE TO ALL PRIME AND SUBCONTRACTORS PRE -AWARD REPORTING REQUIREMENTS order to ensure compliance with Federal and State laws and regulations (23 USC 140, and 23 CFR 230, and Minnesota Statutes §363A.36) and to ensure Mn/DOT's ability to monitor and enforce compliance efforts, the following requirements apply if the apparent low bid exceeds $ 5,000,000.00: 1) The Apparent Low Bidder ("ALB") must provide to Mn/DOT the "EEO -8 Form" (also entitled "EEO Compliance Review Report"), which must provide detail on the contractor's total company workforce in the State of Minnesota during the twelve month period preceding July 30'h of the previous year (Oce and/or clerical personnel need not to be included). 2) The ALB must provide to Mn/DOT a work plan for meeting the minority and women employment goals established by the Minnesota Department of Human Rights, for the project in question. The work plan must include, at a minimum (1) how the ALB will incorporate its current minority and women employees in the ALB'S efforts to meet the established goals; and (2) a contingency plan if the ALB has determined that its current workforce is not sufficient in order to achieve the established employment goals. If the ALB relies in whole or in part upon unions as a source of employees, then the ALB must (1) include a list of established organizations that are likely to yield qualified minority and women candidates if those union(s) are unable to provide a reasonable flow of minority and women candidates in their work plan; and (2) document the method by which these organizations will refer candidates to the ALB for employment opportunities. All bidders are hereby notified that the U.S. Department of Labor has determined that a contractor will not be excused from complying with the Federal and State laws and regulations cited above based solely on the fact that a contractor has a collective bargaining agreement with a union providing for the union to be the exclusive source of referral and that the union failed to refer minority employees. A contractor may obtain a list of organizations likely to yield qualified minority and women candidates from the Mn/DOT Office of Civil Rights. 3) The ALB must provide to Mn/DOT the ALB's total workforce and labor projections for the project (represented in hours), the ALB's projected total number of minority hours for the project, and the ALB's projected total number of women hours for the project. The details must include the trade(s) that will be utilized in order to complete the project. The ALB must submit documents as required to comply with this section no later than five business days after the date that bids for the contract are opened. The five day period starts the business day following the date that bids were opened. The required documents must be received prior to Contract Award, and must be sent to the Mn/DOT ;Office of Civil Rights — 395 John Ireland Blvd., Mail Stop 170 St. Paul, MN 55155-1899. Submittal of the documents described in (1), (2) and (3) is required for contract award to the ALB. The submitted documents will !be used as a tool to assist contractors in meeting employment goals; the content itself will not be evaluated for the ,purpose of determining contract award. EEO Page 3 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07112 MINNESOTA AFFIRMATIVE ACTION REQUIREMENTS It is hereby agreed between the parties to this contract that Minnesota Statutes, Section §363A.36, and its accompanying rules are incorporated into any contract between these parties based upon this specification or any modification of it. A copy of Minnesota Statutes, Section §363A.36, and its accompanying rules is available upon request from the contracting agency. The Contractor hereby agrees to comply with the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. 2. It is hereby agreed between the parties to this contract that this agency requires that the Contractor meet affirmative action criteria as provided for by Minnesota Statutes §363A.36 and its accompanying rules. It is the intent of the Minnesota Department of Transportation to fully carry out its responsibility for requiring affirmative action, and to implement sanctions for failure to meet these requirements. Failure by a contractor to implement an affirmative action plan, meet project employment goals for minority and women employment or make a good faith effort to do so may result in revocation of his/her Certificate of Compliance or suspension or revocation of the contract (Minnesota Statutes §363A.36). 3. Under the affirmative action obligation imposed by the Human Rights Act, Minnesota Statutes, Section §363A.36, contractors shall take affirmative action to employ and advance in employment minority, female, and qualified disabled individuals at all levels of employment. Affirmative action must apply to all employment practices, including but not limited to hiring, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship. The Contractor shall recruit, hire, train and promote persons in all job titles, without regard to race, color, creed, religion, sex, national origin, marital status, status with regard to public assistance, physical or mental disability, sexual orientation or age except where such status is a bona fide occupational qualification. These affirmative action requirements of the Minnesota Human Rights Act are consistent with but broader than the Federal requirements as covered in this contract. 4. Affirmative Action for disabled workers. The Contractor shall not discriminate against any employee or applicant for employment because of a physical or mental disability in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment, and otherwise treat qualified disabled individuals without discrimination based upon their physical or mental disability in all employment practices such as employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training (including apprenticeship). In the event of the Contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with Minnesota Statutes, section §363A.36 and the rules and relevant orders of the Minnesota Department of Human Rights pursuant to the Minnesota Human Rights Act. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the commissioner of the Minnesota Department of Human Rights. Such notices shall state the Contractor's obligation under the law to take affirmative action to employ and advance in employment minority, women and qualified disabled employees and applicants for employment, and the rights of applicants and employees. A poster entitled "Contractor Non-discrimination is the Law" may be obtained from: Compliance Unit, Minnesota Department of Human Rights, Freeman Building, 625 Robert Street North, Saint Paul, Minnesota 551.55. (651) 539-1100, TTY 296-1283, Toll Free 1-800-657-3704. 6. The Contractor shall notify each labor union or representative of workers with which he/she has a collective bargaining agreement or other contract understanding, that the Contractor is bound by the terms of Minnesota Statutes, section §363A.36 of the Minnesota Human Rights Act, and is committed to take affirmative action to employ and advance in employment minority, women and qualified physically and mentally disabled individuals. EEO Page 4 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07112 APPROPRIATE WORK PLACE BEHAVIOR ON Mn/DOT CONSTRUCTION PROJECTS UTILIZING STATE FUNDS It is the Minnesota Department of Transportation's (MnDOT's) policy to provide a workplace free from violence, threats of violence, harassment and discrimination. MnDOT has established a policy of zero tolerance for violence in the workplace. Contractors who perform work on MnDOT construction projects, or local government entities or public agencies utilizing state funds on highway construction projects, shall maintain a workplace free from violence, harassment and discrimination (See definitions, below). Definitions: 1. Violence is the threatened or actual use of force which results in or has a high likelihood of causing fear, injury, suffering or death. Employees are prohibited from taking reprisal against anyone who reports a violent act or threat. 2. Harassment is the conduct of one employee (toward another employee) which has the purpose or effect of 1) unreasonably interfering with the employee's work performance, and/or 2) creating an intimidating, hostile or offensive work environment. Harassment is not legitimate job-related efforts of supervisor to direct/evaluate an employee or to have an employee improve work performance. A. Unlawful discriminatory harassment is harassment which is based on these characteristics: race, color, creed, religion, national origin, sex, disability, age, marital status, status with regard to public assistance or sexual orientation. Managers, supervisors and employees shall not take disciplinary or retaliatory action against employees who make complaints of sexual harassment. Sexual harassment is unwelcome sexual advances, requests for sexual favors, or sexually motivated physical contact, or other verbal or physical conduct of communication of a sexual nature, when submission to that conduct or communication is 1) made a term or condition., either explicitly or implicitly, of obtaining employment; or 2) is used as a factor in decisions affecting an individual's employment; or 3) when that conduct or communication has the purpose or effect of substantially interfering with an individual's employment or creating an intimidating, hostile or offensive work environment, and the employer knows or should have known of the existence of the harassment and fails to take timely and appropriate action. Examples include but are not limited to insulting or degrading sexual remarks or conduct; threats, demands or suggestions that status is contingent upon toleration or acquiescence to sexual advances; displaying in the workplace sexually suggestive objects, publications or pictures, or retaliation against employees for complaining about the behavior cited above or similar behaviors. B. General harassment is harassment which is not based on the above characteristics. Examples may include, but are not limited to: physically intimidating behavior and/or threats of violence; use of profanity (swearing), vulgarity; ridiculing, taunting, belittling or humiliating another person; inappropriate assignments of work or benefits; derogatory name calling. 3. Discrimination includes actions which cause a person, solely because of race, color, creed, religion, national origin, sex, disability, age, marital status, status with regard to public assistance or sexual orientation to be subject to unequal treatment. Prime Contractors who work on MnDOT projects shall ensure that their managers, supervisors, foremen/women and employees are familiar with MnDOT's policy on appropriate work place behavior; and shall ensure that their subcontractors are familiar with this policy. Managers, supervisors and foremen/women will respond to, document, and take appropriate action in response to all reports of violence, threats of violence, harassment or discrimination. Failure to comply with this policy may result in cancellation, termination or suspension of contracts or subcontracts currently held and debarment from further such contracts or subcontracts as provided by statute. If you need additional information or training regarding this policy, please contact the Office of Civil Rights at (651) 366-3073. EEO Page 5 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07112 NOTICE TO ALL PRIME AND SUBCONTRACTORS REPORTING REQUIREMENTS In order to monitor compliance with Federal Statutes 23 USC 140 and 23 CFR 230, and Minnesota Statutes §363A36, all prime contractors and subcontractors are required to complete a Mn/DOT Monthly Employment Compliance Report each month for each project (Form EEO -13, sample copy at EEO Pages 20-21.) Prime contractors are also required to complete a Contractor Employment Data Report (Form EEO -12, sample copy at EEO Pages 15-19) once prior to work commencing on the project, unless one has been completed already within the calendar year. The prime contractor of each project collects Monthly Employment Compliance Reports from each subcontractor who performed work during the month, and completes a Monthly Employment Compliance Report on its own work force. For the month of July only, an EEO -13 is required for each payroll period within the month of July. The prime contractor submits the EEO -13 forms to the Mn/DOT Project Engineer by the 15th day of the subsequent month. Failure to submit the required reports in the allowable time frame will be cause for the imposition of contract sanctions. It is the intent of Mn/DOT to implement monitoring measures on each project to ensure that each prime contractor and subcontractor is promoting the full realization of equal employment opportunities. Any project may be scheduled for an in depth on-site contract compliance review. During the scheduled on-site review, the Contractor will be required to provide to Mn/DOT documentation of its "good faith efforts" as shown in EEO Pages 10-13, at 7 a -p of this contract. 2. If a Federally funded project requires On -the -Job -Training (OJT) participation, information is provided in the contract and can be located by referring to the Table of Contents for Division S. (OJT is also listed as a bid line item under Trainees.) When a contract requires OJT participation, the Prime Contractor shall submit a training plan as indicated in the Proposal. The training plan shall include the job classification titles of trainees, planned training activities and the approximate start date of trainees. 3. When a Contractor selects a trainee applicant for OJT, the Contractor completes an On the Job Training Program - Trainee Assignment form (sample copy at EEO Page 23) and submits it to the Contract Compliance Specialist (CCS) assigned to the project for approval. The CCS notifies the Contractor and Project Engineer when the applicant is approved. 4. Hours of work performed by OJT employees shall be documented on a monthly basis on the Certification of On - The -Job Training Hours form, (Mn/DOT Form No. 21860, sample copy at EEO Page 24). The Contractor shall submit the original and one copy to the Project Engineer, and one copy to the CCS assigned to the project. Do not remove forms from this contract. Please duplicate forms from the copies in this contract, or the Mn/DOT Office of Civil Rights will provide these forms upon request. P1PasP call the Office of Civil Rights, (651) 366-3073. EEO Page 6 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12 SPECIFIC FEDERAL EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES (23 CFR 230, Subpart A, Appendix A, FAPG June 6,1996) 1. General. a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal opportunity as required by Executive Order 11246 and Executive Order 11375 are set forth in Required contract Provisions (Form PR -1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of title 23, U.S.C., as established by Section 22 of the Federal -.Aid Highway Act of 1968. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity requirements set forth in the Required Contract Provisions. b. The contractor will work with the State highway agencies and the Federal Government in carrying out equal employment opportunity obligations and in their review of his/her activities under the contract. c. The contractor and all his/her subcontractors holding subcontracts not including material suppliers, of $10,000 or more, will comply with the following minimum specific requirement activities of equal employment Opportunity: (The equal employment opportunity requirements of Executive Order 11246, as set forth in volume 6, Chapter 4, Section 1, Subsection I of the Federal -Aid Highway program Manual, are applicable to material suppliers as well as contractors and subcontractors.) The contractor will include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the subcontractor. 2. Equal Employment Opportunity Policy. The contractor will accept as his operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote their full realization of equal employment through a positive continuing program: It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre apprenticeship, and/or on-the-job training. 3. Equal Employment Opportunity Officer. The contractor will designate and make known to State highway agency contracting officers an equal employment opportunity officer (hereinafter referred to as the EEO Officer) who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of equal employment opportunity and who must be assigned adequate authority and responsibility to do so. 4. Dissemination of Policy. a. All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action will be made fully cognizant of, and will implement, the contractor's equal employment opportunity policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: (1). Periodic meetings of supervisory and personnel office staff will be conducted before the start of work and then not less often than once every six months, at which time the contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. (2). All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer or other knowledgeable company official, covering all major aspects of the contractor's equal employment opportunity obligations within thirty days following their reporting for duty with the contractor. (3). All personnel who are engaged in direct recruitment for the project will be instructed by the EEO officer or appropriate company official in the contractor's procedures for locating and hiring minority group employees. b. In order to make the contractor's equal employment policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the contractor will take the following actions: (1). Notices and posters setting forth the contractor's equal employment opportunity policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. (2). The contractor's equal employment opportunity policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. EEO Page 7 5. Recruitment. a. When advertising for employees, the contractor will include in all advertisements for employees the notation "An Equal Opportunity Employer," All such advertisements will be published in newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived. b. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the contractor will, through his/her EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. In the event the contractor has a valid.. bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with equal employment opportunity contract provisions. (The U.S. Department of Labor has held that where the implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. 6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and administered, acid personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion., layoA and termination, shall be taken without regard to race, color, religion, sex, or national origin. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights SPECIFIC FEDERAL EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES (cont.) classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his/her obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all his avenues of appeal. 7. Training and Promotion. a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e. apprenticeship, and on-the- job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event the Training Special Provision is provided under this contract, this subparagraph will be superseded as indicated in Attachment 2. c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 8. Unions. If a contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group members and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an equal employment opportunity clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, or national origin. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the State highway department and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, or national origin; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents thecontractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the State highway agency. 9. Subcontracting. a. The contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority-owned construction firms from State highway agency personnel. b. The contractor will use his best efforts to ensure subcontractor compliance with their equal employment opportunity obligations. EEO Page 8 Revised 07112 10. Records and Reports: a. The contractor shall keep such records as necessary to determine compliance with the contractor's equal employment opportunity obligations. The records kept by the contractor will be designed to indicate: (1) The number of minority and non minority group members and women employed in each work classification on the project. (2) The progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractor's who rely in whole or in part on unions as a source of their work force), (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and (4) The progress and efforts being made in securing the services of minority group subcontractors with meaningful minority and female representation among their employees. b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State highway agency and the Federal Highway Administration. c. The contractors will submit an annual report to the State highway agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form PR -1391. If on-the-job training is being required by a "Training Special Provision", the contractor will be required to furnish Form FHWA 1409. Minnesota Department of Transportation EFF Special Provisions Office of Civil Rights Revised 07112 STANDARD FEDERAL AND STATE EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 604.3 and Minnesota Statute §363A.36) Unless noted, the following apply to both Federal/federally assisted projects and State/state assisted projects. Item 3 applies to Federal/federally assisted projects only As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer Identification'number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture 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 Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 ($100,000 for State projects) the provisions of these specifications and the Notice which contains the applicable goals for minority and women participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant 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 on the Plan area (including goals and timetables) shall be in accordance with that Pian for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations 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 employees. 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 subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7(a) to (p) of these specifications (itemized as 4 [a] to [o], Minnesota Rules EEO Page 9 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07112 STANDARD FEDERAL AND STATE EEO CONSTRUCTION CONTRACT SPECIFICATIONS (cont.) 5000.3535). The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minorities and utilization the Contractor should (shall, for State or state assisted projects) reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor shall make substantially uniform progress toward its goals in each craft during the period specified. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Federal goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of Federal Contract Compliance programs or from Federal procurement contracting officers. State goals are published periodically in the State Register in notice form, and may be obtained from the Minnesota Department of Human Rights or the Minnesota Department of Transportation Office of Civil Rights. The Contractor is expected to make substantially uniform progress 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 collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications and Executive Order 11246 and its associated rules and regulations for Federal or federally assisted projects, and Minnesota Statutes, Section §363A.36 of the Minnesota Human Rights Act, or the rules adopted under the Act for State or state assisted projects. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained according to training programs approved by the Minnesota Department of Human Rights, the Minnesota Department of Labor and Industry, or the United States Department of Labor. 7, The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications must be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following (referred to in Minnesota Rules 5000.3535 as items 4(a) to (o): (a) Ensure and maintain, or for State or state assisted projects make a good faith effort to maintain, a working environment free of harassment, intimidation, and coercion at all sites and in all facilities at which the Contractor's employees are assigned to work. For EEO Page 10 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07112 STANDARD FEDERAL AND STATE EEO CONSTRUCTION CONTRACT SPECIFICATIONS (cont.) Federal or federally assisted projects, the Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or women individuals working at such sites or in such facilities. (b) Establish and maintain a current list of minority and women recruitment sources, provide written notification to minority and women recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. (c) Maintain a current file of the names, addresses, and telephone numbers of each minority and woman off -the -street applicant and minority or woman referral from a union, a recruitment source, or community organization and of what action was taken with respect to each individual. If the individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. (d) Provide immediate written notification to the commissioner of the Minnesota Department of Human Rights for State or state assisted projects, or the director of the Office of Federal Contract Compliance for Federal or federally assisted projects, when the union, or unions with which the Contractor has a collective bargaining agreement, has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. (e) Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the State of Minnesota for State or state assisted projects or the Department of Labor, for Federal or federally assisted projects. The Contractor shall provide notice of these programs to the sources compiled under (b). (f) Disseminate the Contractor's equal employment opportunity policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its equal employment opportunity obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and women employees at least once a year; and by posting the company equal employment opportunity policy on bulletin boards accessible to all employees at each location where construction work is performed. EEO Page 11 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07112 STANDARD FEDERAL AND STATE EEO CONSTRUCTION CONTRACT SPECIFICATIONS (cont.) (g) Review, at least annually, the company's equal employment opportunity policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions; including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the first day of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor's equal employment opportunity policy externally by including it in any advertising in the news media, specifically including minority and women news media, and providing written notification to and discussing the Contractor's equal employment opportunity policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. (i) Direct its recruitment efforts, both oral and written, to minority, women, and community organizations; to schools with minority and women students; and to minority and women recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. (j} Encourage present minority and women employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and women youth, both on the site and in other areas of a Contractor's work force. (k) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. (This requirement applies only to Federal and federally assisted projects.) (1) Conduct, at least annually, an inventory and evaluation at least of all minority and women personnel for promotional opportunities; and encourage these employees to seek or to prepare for, through appropriate training, such opportunities. (This is Item 4(k) in Minnesota Rules.) (in) Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the equal employment opportunity policy and the Contractor's obligations under these specifications are being carried out. (This is item 4(1) in Minnesota Rules.) EEO Page 12 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12 STANDARD FEDERAL AND STATE EEO CONSTRUCTION CONTRACT SPECIFICATIONS (cont.) (n) Ensure that all facilities and company activities are non segregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. (This is item 4(m) in Minnesota Rules.) (o) Document and maintain a record of all solicitations or offers for subcontracts from minority and women construction contractors and suppliers, including circulation of solicitations to minority and women contractor associations and other business associations. (This is item 4(n) in Minnesota Rules.) (p) Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's equal employment opportunity policies and affirmative action obligations. (This is item 4(o) in Minnesota Rules.) 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7(a) to (p) for Federal or federally assisted projects, and 4(a) -(o) for State or state assisted projects). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7(a) to (p) or 4(a) to (o) of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and women work force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor however, is required to provide equal employment opportunity and to take affirmative action for all minority groups both male and female, and all women both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order for Federal or federally assisted projects, or Minnesota Rules for State or state assisted projects, if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order or Minnesota Rules part 5000.3520 if a specific minority group is under-utilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, creed, religion, sex, or national origin. Minnesota Statutes §363A.36, part 5000.3535 (Subp. 7) also prohibits discrimination with regard to marital status, status with regard to public assistance, disability, age, or sexual orientation. EEO Page 13 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revised 07/12 Minority and Women Employment Goals County Federal Goals State Goals Minority Goal Women Goal Minority Goal Women Goal Aiddn 2.2% 6.9% 5% 6% Anoka 2.9% 6.9% 22% 6% Becker 0.7% 6.9% 6% 6% Beltrami 2.0% 6.9% 6% 6% Benton 0.5% 6.9% 3% 6% Big Stone 2.2% 6.9% 4% 6% Blue Earth 2.2% 6.9% 4% 6% Brown 2.2% 6.9% 4% 6% Carlton 1.2% 6.9% 5% 6% Carver 2.9% 6.9% 22% 6% Cass 2.2% 6.9% 6% 6% Chippewa 2.2% 6.9% 4% 6% Chisap,o 2.9% 6.9% 3% 6% Clay U% 6.9% 6% 6% Clearwater 2.0% 6.9% 6% 6% Cook 1.2% 6.9% 5% 6% Cottonwood 0.8% 6.9% 4% 6% Crow Win 2.2% 6.9% 6% 6% Dakota 2.9% 6.9% 22% 6% Dodge 0.9% 6.9% 4% 6% Douglas 2.2% 6.9% 6% 6% Faribauit 2.2% 6.9% 4% 6% Fillmore 0.9% 6.9% 4% 6% Freeborn 0.9% 6.9% 4% 6% Goodhue 2.2% 6.9% 4% 6% Grant 2.2% 6.9% 6% 6% Hennepin 2.9% 6.9% 32% 6% Houston 0.6% 6.9% 4% 6% Hubbard 2.0% 6.9% 6% 6% Isanti 2.2% 6.9% 3% 6% Itasca 1.2% 6.9% 5% 6% Jackson 0.8% 6.9% 4% 6% Kanabec 2.2% 6.9% 3% 6% Kandiyohi 2.2% 6.9% 3% 6% Kittson 2.0% 6.9% 6% 6% Koochiching 1.2% 6.9% 5% 6% Lac Qui Parle 2.2% 6.9% 4% 6% Lake 1.2% 6.9% 5% 6% Lake of the Woods 2.0% 6.9% 6% 6% Le Sueur 2.2% 6.9% 4% 6% Lincoln 0.8% 6.9% 4% 6% Lyon 1 0.8% 6.9% 1 4% 6% EEO Page 16 Minnesota Deparhnent of Transportation EEO Special Provisions Office of Clvil Rights Revised 07112 County Federal Goals State Goals Minority Goal Women Goal Minority Goal Women Goal Mahnomen 2.0% 6.9% 6% 6% Marshall 2.0% 6.9% 6% 6% Martin 2.2% 6.9% 4% 6% McLeod 2.2% 6.9% 3% 6% Meeker 2.2% 6.9% 3% 6% Mille Lacs 2.2% 6.9% 3% 6% Morrison 2.2% 6.9% 6% 60 Mower 0.9% 6.9% 4% 6% Murray0.8% 6.9% 4% 6% Nicollet 2.2% 6.9% 4% 6% Nobles 0.8% 6.9% 40/a 6% Norman 2.0% 6.9% 6% 6% Olmsted 1.4% 6.9% 4% 6% Otter Tail 2.2% 6.9% 6% 6% Pennington 2.0% 6.9% 6% 6% Pine 2.2% 6.9% 3% 6% Pi estone 0.8% 6.9% 4% 6% Polk 1.2% 6.9% 6% 6% Poe 2.2% 6.9% 6% 6% Ramsey 2.9% 6.9% 32% 6% Red Lake 2.0% 6.9% 6% 6% Redwood 0.8% 6.9% 4°/a 6% Renville 2.2% 6.9% 3% 6% Rice 2.2% 6.9% 4% 6% Rock 0.8% 6.9% 4% 6% Roseau 2.0% 6.9% 6% 6% Scott 2.9% 6.9% 22% 6% Sherburne 0.5% 6.9% 3% 6% Sibley 2.2% 6.9% 4% 6% St. Louis 1.0% 6.9% 5% 6% Stearns 0.5% 6.9% 3% 6% I Steele 0.9% 6.9% 4% 6% Stevens 2.2% 6.9% 6% 6% Swift 2.2% 6.9% 4% 6% Todd 2.2% 6.9% 6% 6% Traverse 2.2% 6.9% 6% 6% Wabasha 0.9% 6.9% 4% 6% Wadena 2.2% 6.9% 6% 6% Waseca 2.2% 6.9% 4% 6% Wash' on 2.9% 6.9% 22% 6% Watonwan 2.2% 6.9% 4% 6% Wilkin 0.7% 6.9% 6% 6% Winona 0.6% 6.9% 4% 6% Wright 2.9% 6.9% 3% 6% j Yellow Medicine 2.2% 6.9% 11 4% 6% EEO Page 17 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights Revise Minnesota Department of Transportation Office of Civil Rights Monthly Employment Compliance Report EEO -13 I. SP ❑ SAP ❑ 3. Contractor Name: (Check one) SP# Federal Tax ID: County or City Street Address: 2. Reporting Period to City, State Zip ` 7. Employment Data b) c) d) e) Gender Trade/Foren Hire a) Name: Last, First Middle Initial Social Security # NewEthnicity M or F) Supervisor 1. 2. 3. 4. _ 5. 6. 7. - 8. 9. 10. 11. - 12. 13. 14. 15. 16. 17. 18. - 19. 20. 8. Contract Goals MINNESOTA GOALS %OBTAINED % Minority % % Women % 9. Prepared by: (Signature) 10. Reviewed by: (Sigru Print Name: Print Name: ' Title: Title: Date: Date: Phone: Fax: Phone: ?EO -13 Rev. 05109 EEO Page 20 INSTRUCTIONS FOR EEO -13 MONTHLY EMPLOYMENT COMPLIANCE REPORT ----5. Self-explanatory — State Project ##, county project is located in, are you a prime or sub, and contract value. Percent of Completion is the estimated percentage of work completed including this reporting period. Employment Data information will coincide with your employment records. All professional, supervisory and managerial he site must be included, whether or not they appear on the certified payroll. 7a. Name should be listed Last Name, First Name, and Middle Initial. This will enable MnDOT EEO staff to readily id( 7b. Social Security Number self-explanatory. 7c. New Hire is to be indicated with a "Y" for Yes or an "N" for No. "New Hire" is an employee who has not worked f other project within the current calendar year. 7d. Ethnict can be indicated by Black (B), Hispanic (H), American Indian/Alaskan Native (AI), Asian/Pacific Islander (AP), or White (W). 7e. Gender is to be indicated with an "M" for Males or an "F" for Females. 7f. Trade/Foreman, Supervisors. Managers list the trade that applies unless the employee fits one of the other three catel 7g. Level "A" is for an Apprentice, "J" is for a Journey Worker, and "T" is for a MnDOT approved Trainee. 7h. Hours Worked for This Period will be all hours worked by the individual, for each trade, during the specified reporti 3. Contract Goals are the percent of total project hours to be worked by minority and women employees. The goals are determi source of funding for the project. Projects in excess of $100,000 with any State funding must meet the State Employment G. with any Federal funding must meet the Federal Employment Goals. (See chart on EEO Pages 16-17.) Minority and womer evenly throughout the length of the project and in every trade and craft that perforins work on the project. % Obtained is the percent of the total project hours worked by minority and women employees, up to and including this repo Prepared by Contractor Designee is the signature of the prime or subcontractor's EEO officer/designee. r0. Reviewed by Project Engineer is the signature of the MnDOT staff monitoring the project. 'he Prime Contractor will submit EEO -13 forms for its workforce and all subcontractors to the MnDOT Project Engineer by the 15'b aonth when work was performed. If you have questions about filling out this form, contact the Office of Civil Rights at (651) 366-3 Please make copies as you need them.) ,his information can be submitted electronically via the web, through MnDOT's Workforce Information Tracking Initiative (WITI) Pr( rain access to WITI or to find out more about this possibility please contact MnDOT's Office of Civil Rights at (651) 366-3321. M-13 Rev. 05/49 EEO Page 21 EEO SP Revised 07/12 EEO COMPLIANCE REVIEW REPORT Total Company Workforce (For 12 Month Period Preceding July 30'h of the previous year) Name and Address of Contractor Name and Title of Corporate Officer Name of EEO Officer 1 1 1 Employees 1 ®®® On -the -Job Trainees ©o ©©©©©©©®© ©© Officials (Managers) -. E■..-.-... -. Supervisors -..■.--.-.-. -- -..■.....-.. -- -.....-.-... -- Truck Drivers MEME MMMM■ MEMM Iron Workers MMEEM■MMMMMEMMEMMEMMMMMMEMM �■ Cement Masons ■ MMEMMMMMMMEMM Electricians MONEEMMMMMMMM Painters —MMEMEMMMMMMEMM MEM■MMMMMMM■ MM MMENEMMMMMMEMM On -the -Job Trainees MENEEMMMMMMOMM EEO -8 Rev. 07/07 EEO Page 22 SP #: Project Engineer: Prime Contractor: Address: EEO Officer: Tel: Training Contractor: Address: City: EEO Officer: Tel: MINNESOTA DEPARTMENT OF TRANSPORTATION ON-THE-JOB TRAINING PROGRAM TRAINEE ASSIGNMENT Locatiow Phone: { ) Phone: { ) Project Manager: Phone: ( ) _ State: Project Manager: Tel: Approximate Start Date: Approximate Completion Date: Is the trainee a member of a certified apprenticeship program? If YES, verify with Apprenticeship Form or Indenture Number: Zip: Zip: District: EEO SP Revised 07/12 1. Ethnic Background: Hispanic ; Black Asian/Pacific Islander White Am. Ind/Alaskan (Verify with Tribal I.D. # or Affiliation ). 2. Male; Female; EEO -5 Rev. 05/09 EEO Page 23 TRAINEE .lob Title or Number of Training Trade Classification: Hours on this Project: Name: S.S.#: Address: Phone: ( ) State: EEO Officer:, Project Manager: Tel: Approximate Start Date: Approximate Completion Date: Is the trainee a member of a certified apprenticeship program? If YES, verify with Apprenticeship Form or Indenture Number: Zip: Zip: District: EEO SP Revised 07/12 1. Ethnic Background: Hispanic ; Black Asian/Pacific Islander White Am. Ind/Alaskan (Verify with Tribal I.D. # or Affiliation ). 2. Male; Female; EEO -5 Rev. 05/09 EEO Page 23 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights On-the-Job Training Program Trainee Termination Form 'or Tq Contractor Name County Prime Sub ❑Lack of transportation and /or travel distance Address Ci State zip ❑Personal ❑Quit to work for another company EEO Officer Phone # e-mail address Trainee Name Phone # Social Security No. Address Ci State Zi Race/Ethnicity ❑ Hispanic ❑ White ❑ Asian ❑Black ❑ American Indian ❑ Other Gender Classification/Trade S.P. # ❑Female []male Start Date Termination Date Hours Assigned Hrs Completed Reasnn for Termination/Seoaration/Lavoff: ❑ Construction phase completed [—]Death ❑Fired lease explain below ❑Illness/health problems ❑Lack of transportation and /or travel distance ElMillLag duty ❑Relocated ❑Personal ❑Quit to work for another company ❑ Other lease explain below) Please provide comments: Contractor's Representative Signature Title Date MAIL or Fax THE ORIGINAL and MAINTAIN COPY: 394 John Ireland Boulevard St. Paul, MN 55155-1899 Office of Civil Rights M.S. 170 On -The —Job Training Coordinator Fax # 651/366.31:9 EEO Page 26 07/12 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights REQUIRED CONTRACT PROVISIONS FEDERAL, AID CONSTRUCTION CONTRACTS Form -1273 _ (52 FR 36920, October 2 1987, revised October 21, 1993, FHWA Electronic Version May 1. 2012) I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Govenunentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 07/12 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity CIause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. EEO Page 27 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights 07/I2 REQUIRED CONTRACT PROVISIONS (cont.) The following provision is adopted from 23 CFR 230, Appendix b. All new supervisory or personnel office employees will be A, with appropriate revisions to conform to the U.S. Department given a thorough indoctrination by the EEO Officer, covering all of Labor (US DOL) and FHWA requirements. major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or tennination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do -so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women, To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. EEO Page 28 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights 07112 REQUIRED CONTRACT PROVISIONS (cont.) b. The contractor will periodically evaluate the spread of wages b. The contractor will use good faith efforts to incorporate an paid within each classification to determine any evidence of EEO clause into each union agreement to the end that such union discriminatory wage practices. will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability, making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants I Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CTR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. EEO Page 29 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights REQUIRED CONTRACT PROVISIONS (cont.) b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391, The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any 07112 location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph Ld. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph Lb. of EEO Page 30 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights 07112 REQUIRED CONTRACT PROVISIONS (cont.) this section) and the Davis -Bacon poster (WH --1321) shall be which is not expressed as an hourly rate, the contractor shall posted at all times by the contractor and its subcontractors at the either pay the benefit as stated in the wage determination or shall site of the work in a prominent and accessible place where it can pay another bona fide fringe benefit or an hourly cash equivalent be easily seen by the workers. thereof. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs l.b.(2) or Lb.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain EEO Page 31 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights REQUIRED CONTRACT PROVISIONS (cont.) written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH 347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH 347 shall satisfy the requirement for submission of the 07112 "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they perfonned when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. EEO Page 32 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights . REQUIRED CONTRACT PROVISIONS (cont.) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's Ievel of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. 07112 c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFA 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or fuze ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). EEO Page 33 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights REQUIRED CONTRACT PROVISIONS (cont.) c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 07112 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or ]eased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its EEO Page 34 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights REQUIRED CONTRACT PROVISIONS (cant.) own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 07/12 In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA- 1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. EEO Page 35 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights REQUIRED CONTRACT PROVISIONS (cont.) 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 GFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). 07112 f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.enls.traun, which is compiled by the General Services Administration. i, Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph M of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belied that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; EEO Page 36 Minnesota Department of Transportation EEO Special Provisions Office of Civil Rights REQUMED CONTRACT PROVISIONS (cont.) (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and I200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is Iater determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms 'covered transaction,"""debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a 07/12 First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation it this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants; 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently EEO Page 37 Minnesota Departrnent of Transportation EEO Special Provisions Office of Civil Rights 07112 REQUIRED CONTRACT PROVISIONS (cont.) debarred, suspended, proposed for debarment, declared This provision is applicable to all Federal -aid projects funded ineligible, or voluntarily excluded from participating in covered under the Appalachian Regional Development Act of 1965. transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (lc) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order maybe placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (]c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. EEO Page 38 SECTION 01 10 00 411-u' 1i, ;, L 1 PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Basic description of the Project and Work restrictions. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 SUMMARY OF WORK A. Project Name: 2013 Infrastructure Improvements for the City of New Hope, Minnesota, City Project No. 906. B. Description of Work: Work consists of the replacement of water main, services, spot replacement of sanitary sewer and storm sewer, and improvements to the streets within the industrial area located in the northwest part of the city. 1.04 COMPLETION DATES A. Substantial Completion: Set forth in the Agreement. B. Final Completion: Set forth in the Agreement. 1.05 LIQUIDATED DAMAGES A. Provisions for liquidated damages, if any, are set forth in the Agreement. 1.06 WORK RESTRICTIONS A. Staging 1. The construction staging plan is show in the Drawings. 2. The order of the construction staging must be completed as shown in the Drawings, beginning with Phase 1. 3. Contractor shall not have Boone Avenue and 49th Avenue N without pavement at the same time. Pavement removals shall be minimized in efforts to avoid long segments of roadway being gravel for extended periods of time. 4. Each phase shall be completed to the top of the aggregate base course prior to continuing to the next phase. Aggregate base shall be ramped at driveways to allow access to businesses and residences until bituminous paving can be completed. 5. Following the Boone Avenue (Phase #4) work being completed, the Contractor shall complete bituminous non -wearing courses on Boone Avenue from 49h Avenue N to Bass Lake Road. Temporary striping shall then be completed on Boone Avenue, and the street reopened to traffic. SUMMARY © 2013 Stantec 1 193801579 011000-1 6. Contractor should expect changes in detour signage throughout the project as stages progress. 7. In 2013, construction is expected on Winnetka Avenue from 42nd Avenue to Bass Lake Road. Also, MnDOT is scheduled to complete mill and overlay work on TH-169 every weekend for approximately 14 weeks, beginning in June. B. Use of Site 1. Contractor may stockpile materials and equipment on the adjacent industrial streets during construction. 2. Keep existing driveways and entrances clear and available to the public and to the Owner. 3. Contractor shall keep access to all businesses. 4. Contractor responsible for snow removal and disposal from the Owner's property if necessary to maintain access and working space during construction. 5. If additional space is needed, obtain and pay for such space off Site. C. Access to Site 1. Access to the project area will be via TH 169, Bass Lake Road, and 49th Avenue. 2. Use of Boone Avenue south of 49th Avenue North is to be minimized. 3. Construction traffic on other City owned residential streets will not be allowed. 1.07 OTHER WORK AT SITE A. The installation and revision of electric power, telephone lines, gas lines, and cable TV by private utilities is anticipated and shall be coordinated by the Contractor. B. Allow private utility crews free access to the Site and a reasonable amount of time to complete their work. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION SUMMARY C 2013 Stantec 1 1 Q3RnI S7Q 011000-2 SECTION 01 20 00 PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Administrative and procedural requirements for Alternates, pricing of Work, and request for payment procedures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 ALTERNATES A. This article identifies each Alternate by number and describes the basic changes to be incorporated into the Work as part of that Alternate. Refer also to the Specifications and Drawings for information. B. Alternates may be accepted by the Owner in any order and may be used to determine the award of Contract consistent with the Instructions to Bidders. C. Alternate No. 1— Boone Avenue Quiet Zone — Add to Total Base Bid. 1. In general the Work of this Alternate No. 1 consists of installing concrete curb medians, signage, and appurtenances as required by the Federal Railroad Administration for the creation of a new quiet zone. 2. No work shall be completed on Alternate No. 1 until approval from the FRA has been received. 1.04 BID UNIT PRICES A. Provide access and assist Engineer in determining actual quantities of Bid Unit Price work. B. Provide documentation to substantiate Bid Unit Price work. C. If the Contractor delivers and places more of any material that is paid for on a Bid Unit Price basis than is required to perform the Work and thereby causes the materials to be wasted, the quantity wasted will be deducted from the final measurement for that Bid Item. 1.05 PAYMENT PROCEDURES A. Engineer will provide initial Application for Payment Form at the Preconstruction Conference. B. Submit 1 preliminary copy of progress payment application for review, consistent with Article 14 of the General Conditions. Submit 4 signed copies of Application for Payment to Engineer prior to the dates identified at the Preconstruction Conference. PRICE AND PAYMENT PROCEDURES O 2013 stantec 1193601579 0120 00 -1 C. Attach the following supporting documentation, in addition to the requirements of General Conditions Article 14: 1. Documentation to substantiate Bid Unit Price work. 2. Updated construction schedule consistent with Section 0133 00. 3. Wage reports, etc. required for funded projects. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION PRICE AND PAYMENT PROCEDURES © 2013 5tantec 1 193801579 012000-2 SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. General requirements for overall Project coordination. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 UTILITIES A. Notify Gopher State One Call before starting construction in a given area requesting utility locates in the Site. B. Project Utility Sources: Coordinate Work with the following utility owners. The following utilities are known to be on the Site and are shown on the Drawings in a general way: 1. Water: Owner. 2. Sanitary Sewer: Owner. 3. Storm Sewer: Owner. 4. Electric: Xcel Energy. 5. Gas: Center Point Energy. 6. Communications: Comcast, Centuryl-ink, Access Communications, Arvig, Sprint, AT&T, Others. C. Owner requires a 48-hour notice for all utility interruptions. 1.04 PERMITS A. Comply with the stipulations of the following permits, which will be furnished by the Owner and shall be applied for and paid by the Contractor: 1. MPGA Stormwater Discharges Associated With Construction Activities NPDES General Permit. B. Apply for, obtain, and comply with other permits, licenses, and approvals which may be required for the Project. 1.05 SURVEYING AND CONSTRUCTION OBSERVATION A. Provide Engineer a minimum of 48-hour notice in advance of the need for establishing lines, grades, measurements, grade checks, and observation of Work. i911-11111111111�1.1031*919u1;1aI1►1:R'I: A. Pre -Bid Conference 1. Provisions for the Pre -Bid Conference are set forth in the Section 00 2113, Instructions to Bidders. PROJECT MANAGEMENT AND COORDINATION © 2013 Stantec 1 1 CARM Sia 0131 00 -1 B. Administrative Requirements 1. Project Superintendent or persons designated by the Contractor to attend and participate in the Project meetings shall have all required authority to commit the Contractor to solutions agreed upon in the Project meetings. z. Engineer will set the time, sites, and prepare the agenda for the meetings. During construction, regular weekly meetings will be scheduled onsite or at New Hope Public Works. 3. Engineer will prepare meeting minutes and distribute 1 copy to Contractor. Notify Engineer of inaccuracies or discrepancies in the meeting minutes within 5 calendar days of receipt of the minutes. 4. The attendance and cooperation of subcontractors and suppliers may be required. C. Preconstruction Conference 1. Provisions for the Preconstruction Conference are set forth in the General Conditions. 2. Requirements for preconstruction submittals are set forth in the General Conditions. Submittal procedures shall be consistent with Section 0133 00. D. Progress Meeting Procedures 1. Engineer will schedule construction progress meetings throughout the duration of the Project to assess the progress of the Work, identify and discuss Project related issues, and discuss near-term construction activities. 1.07 CONSTRUCTION SCHEDULING A. All utility work on reconstruct and mill and overlay streets must be completed in 2013. Bituminous patching is required for all mill and overlay street improvement areas at the utility improvement areas. B. Milling on mill and overlay streets cannot begin until 2014. C. The Owner is very sensitive to the inconvenience each property/business owner will experience to construct this Project. The most frequent complaint received during this type of Project is the length of time for which services, streets, driveways, and boulevards are disturbed. Therefore, scheduling of Work, maintenance of local traffic, and timely repair of each utility, driveway and yard are critical to the success of the Project. D. Resident and business notification of Work directly affecting their property is required for all situations. The Owner and Project Inspector will provide notices to residents or businesses. However, it is the responsibility of the Contractor to ensure that all those affected are aware of issues such as access restrictions or disrupted water supply. E. Given the underlying soil type, conditions resulting from precipitation can be devastating to the project. Construction should be coordinated such that disturbed areas are minimized at any given time. An acceptable staging plan is shown in the Drawings. F. The existing aggregate material and/or reclaimed bituminous material generated shall be used to ramp driveways and maintain access for the residents and businesses within the Project area. G. Any additional costs associated with cold weather curing for concrete material will be the responsibility of the Contractor. H. Several locations in the Project area are prone to localized flooding. This includes the intersection of Boone Avenue and Research Center Road East, and the intersection of 49"' Avenue North and Flag Avenue North. These areas collect a substantial amount of water during rain events. It is the PROJECT MANAGEMENT AND COORDINATION © 2013 Stantec 1 193801579 013100-2 Contractor's responsibility to take all necessary precautions to minimize and alleviate flooding and maintain access to the local neighborhoods as soon as possible. Coordination of the construction schedule may be required to shorten the duration subgrade soils are exposed. I. Maintain access to all of the businesses and properties at all times during construction. J. The Contractor should expect the potential for night time water main shut downs for service connections to businesses affected by this project. There will be no additional compensation made for any night Work. Any additional costs related to night Work shall be considered incidental to the Project. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION PROJECT MANAGEMENT AND COORDINATION © 2013 Stantec 1 193801579 013100-3 SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. General procedures and requirements for submittals during the course of construction. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 SEQUENCING AND SCHEDULING A. Schedule submittals consistent with the Contractor's schedule of shop drawings. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 CONSTRUCTION SCHEDULE A. Submit preliminary schedule and progress schedule consistent with the General Conditions. B. Prepare schedules showing overall sequence of construction. Organize the schedule by work activity. Identify separate stages of each work activity: 1. List work items in chronological sequence. Show beginning and completion dates of each activity. Include all activities with an estimated duration of 3 days or longer. 2. f=ormat schedule as a horizontal bar chart. Provide separate bars for each activity or trade. 3. Provide space for revisions and notations. 4. Identify interrelations between activities. 5. Include estimated times for preparation of submittals by Contractor, processing and review of submittals by Engineer, fabrication, delivery, installation, testing, start-up, instruction of Owner, and clean-up. C. As Work progresses, revise, update, and resubmit schedule as requested by Engineer. At a minimum, update schedule with each Application for Payment. Show all activities started or finished since previous schedule was submitted and show percentage of completion for each activity. 3.02 EMERGENCY CONTACT LIST A. Before any Work at the Site is started, submit a typed list on 8.5 inch by 11 inch paper outlining 24-hour on-call contacts for the Project. This list shall include the Contractor's safety © 2013 Stantec 1 193801579 SUBMnTAL PROCEDURES 013300-1 representative, key representatives from the Contractor, subcontractors, and suppliers. Include the following information for each contact: 1. Company name. 2. Contact person(s). 3. Local and mobile phone numbers. 4. Fax number. 3.03 SHOP DRAWINGS AND MANUFACTURERS' INFORMATION A. Conform to the requirements of the General Conditions, except as modified herein. B. The minimum sheet size shall be 8.5 inches by 11 inches. Non -legible copies will not be reviewed. C. Submit a minimum of 3 copies of shop drawings, plus the quantity of copies the Contractor wants returned. Each copy shall contain the following information: 1. Date of submission and date of any previous submittals. 2. Project Title. 3. Names Of: Contractor, subcontractor, supplier, and manufacturer. 4. Identification of product and Specification Section number. 5. Identification of revisions from previous submittals. 6. A 4 inch by 4 inch blank space for the Engineer's stamp. D. Engineer's review will be in conformance with the requirements of the General Conditions, except as modified herein. E. Engineer will stamp shop drawings and indicate requirements for Contractor's review or resubmittal as follows: 1. "Approved" — Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the Contract Documents and appears to be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. "Approved as Noted" — Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the Contract Documents and appears to be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents, except as noted by Engineer. 3. "Revise and Resubmit" — Appears that items covered by the submittal will not, after installation or incorporation into the Work, conform to the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Work cannot proceed until the submittal is revised and resubmitted conforming to the resubmittal procedures described in the General Conditions. 4. "Rejected" — Work covered by the submittal is not complete or it appears that items covered by the submittal will not, after installation or incorporation into the Work, conform to the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Contractor shall conform to the resubmittal procedures described in the General Conditions. F. Engineer will return reviewed submittals to Contractor by U.S. Postal Service general delivery. If Contractor wants Engineer to expedite return delivery, Contractor shall notify Engineer in writing and reimburse Owner for delivery plus 15 -percent mark-up. 3.04 TEST REPORTS A. Submit 3 copies of all inspections, tests, and approvals required in the Specification. SUBMITTAL PROCEDURES © 2013 Stantec : 193801579 013300-2 3.05 MATERIAL AND SAFETY DATA SHEETS A. Furnish Owner with current copies of Material Safety Data Sheets for all chemicals and products on Site. END OF SECTION SUBMITTAL PROCEDURES O 2013 Stantec 1 193801579 013300-3 SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Information required for conformance to regulatory requirements. 2. Quality assurance. 3. Procedures to measure and report the quality and performance of the Work. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCE STANDARDS A. Whenever reference is made to the Minnesota Department of Transportation Specifications, such reference shall mean "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) and all subsequent revisions and supplements. The word "Engineer" is understood to refer to the Engineer for the Owner. 1.04 SUBMITTALS A. Prior to start of Work, submit testing laboratory name for various specified tests for approval by Engineer. B. Laboratory test results or analysis. C. Manufacturer's certificates of quality control or performance. 1.05 WORKMANSHIP A. Comply with industry standards of the region, except where more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. 1.06 TESTS AND INSPECTIONS A. Conform to the requirements of the General Conditions, except as modified herein. B. Notify Engineer 48 hours prior to expected time for operations requiring tests and inspections. C. Provide incidental labor and facilities to obtain and handle samples at Site or source, transport samples to laboratory, facilitate tests, and inspections for storing and curing of test samples. 1.07 LABORATORY REPORTS A. After each inspection and test, submit 3 copies of Laboratory Report to Engineer. QUALITY REQUIREMENTS © 2013 Stantec 193801579 014000-1 B. Include: Date issued, Project title and number, name of inspector, date and time of sampling or inspection, identification of product and Specifications Section, location in the Project, type of inspection or test, date of test, results of tests, and conformance with Contract Documents. 1.08 LABORATORY RESPONSIBILITIES A. Test samples and perform field tests. B. Provide qualified personnel. Cooperate with Engineer and Contractor in performance of services. C. Ascertain compliance with the requirements of the Contract Documents. D. When requested by Engineer, provide interpretation of test results. 1.09 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor_ D. Laboratory has no authority to stop Work. 1.10 MANUFACTURER'S CERTIFICATES A. If requested by Engineer, submit manufacturer's certificate with shop drawings certifying that products meet or exceed specified requirements executed by responsible officer. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION QUALM REQUIREMENTS C 2013 Stantec 1193801579 014000-2 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROL PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Temporary utilities and miscellaneous temporary facilities required during construction. B. Products furnished but not installed under this Section or products installed but not furnished under this Section. C. Related Sections 1. Section 3123 00 - Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Mobilization. Measurement is Lump Sum. This will be considered payment in full for all work and costs of this Bid Item. The amount of the Lump Sum Bid shall not exceed 5 percent of the Total Base Bid. a. Partial payment of the Lump Sum Bid Item "Mobilization" will be made using a percentage based on the following: 2. A Bid Item has been provided for Pumping — Sanitary Sewer Bypass. Measurement is Lump Sum. Payment shall be included in the Base Bid. 3. No Bid Item has been provided for Dewatering. Any dewatering required will be considered incidental to the Project with all costs included in the Base Bid. 4. No Bid Item has been provided for Temporary Fence. Any temporary construction fence required for safety will be considered incidental to the Project with all costs included in the Base Bid. 5. A Bid Item has been provided for Traffic Control. Measurement is Lump Sum. a. This shall be considered payment in full for all labor, equipment, and materials associated with the required Traffic Control devices for the entire Project. b. This Bid Item shall include but not be limited to furnishing, installing, and relocating the Traffic Control due to various road closures, daily maintenance, and ultimate removal of all such devices used over the duration of the Contract or as directed by the Engineer. c. Partial payment of the Lump sum Item "Traffic Control" will he made using a percentage based on the following: TEMPORARY FACILITIES AND CONTROL © 2013 StanW, 11 c)Mnl579 015000-1 Cumulative Percent of Mobilization Item Paid First Partial Payment 50 Percent of original Contract amount earned - 25 70 Percent of original Contract amount earned - 50 90 Percent of original Contract amount earned -100 100 2. A Bid Item has been provided for Pumping — Sanitary Sewer Bypass. Measurement is Lump Sum. Payment shall be included in the Base Bid. 3. No Bid Item has been provided for Dewatering. Any dewatering required will be considered incidental to the Project with all costs included in the Base Bid. 4. No Bid Item has been provided for Temporary Fence. Any temporary construction fence required for safety will be considered incidental to the Project with all costs included in the Base Bid. 5. A Bid Item has been provided for Traffic Control. Measurement is Lump Sum. a. This shall be considered payment in full for all labor, equipment, and materials associated with the required Traffic Control devices for the entire Project. b. This Bid Item shall include but not be limited to furnishing, installing, and relocating the Traffic Control due to various road closures, daily maintenance, and ultimate removal of all such devices used over the duration of the Contract or as directed by the Engineer. c. Partial payment of the Lump sum Item "Traffic Control" will he made using a percentage based on the following: TEMPORARY FACILITIES AND CONTROL © 2013 StanW, 11 c)Mnl579 015000-1 5. A Bid Item has been provided for Detour Signing. Measurement is Lump Sum. a. No measurement will be made of the various items that constitute detour signing. b. The lump sum payment(s) will be compensation in full for all costs of furnishing, installing, maintaining, relocating, and removing the individual traffic control devices and providing flagpersons and off-duty police officers as required to complete the Work. c. If the Contractor requests changes in the detour plan as shown on the Detour Layout of the Plans, and these changes are implemented, there will be no increase or decrease in the lump sum Contract Bid Price for detour signing. d. Partial payment of the Lump Sum Bid Item "Detour" will be made using a percentage based on the following: Cumulative Percent of Traffic Control Item Paid First Partial Payment 50 Percent of original Contract amount earned — 25 70 Percent of original Contract amount earned — 50 90 Percent of original Contract amount earned — 100 100 5. A Bid Item has been provided for Detour Signing. Measurement is Lump Sum. a. No measurement will be made of the various items that constitute detour signing. b. The lump sum payment(s) will be compensation in full for all costs of furnishing, installing, maintaining, relocating, and removing the individual traffic control devices and providing flagpersons and off-duty police officers as required to complete the Work. c. If the Contractor requests changes in the detour plan as shown on the Detour Layout of the Plans, and these changes are implemented, there will be no increase or decrease in the lump sum Contract Bid Price for detour signing. d. Partial payment of the Lump Sum Bid Item "Detour" will be made using a percentage based on the following: 7. A Bid Item has been provided for Salvage and Reinstall Mailbox: Measurement will be per each. a. Payment for the Salvage and Reinstall Mailbox Bid Item will be made as follows: 1) 50 percent of the Bid Unit Price will be paid upon completion of the removal of the existing mailboxes and installation of the temporary mailboxes. 2) 50 percent will be paid upon completion of the reinstallation of the existing mailboxes and removal of the temporary mailboxes. 8. A Bid Item has been provided for Portable Toilets: Measurement will be per each portable toilet supplied for businesses and residents during water main disruption periods. This item does not include portable toilets which are used during the entire construction period for contractors. 9. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.). B. The Minnesota Manual on Uniform Traffic Control Devices (MMUTCD), including the Field Manual on Temporary Traffic Control Zone Layouts — Latest edition. C. Minnesota Department of Transportation Traffic Engineering Manual. TEMPORARY FACILITIES AND CONTROL © 2013 Stantec 1193801579 015000-2 Cumulative Percent of Detour Item Paid First Partial Payment 50 Percent of original Contract amount earned — 25 70 Percent of original Contract amount earned — 50 90 Percent of original Contract amount earned — 100 100 7. A Bid Item has been provided for Salvage and Reinstall Mailbox: Measurement will be per each. a. Payment for the Salvage and Reinstall Mailbox Bid Item will be made as follows: 1) 50 percent of the Bid Unit Price will be paid upon completion of the removal of the existing mailboxes and installation of the temporary mailboxes. 2) 50 percent will be paid upon completion of the reinstallation of the existing mailboxes and removal of the temporary mailboxes. 8. A Bid Item has been provided for Portable Toilets: Measurement will be per each portable toilet supplied for businesses and residents during water main disruption periods. This item does not include portable toilets which are used during the entire construction period for contractors. 9. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.). B. The Minnesota Manual on Uniform Traffic Control Devices (MMUTCD), including the Field Manual on Temporary Traffic Control Zone Layouts — Latest edition. C. Minnesota Department of Transportation Traffic Engineering Manual. TEMPORARY FACILITIES AND CONTROL © 2013 Stantec 1193801579 015000-2 1.04 SUBMITTALS A. Construction Staging Plan consistent with Section 0133 00, including the following information: 1. Sequence of construction and traffic control. 2. Streets closed or restricted during any stage of construction. 3. Provisions for routing any detoured traffic as permitted. 4. Specific signs, striping, and other traffic control devices to be utilized. B. Traffic Management Plan consistent with Section 0133 00, including the following information: 1. Haul and access routes. 2. Permits or applications required by local authorities. 3. Temporary facilities required. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 MOBILIZATION A. Move personnel, equipment, materials, and all other items required to complete the Work at the Site. B. Temporarily hold or relocate utilities and any miscellaneous structures, such as signs, power poles, guy wires, and mailboxes disturbed. 3.02 SIGNS, MAILBOXES, ETC. REMOVAL AND REPLACEMENT A. Remove, store carefully, and replace all signs, posts, etc. as shown on the Drawings. B. Remove existing mailboxes and posts, and temporarily install in locations determined by Engineer or as shown on Drawings. Replace mailboxes prior to Substantial Completion. Removal, temporary reinstallation, and replacement shall occur such that mail delivery is not interrupted. Mailboxes, posts, and appurtenances damaged during construction shall be replaced with new at no charge to Owner. An alternative to temporarily installing existing mailboxes in the street reconstruction area, the Contractor may install "new" temporary mailboxes in lieu of relocating existing mailboxes. If this option is selected, the existing mailboxes would be removed and left on the homeowner's property until the mailboxes may be reinstalled. C. Temporary mailbox location(s) and requirements are subject to approval of the Post Office responsible for delivery of the mail to the area. The Post Office may modify the list of addresses requiring the installation of a temporary mailbox. 3.03 TEMPORARY UTILITIES A. Provide and maintain all temporary facilities, utilities, and controls as long as needed for the safe and proper completion of the Work. Remove all temporary facilities, utilities, and controls as rapidly as progress will permit or as directed by Engineer. © 2013 stantec 1 193Rn1579 TEMPORARY FACILMES AND CONTROL 015000-3 B. Temporary Water for Construction 1. Obtain water for construction from Owner at a hydrant. Obtain a meter and backflow prevent or assembly from Owner. Return to Owner at completion. There is no charge for meter use during construction. 2. Owner will pay for the costs of the water. C. Temporary Water Services 1. Maintain temporary potable water service to all structures in accordance with Section 3110 00. 3.04 CONSTRUCTION FACILITIES A. Sanitary Facilities 1. Comply with all governing regulations, including safety and health codes, for sanitary fixtures and facilities. 2. Provide self-contained toilet units, or water and sewer connected temporary toilet facilities, consistent with governing regulations. Contractor may not use Owner's toilet facilities, or portable toilets used specifically for businesses and residents during water main disruption periods. 3. Provide and maintain adequate supply of toilet tissue, paper towels, paper cups, and similar disposable materials appropriate for each facility. Provide appropriate covered waste containers for used material. 3.05 TEMPORARY CONSTRUCTION A. By Pass Pumping 1. All sanitary flows shall be pumped around areas with no spillage allowed. 2. Any spill needs to be reported as required by law. B. Pumping and Dewatering 1. Provide draining, pumping, dewatering, and cleaning operations necessary to complete the Work. 2. Provide all necessary pumping to remove all surface water and groundwater from structures as required for the Work. Provide erosion control measures for discharge of water. 3. Protect Site and adjacent property to avoid damage. 3.06 TRAFFIC CONTROL A. General 1. The Contractor shall provide and maintain all traffic control devices in accordance with the approved Construction Staging Plan. All traffic control devices and other protective measures shall conform to MMUTCD. 2. The Contractor will not be permitted to park vehicles as to obstruct a traffic control device. The parking of workers' vehicles will not be allowed within the Project limits, unless so approved by the Engineer. 3. The Contractor will not be permitted to store materials or equipment within 30 feet of through traffic, unless approved by the Engineer. If materials or equipment must be stored within 30 feet of through traffic, the Contractor shall provide barricades or barriers, as directed by the Engineer, to warn and protect traffic. 4. The Contractor shall conduct Work in a manner which will allow access to all properties within and adjacent to the Project by fire, police, and emergency vehicles. 5. The Contractor is responsible to maintain all unpaved surfaces. The surface shall be watered and bladed as directed by the Engineer. TEMPORARY FACILITIES AND CONTROL © 2013 Stantec 1193801579 015000-4 B. Construction Staging Plan 1. Within 10 days following the approval of the Contract, the Contractor shall provide the Engineer with a Traffic Management Plan. The Engineer may accept, reject, or suggest alterations to the plans. These plans shall reflect the following conditions: a. The Contractor shall provide a method of protecting traffic from open excavation areas. b. The construction staging plan is shown in the Drawings. c. With exception to the stage that is under construction, minimum through -lane lane widths of 10 feet and 2 -way traffic (1 lane in each direction) will be maintained at all times. d. The Contractor shall not proceed to the next stage until the current stage is constructed up to the top of aggregate base and is approved by the Engineer. e. The Contractor may request changes to the Construction Staging Plan at any time. No change or deviation will be permitted without approval of the Engineer. f. Provide access for emergency vehicles and busses to all businesses and residences at all times. g. The Contractor will re-establish access to all driveways as soon as possible. The Engineer may direct construction of temporary driveways as needed to maintain access to businesses and residences. h. The Contractor shall furnish, install, and maintain "ROAD WORK AHEAD" and "END ROAD WORK" signs in advance of and beyond each end of the construction limits. The Contractor shall also furnish, install, and maintain "ROAD WORK AHEAD" signs in advance of the construction limits on all intersecting roads and streets. i. The staging shall be undertaken to provide street access and local access to adjacent properties as directed by the Engineer. The Engineer may modify the requirements for traffic control as deemed necessary due to field conditions. j. Contractor shall remove traffic control devices at the conclusion of the Work. C. Vehicle Warning Light 1. All Contractors', subcontractors', and suppliers' mobile equipment, which are working in the lane closure or within 15 feet of the lane closure, shall be equipped with operable warning lights which meet the appropriate requirements of the SAE Specifications. This would include any vehicle which enters the traveled roadway at any time. The SAE Specification requirements are as follows: a. 360 -Degree Rotating Lights - SAE Specification 3845. b. Flashing Lights - SAE Specification 3595. c. Flashing Strobe Lights - SAE Specification 31318. D. Temporary Lane Closures 1. Temporary Lane Closures shall conform to the following: a. A "short-term" lane closure or traffic restriction shall be one that is in-place only during the Contractor's work hours. b. Temporary "short-term" lane closures by the Contractor, consistent with time restrictions, will be permitted during those hours and at those locations approved by the Engineer. Requests for "short-term" lane closures shall be made at least 24 hours prior to such closures. The Contractor shall furnish, erect, and maintain all traffic control devices required for these closures. No direct compensation will be made for temporary lane closures. c. Application of traffic control devices shall be in accordance with the Field Manual. d. Lane closures will not be permitted during inclement weather, nor any other time when, in the opinion of the Engineer, the lane closures will be a hazard to traffic. e. When a temporary lane closure is used by the Contractor, the closure shall be incidental work and no direct compensation will be made therefore. TEMPORARY FACILITIES AND CONTROL © 2013 Stantec 1193801579 015000-5 E. Traffic Control Devices 1. Daily inspect and insure that all traffic control devices required by the construction are in accordance with the MMUTCD. Any discrepancy between the actual devices in use and the required devices shall be immediately rectified. At least 1 nighttime inspection shall be made each week. 2. The Contractor shall complete the checklist attached to the end of this Section, each day of each week that traffic control devices for any overnight lane closure or detour are being used on the Project. The completed checklist shall be submitted each working day to the Engineer or the Engineer's designated representative at some mutually agreeable time. 3. The Contractor shall furnish qualified flagpersons to adequately control traffic when needed or as directed by the Engineer. Qualified flagpersons shall comply with the requirements set forth in the Flagging Handbook Section of the Field Manual. Flagpersons are required to protect construction vehicles during unloading of construction materials. 4. Furnish names, addresses, and phone numbers of at least 3 individuals responsible for the placement and maintenance of traffic control devices. At least 1 of these individuals shall be "on call" 24 hours per day, 7 days per week during the time any traffic control devices furnished and installed by the Contractor are in place. 5. Respond to any request from the Engineer to Improve or correct the usage of traffic control devices on or related to this Project within 1 hour of the time of notification. b. Keep all traffic control signs and devices in a legible condition. This shall include but not be limited to removing grime and dust deposited on any device by traffic, natural causes, or when requested by Engineer. 7. The Contractor shall store at least 10 extra Type 1 barricades with flashers, 5 extra Type III barricades, and 10 extra drums, at a convenient location within the Project limits for use in an emergency, as approved by the Engineer. No direct compensation will be made to the Contractor for furnishing and erecting these traffic control devices. F. Failure to Complete The Work On Time 1. The Contractor will be subject to an hourly charge for failure to maintain the traffic control devices. Non-compliance charges, for each incident, will be assessed at a rate of $250 per hour for each hour or any portion thereof with which the Engineer determines that the Contractor has not complied. 2. The Contractor will be subject to an hourly charge for failure to remove temporary lane restrictions within the permitted hours, unless authorized by the Engineer. Non-compliance charges, for each incident, will be assessed at a rate of $500 per hour for each hour or any portion thereof with which the Engineer determines that the Contractor has not complied. 3.07 DETOUR IMPLEMENTATION A. General 1. The item Detour Signing shall include all detour signing and barricading required for detour traffic throughout the project. The Contractor shall be responsible for the regular inspection and maintenance of the detour signing and barricade placement. 2. Detour signing work shall be performed as follows: a. All detour signing shall be installed and temporarily covered prior to activating the detour. b. The detour shall be activated between the hours of 12 A.M. and 4 A.M., unless requested otherwise by the Engineer. This work shall be coordinated with all other work in detour signing to provide traffic a safe, smooth switch to the Project detour. c. The detour shall remain in place until the Project is completed. TEMPORARY F CILF IES AND CONTROL 9 2013 Stenter 1 193801579 01 5000-6 3.08 TEMPORARY BARRIERS AND ENCLOSURES A. Temporary Barriers 1. Provide temporary covers, enclosures, markers, and barriers as necessary to protect Work. 2. Damage to the Site caused by removal of temporary fencing, including postholes, shall be promptly repaired by Contractor. During removal at no time shall the Work remain unattended if a dangerous condition exists because of incomplete removal or Site repairing. 3.09 ADDITIONAL TRAFFIC CONTROL DEVICES A. General 1. In addition to the traffic control devices shown on the Traffic Control Layouts, the Engineer may require more traffic control as traffic conditions may warrant. 2. The Contractor shall furnish the additional traffic control devices as ordered by the Engineer. 3. The devices shall be installed and maintained in a functional and/or legible condition at all times, to the satisfaction of the Engineer. END OF SECTION TEMPORARY FACILITIES AND CONTROL 0 2013 Stantec 1 193801579 015000-7 TRAFFIC CONTROL CHECKLIST 10 N;Au l l; i [O]T►iA u / 1►1'w 1. Are any devices missing? I ! Yes No Do any devices need repair? F-1 Yes CW:j No Were all replaced or repaired? [r1 Yes I j No 2. Are any lights (flashers, etc.) f -]Yes No not functioning? Were they all replaced or repaired F Yes 0 No I Are any devices improperly placed? #-1 Yes No Were all positions corrected? El Yes No 4. Do any devices need cleaning? Fi Yes rj No Where all devices cleaned? FJ Yes n No ADDITIONAL COMMENTS: The above check was completed by on: at: Q AM n PM SECTION 01 57 13 TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 GENERAL A. Section Includes 1. Managing storm water runoff and other Project related water discharges to minimize sediment pollution during construction. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for temporary measures to control soil erosion and sedimentation. Payment at the Bid Unit Price will be considered compensation in full for all Work necessary to complete the Bid Item in full, including installation, maintenance, sediment removal, repairs, and removals. 2. Measurement will be based upon the units as listed below for Bid Items removed, abandoned, or salvaged complete as specified. No measurement will be made of any removals that are not required. The actual quantity installed multiplied by the appropriate Bid Unit Price will be compensation in full for all Work and costs of the following Bid Items. 80 -percent partial payment will be made upon installation and 20 -percent payment will be made upon removal and restoration. a. Silt Fence, Type Machine Sliced: Measurement will be by linear foot along the base of the fence, from outside to outside of the end posts for each section of fence. b. Floatation Silt Curtain Type Moving Water: Measurement will be by linear foot installed. c. Protection of Catch Basin, Non -Paved Street: Measurement will be by each. d. Protection of Catch Basin, Paved Street: Measurement will be by each. e. Erosion Control Blanket Category 3: Measurement will by square yard. f. Mulch: Measurement and payment in accordance with Section 32 92 00. 3. A Bid Item has been provided for Water for Dust Control. Measurement will be per 1,000 gallons (MGal) applied to the street. Payment will constitute compensation in full for all Work and cost to furnish and install the Water. This Bid Unit Bid Item is intended to pay for water used for dust control only and only at those times that it is requested by either the Engineer or Owner. a. Water used for the construction of the streets will be considered incidental to the Project. 4. All other Work and rngN of this cZprtinn shall hp inrieipntal to the Project and inrhideri in the Total Base Bid. B. Related Sections 1. Section 3123 00 — Excavation and Fill. 2. Section 32 92 00 — Turf and Grasses. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (Mn DOT Spec.) 1. 2130 — Application of Water. 2. 2573 — Storm Water Management. 3. 2575 — Controlling Erosion and Establishing Vegetation, TEMPORARY EROSION AND SEDIMENT CONTROL C 2013 Stantec 1 193801579 015713-1 B. MPCA's NPDES General Stormwater Permit for Construction Activity. 1.04 SUBMITTALS A. Completed application form for the MPCA's NPDES General Stormwater Permit for Construction Activity (MN R100001) conforming to Section 0133 00. 1. NPDES permit inspection log resulting from weekly Site inspections. 2. Amendments to the Stormwater Pollution Prevention Plan (SWPPP) for the Project. 3. Completed form for MPCA's Notice of Termination. B. Contractor Prepared Schedules and Plans 1. Erosion Control Schedule: Conforming to MnDOT Spec. 1717.2D and submitted each week that construction is active. C. Certification and Sampling 1. Furnish a manufacturer's certification stating that the material supplied conforms to the requirements of this Section. The certification shall include or have attached typical results of tests for the specified properties, representative of the materials supplied. 1.05 QUALITY ASSURANCE A. Erosion Control Supervisor: Provide an Erosion Control Supervisor to direct the erosion control operations and insure compliance with Federal, State, and Local ordinances and regulations. B. Certified Installers: Provide a certified installer to install or direct installation of erosion or sediment control practices. Certification shall be obtained through the University of Minnesota Erosion Control Inspector/Installer Certification program, or approved equal. 1.06 PERMITS A. Project disturbs 1 or more acres of total land area. Co -submittal with the Owner of a completed NPDES application form for the MPCA's General Stormwater Permit for Construction Activity and the appropriate fees to the MPCA is required. Submit a copy of the completed, signed, and dated application form to Owner. B. Permit coverage will become effective 7 days after the postmarked date of the completed application form. 1.07 SEQUENCING AND SCHEDULING A. Install sediment control measures prior to grading activities. B. Schedule and coordinate the Work so that permanent erosion and sediment control BMPs, such as basin construction, rip rap placement, and permanent seeding, are directly incorporated into the supplement permanent erosion and sediment control BMPs with temporary BMPs. Place temporary BMPs when permanent erosion control cannot be achieved. Coordinate construction operations so that erosion and sediment control measures (permanent or temporary) are installed and maintained concurrently with the rest of the Work of the Project. C. Coordinate and schedule the Work of subcontractors such that erosion and sediment control measures are fully executed for each operation and in a timely manner over the duration of the Project. Develop a chain of responsibility for all subcontractors and operators on the Project to ensure that permit provisions are adhered to. TEMPORARY EROSION AND SEDIMENT CONTROL © 2013 Stantec 1 193801579 015713-2 D. Infiltration areas and constructed infiltration systems should not be constructed until the contributing drainage area and/or adjacent construction has been completely stabilized. When this timing of construction is not possible, the Contractor shall insure sediment from exposed soil areas of the Project does not enter into the infiltration area or system. E. Stabilization timeframes shall conform to the NPDES General Stormwater Permit for Construction Activity. F. Prior to Project shutdown for the winter or other periods of a week or more, the Site shall be adequately protected from erosion and off Site damage by covering exposed soils with mulch and establishing perimeter controls. G. If the Contractor fails to install erosion or sediment measures, the Engineer may withhold payment from related work until the control measures are undertaken by the Contractor. 1. When the Contractor fails to conduct the quality control program, does not conduct the inspection required in the NPDES permit, or fails to take action ordered by the Engineer to remedy erosion or sediment control problems, the Engineer shall issue a Written Order to the Contractor. 2. The Contractor shall respond within 24 hours with sufficient personnel, equipment, materials, and conduct the required Work or be subject to a $2,000 per calendar day deduction for noncompliance. H. Establish permanent turf in accordance with Section 32 92 00 to prevent excessive soil erosion. PART 2 PRODUCTS 2.01 SILT FENCE: Conform to MnDOT Spec. 3886. A. Machine sliced. 2.02 MULCH: Conform to Section 32 92 00. 2.03 EROSION CONTROL BLANKET A. Conform to MnDOT Spec. 3885. 2.04 STORM DRAIN INLET PROTECTION A. Inlet protection for paved streets with concrete curb and gutter: The following methods are acceptable: 1. Conform to the details on the Drawings. 2. Catch Basin Inserts: a. Road Drain by Wimco, LLC (www.roaddrain.com). b. Lange Industries (www.langeindustries.com), or approved equal. c. Filter bag insert conforming to MnDOT Spec. 3890.3 subject to Site and approved by the Engineer. 3. Rock Log: a. Conform to MnDOT Spec. 3897. b. Rock 3/4 to 1-1/2 inches crushed or natural rounded aggregate. B. Inlet protection for non -paved surfaces without curb or areas where vegetation will be established. The following methods are acceptable: 1. Conform to the details on the Drawings. 2. Silt fence ring, or approved equal: TEMPORARY EROSION AND SEDIMENT CONTROL © 2013 Stantec 1 193801579 015713-3 a. Place wire mesh cage in a circular or square confirmation to form a minimum 5 foot diameter zone of protection. b. Geotextile shall be monofilament/monofilament meeting the requirements of MnDOT Spec. Heavy Duty. c. Loose aggregate or a rock log(s) around perimeter of ring to anchor geotextile. 3. Sediment control inlet hat conforming to MnDOT Spec. 3891.3C: a. InfraSafe Sediment Control Barrier by Royal Enterprises (http://www.royalenterprises.net/). 4. Pop-up head conforming to MnDOT Spec. 3891.3E. 2.05 FILTER LOGS: Conform to MnDOT Spec. 3897. A. Straw or wood fiber bioroils, 6 to 7 inches in diameter. B. Compost or rock logs, 6 to 8 inches in diameter. 2.06 FLOATATION SILT CURTAIN A. Conform to the requirements of MnDOT Spec. 3887, Type Moving Water. B. Curtain depth shall extend to the bottom of the water body. 2.07 DUST CONTROL A. Water clear and free from suspended fine sediment. B. The Owner may elect to have the Contractor apply a chloride solution for dust control. 1. Calcium Chloride: Conform to MnDOT Spec. 3911. 2. Magnesium Chloride Solution: Conform to MnDOT Spec. 3912. 2.08 TEMPORARY SEED A. Conform to Section 32 92 00. PART 3 EXECUTION 3.01 GENERAL A. Comply with all applicable laws, ordinances, regulations, permit requirements, orders and decrees pertaining to erosion/sediment control and stormwater discharge during the conduct of the Work. B. Take necessary precautions against damage to the Project by action of the elements. C. Implement the Project's NPDES Stormwater Pollution Prevention Plan (SWPPP) and take necessary actions to prevent off Site damage resulting from Work conducted on the Project or Project related stormwater runoff. D. Minimize the amount of disturbed land that is susceptible to erosion at any time. Delineate areas not to be disturbed. 1. Exclude vehicles and construction equipment from area not to be disturbed to preserve natural vegetation. 2. Maintain and preserve riparian and naturally vegetated buffer strips (10 feet minimum distance) along water courses. TEMPORARY EROSION AND SEDIMENT CONTROL © 2013 Stantec 1 193801579 015713-4 lCX110MIki[3 Vuls1IIQ01 A. General: Install temporary stormwater management and sediment control devices in conformance with the details, typical sections, and elevations shown on the Drawings. B. The location of temporary stormwater and sediment control devices may be adjusted from that shown on the Drawings to accommodate actual field conditions and increase the effectiveness of the installation. C. Silt Fence: Conform to MnDOT Spec. 2573.3C 1. Install in the locations shown on the Drawings using the machine sliced installation method, unless directed otherwise by the Engineer. 2. Use additional measures, such as rock aggregate, placed along the base of the silt fence where the silt fence geotextile cannot be trenched in, i.e. tree roots, frost, bedrock. 3. Use short sections of silt fence placed in ]-hook patterns to: a. Supplement the perimeter silt fence at corner locations and areas where sediment deposition will occur. No more than 100 feet of silt fence shall be installed per 1/4 acre of drainage. b. Break up flow path along silt fence running across contours to be no more than 100 feet between hooks or as directed by the Engineer. 4. Silt fence longer than 600 feet shall be constructed in separate independent units with each unit having a length less than 600 feet. Avoid splices whenever possible. If necessary, make splices at an opposing fence post and according to the manufacturer's specifications. D. Mulch: Conform to Section 32 92 00. E. Erosion Control Blanket 1. Install immediately following seeding in accordance with MnDOT Spec. 2575.33, and as modified below. 2. Install as shown on Drawings. 3. Raking or harrowing of soil/seed shall be done before installation of erosion control blanket. 4. Install blanket parallel to the direction of flow. 5. If permanent seeding is not available at the time of blanket installation, this material will have to be removed, re -seeded, and installed again as a permanent erosion control measure. If permanent seeding is available at the time of initial installation, a one-time proper installation is acceptable. Storm Drain Inlet Protection 1. Provide effective storm drain inlet protection over the life of the Project until all sources with potential for discharging to inlets have been paved or stabilized. 2. Place devices so that driving hazards or obstructions are not created. The devices must be cleaned out regularly and all devices must have an emergency overflow to reduce flooding potential. G. Floatation Silt Curtain 1. Floatation silt curtain shall be installed in locations shown on the Drawings and according to the manufacturer's specifications. a. Anchor" and secured to prevent any material from passing beneath, over, around, or through the barrier. b. Provide sufficient slack to permit the curtain to rise to the maximum expected high water level, including wave action, without being overtopped and still be in continuous contact with the bottom. TEMPORARY EROSION AND SEDIMENT CONTROL 9) 2013 Stantec 1 193801579 015713-5 2. Place floatation silt curtain as close to the shoreline or work area as possible. Flotation silt curtain shall not be placed across flowing rivers, streams, drainage ditches, or across culvert inlets or outlets. H. Rapid Stabilization 1. Work to be performed under non-schedulable situations requiring rapid stabilization of small critical areas within 200 feet of surface waters to comply with permit requirements. 2. Methods per MnDOT Spec. 2575.3N with Seed Mix 100 or 110 replacing Seed Mix 190. 3.03 MAINTENANCE A. Conform to MnDOT Spec. 2573.3M, NPDES permit, and as follows: 1. Inspect, maintain, and repair any washouts or accumulations of sediment that occur as a result of the grading or construction. Restoration consists of grade repair, turf re-establishment, and street sweeping of mud and debris tracked from the Site. 2. Inspection of all erosion and sediment control items will take place immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. 3. The Contractor shall maintain the temporary sediment control devices until they are no longer necessary and are removed: a. Maintenance consists of keeping the devices functioning properly. b. The Contractor shall repair or replace plugged, torn, displaced, damaged, or non- functioning devices. 4. Upon final acceptance of the Project and establishment of permanent erosion control measures, the Contractor shall remove all temporary erosion control measures. 5. Temporary mulching and temporary seeding/mulching are very effective at controlling erosion. However, these are considered temporary measures. These measures may need to be re- established several times throughout the duration of the Work. 6. Floatation silt curtain shall remain in place until such time that water contained within is free from turbidity: a. The curtain shall be removed within 72 hours after this determination has been made. b. At the completion of the Project, the floatation silt curtain shall be removed in such a manner so as to minimize release of sediment adhering to the turbidity curtain. B. Sediment Removal: Conform to MnDOT Spec. 2573.3N 1. If an erosion control device has been reduced in capacity by 30 percent or more, the Contractor shall restore such features to their original condition. C. Control dust blowing and movement on Site and roads as directed by Engineer to prevent exposure of soil surfaces, to reduce on and off Site damage, to prevent health hazards, and to improve traffic safety. END OF SECTION TEMPORARY EROSION AND SEDIMENT CONTROL © 2013 Stantec 1 191Rm 574 015713-6 SECTION O1 70 00 EXECUTION REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Requirements for overall execution of the Work and closeout of the Contract for Final Payment. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Street Sweeper (With Pickup Broom). Measurement will be by the units of hours. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 SUBMITTALS A. Submit the following items consistent with the Conditions of the Contract and Division 01 Sections: 1. Record Documents. 2. Written Notification of Substantial Completion. 3. Executed Certificate of Substantial Completion. 4. Written Notification of Final Completion. S. Warranties, guarantees, Bonds, certificates, certificates of inspection, and other documents. 6. Final Application for Payment, including accompanying documentation. 7. IC -134 Form. NOT USED. PART 3 EXECUTION 3.01 EXAMINATION A. Acceptance of Conditions: By commencing Work, Contractor construes acceptance of the adjacent work as satisfactory to receive subsequent work. B. Existing Conditions: Before commencing Work, inspect work completed by others that is adjacent to Work. If adjacent conditions prevent completion of Work, Contractor will not commence Work until the conditions are corrected. C. Inspect each product immediately prior to installation. Remove damaged products from Site. 3.02 GENERAL INSTALLATION REQUIREMENTS A. Comply with the manufacturer's instructions for installation of manufactured products to the extent that these instructions are applicable and more explicit or more stringent than requirements indicated in the Contract Documents. B. Install each element of work during weather conditions and Project status to ensure coordination of the Work. EXECUTION REQUIREMENT'S © 2013 Stantec 1 193801579 017000-1 C. Record installation details and prepare Record Documents consistent with the General Conditions. 3.03 SITE MAINTENANCE A. Maintain stockpiles, excavations, access roads, and all other work areas free from dust. Employ dust abatement techniques whenever a dust nuisance or hazard occurs, or as directed by Engineer. Comply with local ordinances. B. Protect hazardous work areas and hazardous material storage areas. C. Protect trees, unless specifically indicated on Drawings. D. Clean access roads and haul routes with mechanical street sweeper with mechanical broom. The sweeper must be equipped with means to control dust. E. If Contractor fails to maintain Site, Engineer will provide Written Notice of Contractor's defective Work. Contractor will be given 12 hours from the Notice to clean Site. After the 12 -hour period, Owner may correct the defective Work consistent with Article 13.09 of the Conditions of the Contract. 3.04 CLEANING AND PROTECTION A. Clean and protect Work in progress and adjoining Work during handling and installation. Apply protective covering on installed Work where it is required to ensure freedom from damage or deterioration. 3.05 CUTTING AND PATCHING A. Complete all cutting, fitting, and patching as necessary to join the new Work to existing conditions. B. Remove or cut existing work only as necessary to join the new work to the existing construction or as required by the Contract Documents. C. Patch defective and incomplete surfaces caused or exposed by Work of the Project. D. Repair any damage to existing conditions and patch to match. E. Existing construction designated by the Contract Documents to remain that is loosened, cracked, or otherwise damaged or defaced beyond repair as a result of Work by the Contractor will be considered unsuitable for the use intended and shall be removed and replaced by the Contractor. 3.06 CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUTES 290.92 AND 290.97 A. Upon completion of the Project and prior to Final Payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Revised Form IC -134. This form, Affidavit for Obtaining Final Settlement of Contract with the State of Minnesota and any of its Political or Governmental Subdivisions, is to be signed by a Department of Revenue representative and forwarded to the Owner. Copies of this form can be obtained by writing to the Minnesota Department of Revenue, Mail Station 6610, St. Paul, MN 55146-6610 or by calling (651) 282-9999 or 1 (800) 657-3594. They are also available on their website: www. revenue. state. mn.us, or via email at withholding.tax@state.mn.us. END OF SECTION © 2013 5tantec 1193801579 EXECUTION SECTION 02 41 13 SELECTIVE SITE DEMOLITION PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. Complete or partial removal and disposal or salvage of at grade, above grade, and below grade structures and miscellaneous items. B. Related Sections 1. Section 3123 00 — Excavation and Fill. 2. Section 33 05 17 — Adjust Miscellaneous Structures. 3. Section 33 10 00 — Water Utilities. 4. Section 34 4105 — Traffic Signs and Devices. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for removal items. Payment at the Bid Unit Price will be considered compensation in full for all Work necessary to complete the Bid Item in full, including removal, salvage, storage, disposal, and reinstallation. 2. Measurement will be based upon the units as listed below for items removed, abandoned, or salvaged complete as specified. No measurement will be made of any removals that are not required. The actual quantity removed multiplied by the appropriate Bid Unit Price will be compensation in full for all Work and costs of the following Bid Items: a. Remove Concrete Curb and Gutter: Per lineal foot. Measurement includes sawing at removal limits and excavation required to place geotextile fabric, select granular borrow, and aggregate base for the new curb and gutter. b. Remove Railroad Track, Ties and Ballast: Per lineal foot. Measurement will be along the centerline of the track and includes removal of both rails, ties, ballast, and bituminous surfacing. Rail shall be salvaged and delivered to New Hope Public Works. c. Remove Sewer Pipe (Sanitary): Per lineal foot without regard to diameter of pipe. d. Remove Sewer Pipe (Storm): Per lineal foot without regard to diameter of pipe, measured from center of manholes or catch basins. Storm pipe must be removed and may not be abandoned in-place. e. Remove Bituminous Driveway Pavement: Per square yard without regard to thickness. Measurement includes sawing bituminous driveway pavement at removal limits and excavation for the aggregate base and new driveway pavement. f. Remove Bituminous Pavement: Per square yard without regard to thickness or method of removal. 1) Material produced from removals, millings, reclaimed aggregate base, etc., shall be used for temporary access during construction and is considered incidental to this bid item. g. Remove Concrete Driveway Pavement: Per square yard without regard to thickness. Measurement includes sawing concrete driveway pavement at removal limits and excavation for the aggregate base and new driveway pavement. h. Remove Concrete Sidewalk: Per square foot without regard to thickness. Measurement includes sawing concrete sidewalk at removal limits and excavation for the aggregate base and new sidewalk. SELECTIVE SITE DEMOLITION © 2013 Stantec I i cn m rM 024113-1 i. Remove and Replace Casting and Rings: Per each. Payment includes all work and materials associated with removing the casting and all adjustment rings, installing new concrete rings, installing new casting, placing filter fabric, adjustments and all other incidentals for removing and installing the new casting and rings. Removed castings shall be salvaged to Owner. Casting and rings on new structures are included in the bid price for the new structure. See Section 33 05 17 for material and adjustment specifications and for payment of castings adjusted prior to placement of bituminous wearing course. j. Remove and Abandon 4' Diameter Cone Section: Per Each. Payment includes removal of the cone section on the existing manhole and filling remaining manhole sections with sand to abandon. k. Remove and Install 4' Diameter Cone Section: Per Each. Payment includes all work associated to removal of the cone section on the existing manhole and installing 4 foot diameter cone section. I. Remove Sanitary Manhole: Per each. Payment includes removal of the structure, including the base slab, casting and all adjustment rings. m. Remove Water Valve Manhole: Per each. Payment includes removal of the structure as needed for installation of the new water main, filling the remaining structure with sand, valve box adjustments, and final abandonment of the valve and valve box. n. Remove Storm Manhole or Catch Basin: Per each. Payment includes removal of the structure, including the base slab, casting and all adjustment rings. Castings shall be salvaged to Owner. o. Remove Hydrant: Per each. Payment shall be made on each hydrant removed on the reconstructed streets. City will pick up removed hydrants from site. See Section 33 10 00 for removal and installation of hydrants on mill and overlay streets. p. Remove Valve and Box: Per each. Payment shall be made on each valve and box removed on the reconstructed streets. No payment will be made for abandoned valves. City will pick up removed valves from site. See Section 33 10 00 for removal and installation of valves on mill and overlay streets. q. Sawing Bituminous Pavement: Per lineal foot along the saw cut line as staked. r. Salvage and Reinstall Sign, Including New Supports: Per Each. Payment includes reinstalling existing signs on new posts with new hardware as detailed in the Drawings and per Section 34 4105. s. Remove Sign: Per Each. Payment shall be made on each sign removed including post, and salvaged to the Owner in good condition. Salvaged signs and posts shall be delivered to New Hope Public Works. No payment will be made for signs that are damaged in any way during removal. t. Abandon Pipe Sewer: Per lineal foot. Payment includes work associated with abandoning sanitary sewer pipe by filling it with sand and includes cutting, pipe removal, bulk -heading, stand pipes, sand, and other incidentals to fill the pipe with sand. u. Abandon Existing Sanitary Sewer Forcemain: Per lineal foot. Payment includes work associated with abandoning the forcemain by filling it with sand and includes cutting, pipe removal, bulk -heading, stand pipes, sand, and other incidentals to fill the forcemain with sand. Any forcemain removed shall be paid under this bid item. v. Abandon Watermain: Per lineal foot. Measurement shall include the length of water main abandoned or removed, measured from center of junction fittings. Payment shall include cutting, bulk -heading, stand pipes, sand, and other incidentals to fill the water main with sand or remove the water main. No separate payment will be made for abandoning valves or adjusting, removing, or Filling the valve boxes with sand. No payment will be made for water main abandoned without filling with sand or removal of pipe. w. Abandon Water Service: Per lineal foot. Payment shall include abandoning service pipe that is 4" or larger and includes cutting, pipe removal, bulk -heading, stand pipes, sand, and other incidentals to fill the service pipe with sand. No payment will be made for water service pipe abandoned without filling with sand or removal of pipe. x. Mill Bituminous Surface: Per square yard to thickness as identified in the Drawings. © 2013 Stantec 1193801579 SELECTIVE SITE DEMOLITION 024113-2 y. Pavement Marking Removal: Per lineal foot of painted pavement marking removed from the existing bituminous pavement. z. Remove Loop Detector: Per each loop detector removed, including all wiring, conduit, pavement, and appurtenances. aa. Unless otherwise noted, salvaging of removed items will be incidental. bb. Bulkhead of existing pipe will be incidental. cc. Copper water service pipe and curb stop and box removal are considered incidental to the Abandon Water Service item. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2104 — Removing Pavement and Miscellaneous Structures. 1.04 DEFINITIONS A. Remove: To take away or eliminate from the Site by any method selected by the Contractor, including disposal of material. B. Salvage: To dismantle, disassemble, or remove carefully without damage so the item can be re- assembled, replaced, or reused in a workable condition equal to that existing before removal. C. Abandon: To fill, bulkhead, or close off pipes and structures so that no settlement or flow can occur. 1.05 REGULATORY REQUIREMENTS A. Conform to MnDOT Spec. 2104.3C, with the following modifications: 1. Dispose of all materials designated for removal outside the Site at locations selected by Contractor. 2. Stockpile or temporarily store materials designated for salvage at locations provided by Contractor. 1.06 SCHEDULING A. Prior to starting Work, submit for review by the Engineer and approval by the Owner, a schedule showing the commencement, order, and completion dates of the various parts of this Work. B. Fill holes or depressions resulting from removal or salvage immediately. C. Provide temporary surface restoration for traffic continuity where removal or salvage operations are completed within streets, driveways, or parking lots. PART 2 PRODUCTS Not Used. © 2013 Starrtec1 193801579 SELECTNE SITE DEMOLITION 024113-3 PART 3 EXECUTION 3.01 GENERAL_ A. Dispose of all items removed, except for those items identified to be salvaged or recycled. Said disposal shall be in accordance with all laws, regulations, statutes, etc. B. Perform removal work without damage to adjacent retained work. Where such Work is damaged, the Contractor shall patch, repair, or otherwise restore same to its original condition at no expense to the Owner. C. Remove debris from the work area as often as necessary, but not less than at least once at the end of each workday. Debris shall be placed in approved containers to prevent the spread of dust and dirt. D. Execute the Work in a careful and orderly manner with the least possible disturbance to the public and occupants of buildings. Fill holes resulting from removals consistent with Section 3123 00. 3.02 EXAMINATION A. Meet with owners of signs to determine requirements for salvage, storage, and replacement. B. Develop plan acceptable to Engineer and postal service for maintaining mail service. Temporary relocations of mailboxes will be necessary. 3.03 PROTECTION A. Take all necessary precautions to adequately protect personnel and public and private property in the areas of Work. All Site fencing shall be in place prior to the start of any removal work. B. All street signs, traffic control signs, guy wires, mailboxes, posts, wood fence, etc. which may interfere with construction shall be removed, stored safely, and replaced. C. Approved barriers or warning signs shall be provided as necessary. D. Provide and maintain temporary protection of existing structures designated to remain where removal work is being done, connections made, materials handled, or equipment moved. E. Do not close or obstruct walkways or roadways. Do not store or place materials in passageways or other means of egress. Conduct operations with minimum traffic interference. F. Take reasonable precautions to limit damage to existing turf. G. Holes or depressions created by removals shall not be left open for more than 1 day. Any hole within 10 feet of sidewalks shall be filled, suitably marked, or covered immediately. H. Any disturbance to any material beyond the limits required for new construction shall be repaired to the existing condition prior to the disturbance. All work, material, and labor shall be incidental. 3.04 SAWING PAVEMENT A. Concrete Pavement: Saw along the removal line full depth of existing pavement. SELECTNE SITE DEMOLITION © 2013 Stantec 1 193801579 024113-4 B. Bituminous Pavement: Saw along the removal line full depth of the existing pavements. 3.05 REMOVE CONCRETE PAVEMENT A. Remove in accordance with MnDOT Spec. 2104.3B, except as modified below: 1. Saw cut concrete pavement and concrete base prior to mechanical pavement removal equipment. Remove concrete in such a manner that the remaining pavement is not damaged. 2. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.06 REMOVE BITUMINOUS PAVEMENT, PATH, DRIVEWAY A. Remove in accordance with MnDOT Spec. 2104.36, except as modified below: 1. Saw cut bituminous pavement at the removal limits prior to that removal, unless otherwise approved by the Engineer. 2. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.07 REMOVE CURB AND GUTTER A. Saw cut at removal limits. B. Concrete Curb and Concrete Curb and Gutter: Do not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). 3.08 PAVEMENT MILLING A. Bituminous 1. Saw cut at removal limits prior to milling process. 2. Mill bituminous surface to the depth specified as shown on the Drawings or as directed by the Engineer. 3. Pavement will be milled across the entire width of the street between the edges of the curb and gutter. 3.09 REMOVE CONCRETE SURFACING A. Work includes sidewalks, pedestrian ramps, medians, and driveways. B. Saw cut concrete surfacing prior to removal. C. Remove concrete in such a manner that the remaining surfacing is not damaged. D. When removing existing sidewalks, the Contractor shall not disturb any material beyond the limits required for new construction (assumed as 6 inches maximum beyond and 8 inches.maximum below existing grade). E. When removing existing driveways, the Contractor shall not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new Work and 6 inches beyond the edge of new driveways). F. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. © 2013 Stantec1 193801579 SELECTIVE SITE DEMOLITION 024113-5 3.10 REMOVE BITUMINOUS SURFACING A. Work includes pathways and driveways. B. Saw cut bituminous surfacing to full depth at the limits of partial removal prior to that removal, unless otherwise approved by the Engineer. C. Remove bituminous in such a manner that the remaining surfacing is not damaged. D. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. L -a When removing existing pathways and driveways, the Contractor shall not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). 3.11 REMOVE SANITARY CONE SECTION & ABANDON A. Remove the casting, rings, and cone section. Salvage casting to Owner as directed. B. Install stand pipe for filling the sanitary sewer main with sand. C. Fill the remaining sanitary structure with sand or other suitable material as directed by the Engineer. 3.12 REMOVE WATER VALVE MANHOLE A. Remove casting, rings, and structure as needed to install new utilities. Salvage casting to Owner as directed. B. Install temporary valve box for operation of the valve during construction. C. Fill the remaining structure with sand or other suitable material as directed by the Engineer. D. Adjust valve box as needed throughout construction. E. Remove top section of valve box and fill with sand after existing water main has been abandoned. 3.13 REMOVE MANHOLES AND CATCHBASINS A. Remove entire structure including base slab. B. Salvage casting to the Owner as directed. 3.14 REMOVE SECTIONS OF EXISTING PIPE A. Pipe to be abandoned shall be filled with suitable material as directed by the Engineer. B. Pipe to be abandoned shall be removed if the top of pipe is within 3 feet of final surface elevation. C. Storm sewer piping shall be removed as shown in the Drawings or as directed by the Engineer, © 2013 Stantec 1191=579 SELECTIVE SITE DEMOLITION 024113-6 3.15 SALVAGE AND REINSTALL A. Signs 1. In no case shall a traffic sign or street sign be removed or disturbed by Contractor without prior notification being given to Engineer and then only after satisfactory arrangements have been made for a temporary installation or its disposition. a. Street identification signage shall be maintained at all times due to its importance to the 911 Emergency Response System. b. Remove and salvage all posts, A -frame angle brackets, stringers, as well as the nuts, bolts, and washers. c. Exercise reasonable care against damage to in-place signs.during storage and installation. d. Remove signs damaged during construction and replace with new signs at no charge to the Owner. 3.16 FIELD QUALITY CONTROL A. Salvaged items to be reinstalled shall be of the same shape, dimension, location, and quality of the original item prior to construction. B. Items damaged during removal or salvaging operations shall be replaced with new material of equal type and quality of the damaged item when it was new. 3.17 DISPOSING OF MATERIAL A. Dispose of all materials not being salvaged outside of the Site at disposal location selected by Contractor in compliance with state and local regulations. Burying of material and debris is not allowed within the Site. END OF SECTION © 2013 Stantec 193801579 SELECTIVE SITE DEMOLITION 024113-7 SECTION 26 05 05 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. References used in electrical and control Specifications. 2. Regulatory requirements for electrical construction. 3. Requirements of equipment and materials. 4. Workmanship. 5. Selective demolition. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Electrical Lift Station. The Bid Lump Sum Price shall be full compensation for all Work and costs of this Division including all incidentals necessary to complete the work. 1.03 REFERENCES A. ANSI - American National Standards Institute 1. C2 - National Electrical Safety Code. 2. C62.41 -IEEE - Recommended Practice for Surge Voltages in Low -Voltage AC Power Circuits. B. EPA -Environmental Protection Agency C. ICEA - Insulated Cable Engineers Association 1. S-95-658 - Thermoplastic -Insulated Wire and Cable. 2. S-65-375 - Rubber -Insulated Wire and Cable. D. IEEE - Institute of Electrical and Electronic Engineers 1. 112 - Standard Test Procedure for Polyphase Induction Motors and Generators. 2. 519 - Recommended Practices and Requirements for Harmonic Control In Electric Power Systems. E. LPI - Lightning Protection Institute 1. LPI175 - Lightning Protection System Installation Standard. F. MPGA -Minnesota Pollution Control Agency. G. NECA - National Electrical Contractors Association 1. NECA 1 - Standard Practices for Good Workmanship In Electrical Contracting. H. NEMA - National Electrical Manufacturers Association 1. TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 2. MG 1 - Motors and Generators. 3. PB 2 - Deadfront Distribution Switchboards. 4. ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Relays, Rated Not More Than 2,000 Volts AC or 750 Volts DC. BASIC ELECTRICAL MATERIALS AND METHODS © 2013 Stantec , 193801579 260505-1 5. 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). 6. WC 5 - (See ICEA S-95--658). 7. WC 7 - (See ICEA S-95-658). I. NFPA - National Fire Protection Association 1. NFPA 70 - National Electrical Code. J. OSHA - Occupational Safety and Health Administration 1. 29 CFR 1910 - Occupational Safety and Health Standards. K. UL - Underwriters Laboratories, Inc. 1. UL -6 - Rigid Metal Conduit. 2. UL -83 - Thermoplastic - Insulated Wires and Cables. 3. UL -96 - Lightning Protection Components. 4. UL -360 - Liquid -Tight Flexible Steel Conduit. 5. UL -467 - Electrical Grounding and Bonding Equipment. 6. UL 486D - Insulated Wire Connector Systems for Underground Use or In Damp or Wet Locations. 7. UL -508 - Industrial Control Equipment. 8. UL -651 - Schedule 40 and 80 Rigid PVC Conduit. 9. UL -797 - Electrical Metallic Tubing. 10. UL -810 - Capacitors. 11. UL -891 - Dead -Front Switchboards. 12. UL -913 - Intrinsically Safe Apparatus and Associated Apparatus for Use In Class I, II, and III, Division 1, Hazardous (Classified) Locations. 13. UL -935 - Fluorescent -Lamp Ballasts. 14. UL -1008 Transfer Switch Equipment. 15. UL -1012 - Power Units Other Than Class 2. 16. UL -1029 - High -Intensity -Discharge Lamp Ballasts. 17. UL -1449 Surge Protection Devices. 18. UL -1479 - Fire Tests of Through -Penetration Firestops. 19. UL -1572 - High Intensity Discharge Lighting Fixtures. 1.04 REGULATORY REQUIREMENTS A. All Work performed under this Contract shall conform to the latest editions of the National Electrical Code (NFPA70), the National Electrical Safety Code (ANSI C2), and the Minnesota State Building Code. 1.05 INSTRUCTIONS AND PARTS LITERATURE A. Instruction and parts literature are generally packed with electrical equipment and devices. Contractor shall remove this literature from the packing container or equipment enclosure, identify the literature with the equipment to which it applies, and file the literature in loose-leaf binders with index tabs. Each binder shall have an index which lists each piece of equipment and the literature which applies to it. An index tab shall be provided for each piece of equipment. B. Contractor shall establish a procedure with the other trades for receiving, identifying, and filing literature for devices which are removed from their packaging and installed by other trades. Literature shall be provided as outlined above. BASIC ELECTRICAL MATERIALS AND METHODS C 2013 Stantec 1 193801579 260505-2 1.06 SUBMITTALS A. Submittals for equipment provided by the Electrical Contractor shall bear a stamp or specific written certification from the Electrical Contractor, certifying the submittals have been reviewed. B. Submit the following items consistent with Section 0133 00. Refer to each Section under Division 26 for additional submittal requirements particular to that Section. C. Shop Drawings and Manufacturer's Information: 1. Product Data Sheets a. Product and component data sheets which describe all equipment and devices to be provided. b. Include all features specified. c. Provide dimensioned prints with weights. d. Highlight or otherwise accentuate on each data sheet the specified product features and product numbers. 2. Composite Drawing a. Include power and control wiring for all systems and equipment. b. Show basic systems on composite drawing. c. Use terminal numbers on drawings and schematics. d. Use separate drawings to show details of sub -systems. e. Identify sub -system drawing interface points on composite drawing and sub -system drawings; terminal numbers of interface points shall be the same on both drawings. f. Revise or redraw manufacturer's standard drawings to meet above requirements. 3. Record all Changes to Existing Systems a. Revise all wiring diagrams and schematic diagrams to show final installation: 1) Includes all new and existing equipment diagrams. 4. Programmable Systems a. Description of programmable system operation, including but not limited to input/output functions, control capabilities, configuration procedures, starting setpoints, etc. b. Preliminary graphic screens and reports. 1) This submittal shall occur prior to shipment of the system. 5. Manufacturers Installation Instructions. a. Include with shipment. D. Operating and Maintenance Manuals 1. Include all the information provided with the shop drawings and manufacturer's information. a. Update and complete control system drawings and descriptions for all equipment. b. All documentation shall include modifications made which reflect the final installation. 2. Date the manuals with the day, month, and year they are provided to the Owner/Engineer. 3. Provide manufacturers' user manuals and installation instructions. 4. Provide 3 hard (paper) copies in a 3 -ring binder. Provide a table of contents and each piece of equipment or sub -system shall be tabbed. 5. Provide 2 digital copies in a PDF format saved to a compact disk. The saved files shall be clearly identified and organized in a similar manner to the hard copies. a. Data saved on the disks shall be accessible and neatly organized. b. Provide a table of contents which utilizes bookmarks. The bookmark shall take the reader to a specific page when the reader clicks on the desired title in the table of contents. A bookmark shall be provided for materials associated with each piece of equipment included in the 0&M manual. 6. Record all Changes to Existing Systems a. Insert revised documents into the Owner's existing operation and maintenance manuals in place of original documents. BASIC ELECTRICAL MATERIALS AND METHODS © 2013 Stantec 1 193801574 260505-3 PART 2 PRODUCTS 2.01 EQUIPMENT AND MATERIALS A. All electrical and control equipment and materials shall be provided as specified in the Contract Documents. B. All equipment and materials shall be new and shall bear the Underwriters Laboratories (UL) label if such products are listed by UL. C. Where applicable, equipment and materials shall conform to ANSI, ICER, EEE, and NEMA Standards. D. The following areas shall be considered as a hazardous location. All products supplied in these areas shall be suitable for such hazard and corrosive environments. 1. Lift station wetweil — Class 1, Division 1, Group D Hazardous Location. PART 3 EXECUTION 3.01 WORKMANSHIP A. All Work shall be performed in a neat and workmanlike manner consistent with the high quality standards of the electrical trade. "A neat and workmanlike manner" shall be as required by NFPA 70 and shall conform to NECA 1, Standard Practices for Good Workmanship in Electrical Contracting. Each electrician shall be knowledgeable and well-trained in the particular tasks to be performed. 3.02 EQUIPMENT MOUNTING A. Unless noted otherwise, equipment which is not free-standing shall not be mounted on wood panels, but shall be attached to concrete or masonry walls, support channels, or building structural steel. 3.03 IDENTIFICATION A. Nameplates shall be used to identify all field devices. B. All nameplates shall be engraved phenolic nameplates attached with stainless steel screws or a permanent stamped brass tag. 3.04 RECEIVING AND STORING EQUIPMENT A. All equipment shall be handled and stored in accordance with the manufacturer's instructions. B. In general, equipment packaging is not designed to protect the contents for outdoor storage. As a minimum, Contractor shall store the equipment prior to installation in a clean, dry location free from excessive temperatures, humidity, or foreign materials normally encountered at a Site. If the storage facility is unheated, Contractor shall provide heating to protect equipment from condensation, which could cause components to corrode or to be otherwise damaged. BASIC ELECTRICAL MATERIALS AND METHODS cO 2013 Stantec 1 19180] s7q 260505-4 3.05 SELECTIVE DEMOLITION A. The existing overhead power lines shall be removed. This includes all mounting hardware which becomes abandoned due to the removal of the power lines. B. Removal of existing electrical wiring and equipment shall be scheduled with the other trades and Owner so the existing lift station remains in service until the new service conductors have been installed and ready for energization. C. Lift Station is equipped with a generator receptacle. Contractor shall coordinate standby power requirements with Owner before de -energizing the station. Owner will provide a portable standby generator which may be used, however Contractor shall be responsible for transporting and operation of such generator during utility power outage while switching to the new underground conductors. D. All existing conduit, wire, and associated mounting materials are to be removed and disposed of by the Contractor, unless otherwise noted: 1. Conduit mast and weather head on existing nearby light pole may be reused for the new pole mounted light circuit conductors. 2. Existing conduit from lift station meter socket to underground may be reused. 3.06 COORDINATION OF WORK WITH THE UTILITY A. Power company will be responsible for the following: 1. Furnishing and installing the primary overhead conductors and pole line. 2. Furnishing and installing the riser pole, primary cutouts, lightning arresters, and grounding. 3. Furnishing and installing underground primary conduits and cables. 4. Furnishing and installing transformer. 5. Termination of underground primary cables at riser pole. 6. Termination of underground primary cables at the transformer. 7. Termination of secondary conductors at the transformer. B. Contractor will be responsible for the following: 1. Make all arrangements with the power company for obtaining electrical service, obtaining and completing all forms required by the utility, and furnish all labor and material required for the electrical service which the utility does not provide. 2. Verifying locations of power company equipment with the power company. 3. Furnish secondary conduits and cables. 4. Terminating all secondary conductors at the service entrance equipment. 5. Terminating and providing conductors required for the metering cabinet. 6. Installing equipment which is supplied but not installed by the power company. C. The cost of the work in which the power company provides shall not be included in the Bid Price. 3.07 TESTING AND COMMISSIONING A. Contractor shall inspect the conductor terminations after all equipment is installed. Contractor shall test pumps to verify the correct rotation and shall make all necessary corrections during testing. All equipment shall then be tested in the presence of the Owner and all operations proved satisfactory. END OF SECTION BASIC ELECTRICAL MATERIALS AND METHODS © 2013 Stantec 1 193801579 260505-5 SECTION 26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART GENERAL 1.01 SUMMARY A. Section Includes 1. 600 -volt wire and cable. 2. Terminals and connectors. 3. Installation. 4. Splices and terminations. 5. Identification. PART 2 PRODUCTS 2.01 600 -VOLT WIRE AND CABLE A. Feeder and Branch Circuit Wire 1. Stranded copper conductor, solid copper for lighting and convenience receptacle circuits only. 2. THWN insulated for conductor sizes #4 AWG and smaller. 3. XHHW or THWN insulation for conductor sizes #3 AWG and larger. B. Insulation of all wire shall conform to ICEA S-95-658, NFPA 70, and UL -83. C. All Wire and Cable Shall Be 1. New and coiled or on reels. 2. Each coil and/or reel shall have a label with the manufacturer's name, trade name of wire, size of wire, and UL label. 2.02 TERMINALS AND CONNECTORS A. Tool compressed terminals and connectors shall be made of 1 piece seamless highly conductive copper with a uniform tin-plate coating to minimize corrosion. B. Step-down adapters shall be copper compression type. C. Electrical spring connectors: 1. Manufacturer: 3M "Scotchlok" or "Ranger," Ideal "Wing -Nut". D. Fork Terminals: 1. Vinyl or nylon self -insulated locking type. 2. Terminal insulation that supports wire insulation. 3. Manufacturer: Thomas & Betts Type FL, Burndy Type TP -LF, Panduit Type PNF, 3M Type MNG. E. Electrical Tape: 1. UL Listed. 2. Weather resistant. 3. Moisture resistant vinyl. 4. Rated for the voltage system which it is applied. LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES © 2013 Stantecl 193801579 260519-1 S. Temperature rating suitable for the application on which it is applied. F. Waterproof kits shall be utilized for all outdoor below -grade splices and connections as follows: 1. Heavy wall, heat shrinkable with interior coating of hot melt adhesive — sealant. Tubing shall be chemically cross linked, thermally stabilized polyolefin. 2. UL listed (UL -486D). 3. Manufacturer: 3M — ITCSN, or equal. 2.03 WIRE COLOR CODING A. Contractor may use color coding at his discretion, except for the following colors, which shall be used only as designated below for both power and control circuits. 1. Control Circuits a. Dark Blue - Direct current circuits. b. Light Blue - Intrinsically safe conductors. c. Green - Grounding conductor. d. White - Neutral conductor. 2. Power Circuits (Use solid colors through Size No. 8 AWG. Use black conductors with tape color identification No, 6 AWG and larger). Voltage 120/240 208Y/120 480Y/277 a. Phase A Black Black Brown b. Phase B Red Red Orange C. Phase C Blue Yellow d. Neutral White White Gray e. Ground Green Green Green 2.04 CONDUCTOR IDENTIFICATION A. Imprinted labels 1. UL Listed. 2. Machine typed in blank ink. B. Label Sleeves 1. Non -burning. 2. Heat -shrinkable. 3. Gear. 4. UL Listed. C. Self -Laminating 1. Vinyl. 2. Wrap around. 3. Acrylic adhesive. 4. Water and Oil Resistant. 5. UL Listed 6. Machine typed in blank ink. D. Manufacturers: Brady, 3M, Raychem TMS or Thomas & Betts E -Z Code. 2.05 CONDUCTOR PULLING COMPOUND A. Rated for use with the conductor insulation and conduit material. LAW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Q 2013 Stantecl 193801579 260519-2 B. Non-conductive. C. Non -cementing. D. Dry to a fine lubricating powder or a thin film which does not harden in conduit. E. UL Listed. F. Rated for repeated exposure to high heat or freezing temperatures. PART 3 EXECUTION 3.01 INSTALLATION A. All wire shall be installed in the specified raceways. B. Wire pulling shall be performed through the system in such a manner as to not exceed the maximum tensile strength of the cable being pulled as allowed by the NFPA 70 and/or cable manufacturer. All handling and installation of wire and cables shall be done by competent and skilled workmen who shall use methods which will prevent damage to the wire and cable. C. Pulling compound shall be approved by the cable manufacturer. D. Adequate measures shall be employed to determine that the raceways are free of foreign material and moisture before pulling wire or cable. E. Any conductor used for equipment grounding purposes shall be green in color, unless it is bare. Conductors with white or green covering shall not be used to indicate other than neutral or grounding. This limitation applies to all power and control circuits. F. Conductors shall be without splice from termination to termination, unless indicated otherwise on the Drawings. 3.02 SPLICES AND TERMINATIONS A. All splices, taps, and terminations shall be made with tool compressed connectors. Contractor shall provide all wire connectors, lugs, and terminals, unless indicated otherwise. B. Bolted compression lugs furnished as an integral part of the equipment shall be used to terminate the conductors to that equipment. C. Electrical spring connectors shall be used for splices and taps in lighting and 120 -volt receptacle circuits. D. Every bolt, lug, and screw termination shall be tightened with a torque wrench or torque screwdriver to the torque values specified in UL Standards and/or as specified by the device manufacturer. E. Terminal cabinets installed indoors shall have NEMA 12 enclosures. LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES O 2013 Stantecl 193801579 260519-3 3.03 IDENTIFICATION A. Control circuits may be color -coded using available colors, except gray and green. They shall be identified at each terminal with a label. Imprinted labels shall be protected by a heat shrinkable sleeve. B. Each control circuit shall be identified at both ends with the same number; wire number shall be the same as the wire number shown on the Contractor's Equipment Drawings. Spare conductors shall also be identified. END OF SECTION LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES © 2013 Stanted 193801579 260519-4 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PARTY GENERAL 1711FWIlIZ1011.0 A. Section Includes 1. Conduit. 2. Conduit fittings. 3. Underground warning tape. 4. Pull and junction boxes. 5. Fire stop material. B. Related Sections 1. Section 33 05 05 —Trenching and Backfilling. PART 2 PRODUCTS 2.01 RIGID METAL CONDUIT A. Steel 1. Galvanized inside and outside. 2. NFPA 70, Article 344. 3. UL Listed. 2.02 RIGID METAL CONDUIT FITTINGS A. Threaded couplings and fittings only; no set screw, gland type, or split fittings. B. Grounding type insulated bushings; 0-Z/Gedney Type BLG, or equal. C. Insulated bushings; Midwest Electrical Mfg. Co., 0-Z/Gedney Type B, or equal. D. Sealing locknuts; Midwest Electrical Mfg. Co., RACO, or equal. E. Expansion Fittings 1. 4 -inches conduit movement. 2. External bonding jumper. F. Pull Fittings (C, LB, etc.): Clamp type, stamped covers with gaskets and stainless steel screws and clamps. G. Conduit Hubs 1. Full contact type with sealing "0" ring. 2. Myers "Scru-tite," or equal. H. Material: Fittings, hubs, etc. shall be galvanized steel for galvanized steel conduit and copper free aluminum for aluminum conduit. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS © 2013 Stantec 1 193801579 260533-1 I. Corrosion Resistant Coatings: 1. Pretreatment: a. Carbollne Carbocrylilc 120 (for both steel and aluminum conduit), or equal 2. Coating: a. Carboline Bitumastic 300M. b. 3M Scotchrap Pipe Primer and wrapped with 3M Scotchrap Corrosion Protection Tape. 2.03 RIGID NONMETALLIC CONDUIT AND FITTINGS A. EPC -80 -PVC. B. Sunlight resistant. C. NEMA TC2. D. NFPA 70, Article 352. E. UL Listed. F. Manufacturer: Carlon, CertainTeed, or equal. 2.04 UNDERGROUND WARNING TAPE A. 6 inches wide, 4 -mil polyethylene film. B. Vivid, opaque, long-lasting red color with bold, black letters. C. Lettering 1. Top line — "...CAUTION CAUTION CAUTION..." 2. Bottom line —"...ELECTRIC LINE BURIED BELOW..." D. Manufacturer: Seton Name Plate Corp. No. 210 ELE, EMED Co. Stock No. UT27737-6, or equal. 2.05 DUCT SEALING COMPOUND A. Soft, fibrous, slightly tacky, non -hardening, and easily applied by hand at all working temperatures. B. Clean and non -staining. C. 3.M. Clipper Corp. Duxseal, O-Z/Gedney DUX, or equal. 2.06 CONDUIT CLAMPS A. Conduit clamps for rigid metal conduit shall be malleable iron, 1 -hole clamp with malleable iron clamp backs; Crouse -Hinds MW500 Series, Ram 1303/1324, Appleton CL75M/600M, or equal. 2.07 CONDUIT INDENTIFICATION A. 3/4 Inch By 3-1/2 Inches 1. Nylon plates. 2. Marked in black with a marking pen specifically designed for such use. 3. Manufacturer: Panduit MP350, or equal. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS © 2013 Stantec 1 193801579 260533-2 B. 2-3/8 Inches By 4-3/4 Inches 1. Medium weight shipping tags with reinforced eyelet. 2. Marked in black with a marking pen specifically designed for such use. 3. Manufacturer: Dennison Size 5, Grade G, or equal C. Tag Protection 1. Adhesive -backed plastic or clear polyester film tape. 2. Manufacturer: 3M Scotch Brand 3750 Clear Box Sealing Tape, or equal. PART 3 EXECUTION 3.01 CONDUIT INSTALLATION A. Conduit size shall be as shown on the Drawings. B. All raceways shall be installed in accordance with NECA 1, Standard Practices for Good Workmanship in Electrical Contracting, and as specified herein. C. Conduit types shall be used as follows: 1. All exposed conduit outdoors shall be rigid metal, including conduit masts. 2. Raceways shown on the Drawings to be installed underground shall be rigid nonmetallic. D. All conduits shall be kept dry and free of water or debris with pipe plugs or caps. E. Conduit and boxes shall not be attached to or suspended from equipment or mechanical ductwork. Where box or conduit must be mounted below ductwork, provide a structural channel support which is suspended from the ceiling or bracketed from a wall. Attachments to equipment shall be directly to the electrical devices associated with it. F. Conduit terminations to terminal boxes, cabinets, and enclosures shall have double locknuts and insulated bushings. External locknuts shall be sealing locknuts. G. All conduits which enter major equipment, such as the service entrance switchboard and motor control centers, shall have grounding type insulating bushings. H. Underground conduit runs shall have a minimum cover of 2 feet, and shall be rigid nonmetallic conduit, unless noted otherwise. 1. Conduit shall be sloped to drain to handholes or pull boxes. 2. Rigid metal conduit installed underground or in contact with concrete shall have a corrosion resistant coating or covering. I. All conduit under roadways shall be directional drilled. J. Contractor shall do all trenching or plowing for underground conduit with a minimum size trench. 3 inches of sand shall be placed below and above buried conduit in trench. All fill material shall be placed in 12 -inch lifts and compacted to 90 -Percent Standard Proctor Density. Underground warning tape shall be laid in the trench approximately 9 inches below the surface. Excavating, backfilling, and grading shall comply with Division 31. K. A nylon pull cord shall be installed in each empty conduit. L. Only raceway types which are specified in this section shall be used. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS © 2013 Stantec 1 193801579 260533-3 M. The roadway, sidewalk, or grade beneath which conduit is routed shall be restored to its original or better condition. 1. Provide grading, soil, and seeding or sod to restore turf to original or better conditions. 2. Coordinate type of soil, seeding and/or sod with Owner to match existing. 3.02 OPENINGS A. Contractor shall review the size and location of all openings to be sure they meet the requirements of the equipment that is furnished and/or installed as a part of this Contract. Contractor shall be responsible for providing all required openings necessary for a complete installation. All required openings are not shown on the Drawings. B. All openings shall be filled with an approved sealant, caulking, or grout after the conduit or cable installation is complete. 3.03 CONDUIT IDENTIFICATION A. Conduits shall be tagged as a group where they enter each major electrical panel or box, such as control panels, motor control centers, service entrance switchboard, generator, and large pull boxes or terminal cabinets. Tag shall identify the location of the other end of the run. B. Conduit tags shall be 3/4 inch by 3-1/2 inches. If more space is required, then 2-3/8 inches by 4-3/4 inches shall be used. Tags shall be marked with black ink and the writing shall be covered with protective tape. � s r RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS O 2013 Stanter [ 1938n1579 260533-4 SECTION 26 50 00 LIGHTING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Luminaires. 2. tamps. 3. Luminaire ballasts. 4. Control devices. 1.02 SUBMITTALS A. Provide submittals as specified in Division 1, Division 26 and as specified herein. 1. Product cut sheets with specified features highlighted for each luminaire. B. Review of shop drawings does not vacate responsibility of contractor to provide a functioning system meeting the Owner's requirements. C. Operating Manuals to be furnished as specified in Division 1, Division 26. 1.03 SEQUENCE OF OPERATIONS The following sequence of operations corresponds with the lighting control schedule found in the Contract Documents. The Contractor shall provide a lighting control system consisting of low voltage controls, luminaires, control panel(s) and other equipment required to perform the specified operations. A. Exterior Photocontrol: 1. Luminaire is to be controlled based on outdoor light levels. 2. Luminaires shall turn on when daylight level drops to a preset set point as sensed by a central photo control. 3. Luminaires shall be turned off when daylight level increase to a preset set point. PART 2 PRODUCTS 2.01 LUMINAIRES A. LED area luminaire. B. Integral photocell. C. 4,000K -5,000K color temperature. D. L87 rating @ 40°C: 100,000hrs of operation. E. Type V distribution. F. 4,500 initial lumens minimum. © 2013 Stantec 193801579 G. Single piece die cast housing. H. Color to match pole. I. Manufacturer: Lithonia CSX1-LED, or equal. 2.02 DRIVERS A. LED Drivers: 1. UL Class 2 power unit as per UL1310. It is also listed in the UL Sign Accessory Manual (UL SAM). 2. Class A sound rating. 3. Minimum operating ambient temperature of -40 degrees C. 4. Life expectancy of 100,000 hours or greater at an average ambient temperature of :5 40 degrees C with use of the fixture it is supplied with. 5. Self rise of 25 degrees C at maximum load in open air without heat sink. 6. Certified by UL for use in a dry or damp location (Outdoor Type I). 7. Tolerates sustained open circuit and short circuit output conditions without damage. 8. Allowable case temperature up to 85 degrees C. 9. Reduce output power to LEDs if maximum allowable case temperature is exceeded. 10. Driver complies with governing FCC rules and regulations. 11. Tolerate sustained open circuit and short circuit output conditions without damage and need of external fusing or trip devices. 12. Dimmable, controlled by 0-10V low voltage controller or other means compatible with lighting system controls. 13. Manufacturer shall have a 5 year history of producing LED lighting drivers for the North American market. 2.03 POLES A. Direct Burial Fiberglass 1. Round Tapered. 2. 20 foot nominal height, 25' shaft length. 3. Sunlight/weather resistant polyurethane coating, dark bronze finish. 4. Manufacturer: Whatley, or equal. B. All pole installations shall be capable of withstanding the forces produced by 90 -mph winds with a 1.3 -gust factor and the total number of luminaires and additional equipment required per pole. C. Provide mounting provisions and hardware for the relocated SCADA antenna. SCADA antenna shall be mounted at the same height as the existing mounting configuration. PART 3 EXECU77ON 3.01 INSTALLATION A. Lenses, refractors, and glassware shall be clean and free from cracks or chips. All reflectors, shades, luminaire bodies, etc. shall be free from dents and scratches, thoroughly cleaned, and properly aligned before installation is accepted by the Owner. All exposed tags and labels other than UL and emergency ballast identifiers shall be removed. B. Pole erection and mounting shall be done according to pole manufacturer's recommendations. LIGHTING © 2013 5tantec 1193801579 265000-2 C. Provide a neutral (grounded) conductor with each switching circuit 120V (L -G) or greater. D. Test relays and switches after installation to confirm proper operation. E. Contractor shall remove the SCADA antenna from the existing pole and remount on the new pole. Antenna shall be orientated in the same direction and mounted at the same height as the existing installation. Contractor shall be responsible for any damage to the antenna during work on the poles. 1. Contractor shall coordinate the schedule of relocating the antenna with the Owner prior to beginning work. F. Wiring inside of the lift station control panel shall be performed in such manner to replicate the existing wiring methods inside the panel.. Wiring shall installed in appropriate wire ducts/wire ways and shall be fastened and bundled. 3.02 COMMISSIONING A. Contractor shall meet with the Owner's representatives to review the programmed control schemes for the basic operations. Contractor shall revise the programming and adjust device level setpoints as requested by the Owner. Base bid shall include all modifications to the lighting control system; Owner shall not be charged additional costs for modifying the system controls or attendance at such meetings. B. Contractor shall meet with the Owner's representatives to review the operation of the SCADA antenna. Contractor shall adjust antenna orientation as required until approved by Owner. END OF SECTION © 2013 Stantec 193801579 LIGHTING 265000-3 SECTION 31 10 00 SITE CLEARING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Removal and trimming of vegetation and trees, and stripping and stockpiling of sod and topsoil. B. Related Sections 1. Section 02 41 13 Selective Site Demolition 2. Section 3123 00 — Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measure and Payment 1. A Bid Item has been provided for Clearing. Measurement will be by physical count of each tree cleared having a diameter of more than 4 inches at a point 24 inches above the ground surface. Payment will constitute compensation in full for all removal, disposal, and costs. 2. A Bid Item has been provided for Grubbing. Measurement will be by physical count of each tree or stump grubbed. Payment will constitute compensation in full for all removal, disposal, and costs. 3. A Bid Item has been provided for Clearing and Grubbing. Measurement will be by lump sum for all remaining Project Clearing and Grubbing for trees and shrubs having a diameter of less than 4 inches at a point 24 inches above the ground surface. Payment will constitute compensation in full for all removal, disposal work, and costs. 4. Sod Removal: This Work is considered incidental to the other Work of the Contract. 5. Windfall/Deadfall Removal: This Work shall be incidental to the Project with no direct compensation. 6. Brush Removal: This Work shall be incidental to the Project. 7. Stripping and Stockpiling of Soil: This Work shall be considered incidental to other Work in the Contract. 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2101— Clearing and Grubbing. 2. 2571— Plant Installation. 1.04 DEFINITIONS A. Brush: All bushes, shrubs, and other vegetation that can be cut with a brush scythe or mowing machine, including small isolated trees having a diameter of 4 inches or less at a point 2 feet above the ground surface. © 2013 Stantec 1 193601579 SITE CLEARING 311000-1 B. Clearing: Cutting, removing, and disposing of trees, shrubs, bushes, windfalls, and other vegetation in the designated areas. C. Grubbing: Removing and disposing of stumps, roots, and other remains in the designated areas. D. Tree Trimming/Pruning: Cutting broken, damaged, or obstructing branches and installing wound dressing. 1.05 QUALITY ASSURANCE A. Burning 1. Onsite burning is not allowed. 2. Acquire Minnesota Pollution Control Agency (MPCA) and all required State Permits. 3. Conform to all local regulations. 1.06 SITE CONDITIONS A. Work consists of removing trees generally in areas where conflict with installation of new utilities existing. B. The Drawings do not specifically show all trees to be removed or transplanted. Tree removals will be reviewed by the Engineer prior to beginning clearing. C. Protect specimen trees close to Work that are designated to remain but may be damaged by Work. 1.07 SEQUENCING AND SCHEDULING A. Install temporary erosion control measures prior to Work of this Section. B. Complete before or sufficiently ahead of on-going rough grading, excavation, backfill, and compacting for utilities. J.1 A iii:j 2.01 WOUND DRESSING A. Asphalt base tree paint. B. Other acceptable materials per Engineer's approval. PART 3 EXECUTION 3.01 GENERAL A. Review removals in the field with the Engineer prior to doing Work. Clearing limits will be clearly marked by the Engineer. B. Assume multiple mobilizations for the Work of this Section. C. Stockpile soil to eliminate contamination with other on Site materials. 3.02 CLEARING AND GRUBBING O 2013 Stantec 1 193801579 SITE CLEARENG 311000-2 A. Clearing Trees: Cut off, remove, and dispose of trees and brush in the areas designated as a clearing operation. When grubbing is not required, the point of cut off shall -be 6 inches above the ground. B. Clearing Brush: Cut even with the ground surface. C. Grubbing: Remove brush, stumps, roots, and other remains to a minimum depth of 18 inches below subgrade for all proposed sections. D. Backfill all depressions resulting from the grubbing operations in accordance with Section 3123 00. 3.03 TRIMMING AND PRUNING A. As directed by the Engineer, trim trees that are to be saved but interfere with the proposed construction. Paint all cuts with wound dressing. 3.04 STRIPPING A. After clearing and grubbing have been completed, strip sod and topsoil to a line 2 feet outside of areas to be occupied by structures, walks, roadways, areas to be excavated or filled, and other areas shown. B. Stockpile sufficient topsoil to re -spread at a uniform depth of 4 inches to all disturbed areas identified for seeding or sodding: 1. Do not strip within the drip line (branch spread) of trees identified to remain. 3.05 DISPOSAL_ A. Dispose of all cleared and grubbed material and debris outside the right-of-way at a location selected by the Contractor. B. Disposal site should be a properly designated landfill area as determined by appropriate governmental agencies or lands under direct control of the Contractor. C. Stripped materials not used for embankments shall be disposed off Site. D. On Site burial or burning of any debris is not permitted. 3.06 PROTECTION A. Conduct operations so as not to damage surrounding private property. B. Protect trees intended to be saved from injury or defacement during operations 1. Restrict widths of utility trenches. 2. Provide protective bracing, sheeting, or box to insure safe Work conditions as incidental to Contract. C. Exercise care to keep salvaged material as clean as possible during operations. D. Install temporary fencing at the construction limits and drip lines of trees to be protected prior to any construction activities in order to protect vegetation (Incidental). END OF SECTION SITE CLEARING © 2013 Stantec 1193801579 311000-3 SECTION 31 23 00 EXCAVATION AND FILL PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Excavation and fill for roadways, driveways, sidewalks, trails, and other areas. B. Related Sections 1. Section 0157 13 - Temporary Erosion and Sediment Control. 2. Section 02 4113 - Selective Site Demolition. 3. Section 31 10 00 - Site Clearing. 4. Section 3123 13 - Subgrade Preparation. 5. Section 3132 19 — Geosynthetic Soil Stabilizer and Layer Separation 6. Section 32 92 00 - Turf Establishment. 7. Section 33 05 05 - Trenching and Backfilling. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for various excavation materials, borrow materials, and salvage materials. Measurement and payment shall be at the Bid Unit Price consistent with MnDOT Spec. 2105.4 and 5, except as modified in the following. 2. A Bid Item has been provided for Common Excavation (EV). Measurement will be by cubic yard. Quantities have been calculated by determining the new street area, from lip of curb to lip of curb, multiplied by a depth of 30 inches and converted to cubic yards. Final common excavation quantities will be calculated as indicated above. Payment will include placing and compacting suitable material on Site and disposal of excess material off Site. a. The quantity on the Bid Form accounts for all excavations required for the street reconstruction. Excavation required to replace surfacing such as sidewalk, driveways, curb and gutter, etc, shall be included in the removal item conforming to Section 02 41 13. b. Excess aggregate material from the reconstruct streets that is hauled away directly, or used for access maintenance and then hauled away, will be paid under the Common Excavation Bid Item. c. Payment will not be made to move the excess aggregate material to another part of the Project, then again for removal and disposal; i.e. compensation for removing existing aggregate material used for maintenance will be paid one time only. 3. A Bid Item has been provided for Topsoil Borrow (LV). Measurement will be by loose volume of material placed in cubic yards. All hauling, placement, blading, grading, shaping, and compacting of Topsoil Borrow shall be incidental to this Bid Item. 4. A Bid Item has been provided for Select Granular Borrow (Modified). Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. Payment will include all costs related to furnishing and installing the material complete in place as specified. a. If the aggregate backfill material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of plan thickness. Said quantities shall be based on material weighing 110 pounds per square yard of area per inch of thickness. EXATI 0 N' AN—D' FLS- © 2013 Stantec 1 193801579 3123 00 - I 5. A Bid Item has been provided to Construct Rain Garden. The square foot area shown on the bid form indicates the area at the top of the rain garden. Plan quantity will be the basis of payment for the topsoil stripping, common excavation, and grading required for construction of the rain garden. No field measurements will be made on excavated materials. b. A Bid Item has been provided for Augmented Soils. Measurement will be by cubic yard of material placed, as determined by the Engineer. Payment will include all costs related to furnishing and installing the material complete in place as specified. 7. A Bid Item has been provided for Boulevard Excavation. Measurement will be by square yards of material excavated. This item includes excavation/scraping of approximately 2 inches deep, for existing boulevards not disturbed during construction that require lowering as determined by the Engineer. a. Disposal of the excavated material offsite is incidental to this bid item. b. Excavation due to utility and street improvements at these locations is considered incidental to this bid item. c. Topsoil Borrow, sodding, or seeding will be paid as separate bid items. 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 3127 - Fine Aggregate for Bituminous Seal Coat. 3. 3149 - Granular Material. 4. 3877 - Topsoil Borrow. 5. 3890 Compost. 1.04 SUBMITTALS A. Submit the following items consistent with Section 0133 00: 1. Gradation tests for borrow materials. 2. Topsoil Borrow test indicating material content, organic content, and ph levels. B. Submit the following items for the Augmented Soils: 1. Name and location of the source and gradation results for the sand required in the Augmented Soils. 2. Certification from compost vendor that their compost has been chemically and biologically tested and found to meet the specifications of Mn/DOT 3890. 109111M11014;I►MI1f67► 0 A. The definitions of the different classifications of excavation and borrow material shall conform to MnDOT Spec. 2105.2, or as modified herein. 1. Grading Grade: Bottom of the fully excavated design section as shown on the Drawings. 2. Common Excavation: Excavation above the grading grade and below the bottom of the design bituminous surface. 3. Subgrade Excavation: Excavation below the grading grade that has not been classified as another form of excavation in this Section. 1.06 QUALITY ASSURANCE A. Assist testing laboratory by excavating for density tests. Assist testing laboratory with obtaining material samples. © 2013 Stantec 1 193801579 EXCAVATION ARID FILL 312300-2 1.07 SEQUENCING AND SCHEDULING A. Perform excavation as soon as possible after construction of sewer, water, storm sewer and other utilities. B. Complete subgrade for streets, driveways, and walks immediately after trench backfill and compaction. C. Complete finish grading of turf areas within 5 calendar days after backfill. D. Sequence for Rain Garden as follows: 1. Perform rain garden excavation as soon as possible after stripping the topsoil. 2. Complete excavation and fill for the rain garden immediately after trench backfill and compaction. 3. After approval from Engineer, place geotextile fabric and Augmented Soils. 4. Place topsoil and sod. 5. Complete finish grading of turf areas within 5 calendar days of starting excavation. PART 2 PRODUCTS 2.01 MATERIALS A. Select Granular Borrow (Modified): Conform to MnDOT Spec. 3149.2B2, except as modified herein by the following gradation requirements: Sieve Size Percent Passing #40 0 to 40 #200 0 to 5 B. Topsoil Borrow: Conform to MnDOT Spec 3877.2B, except as modified herein. 1. Material shall be screened and pulverized. C. Augmented Soils shall consist of the following: 1. 70 percent clean sand free of deleterious material meeting MnDOT 3127.2B FA -1. 2. 30 percent organic leaf compost meeting MnDOT 3890B Grade 2. PART 3 EXECUTION 3.01 GENERAL A. Conform to MnDOT Spec. 2105.3A, or modified herein. 1. Establish traffic control prior to excavations. 2. Establish the specified erosion control devices according to Section 0157 13 prior to all excavations. 3. Notify utility companies of progress schedule so they can accomplish relocations, removals, and holding of lines. 4. Perform removals consistent with Section 02 41 13. 5. Strip topsoil consistent with Section 31 10 00. 3.02 PREPARATION OF EMBANKMENT A. Conform to MnDOT Spec. 2105.36, or as modified herein. EXCA,V-47170N AND FILL © 2013 Stantec 1 193801579 312300-3 1. Engineer's approval is required of all areas where preparation works has been performed prior to the placement of the embankment or fill material. 3.03 EXCAVATION OPERATIONS A. Conform to MnDOT Spec. 2105.3C, or as modified herein. 1. Excavation of unstable material below grade shall be done under the direction of the Engineer as the subsurface conditions are disclosed. 2. Remove unstable material so as to minimize disruption to the bottom of the excavation. 3. Notify Engineer immediately of any large boulders or ledge rocks encountered so proper measurement or profile can be made for pay quantities. 4. No solid rock will be allowed within 12 inches of the subgrade. 5. Provide and maintain temporary drainage facilities until permanent facilities are completed. 3.04 DISPOSITION OF EXCAVATED MATERIAL A. Conform to MnDOT Spec. 2105.31), or as modified herein. 1. Reclaim materials may be used only as specified in the Drawings or as directed by the Engineer. 2. No bituminous or other foreign material will be permitted within the rain garden limits. 3. Disposal for surplus materials from the rain garden excavation shall be incidental to the Bid Item for Construct Rain Garden. 3.05 PLACING EMBANKMENTS A. Conform to MnDOT Spec. 2105.3E. 3.06 COMPACTING EMBANKMENTS A. Conform to MnDOT Spec. 2105.3F, or as modified herein. 1. Compaction required for embankment materials shall conform to the Specified Density Method with the testing location and rates being determined by the Engineer. 2. Clayey or silty soil used as fill will need to be placed at a water content sufficient to attain compaction (near the "optimum water content" defined in ASTM D698). It is the Contractor's responsibility to moisture condition the soil (wet or dry) to a uniform condition. Some on Site soils will be wet (or could be dry) and the Contractor shall not claim that this is a changed condition. 3. Backfilling of embankments shall be performed using on Site materials: If the Contractor is unable to meet the specified density requirements using that material due to excess moisture content, they shall immediately notify the Engineer of this condition. 4. The Contractor is required to farm or use alternative method to dry the material in order to attain a sufficient water content when compacting wet embankment material. No consideration for alternate options shall be made without an attempt made first to farm or dry out material. 5. The Contractor small recognize that inclement weather (sometimes heavy) occurs during the construction season and the Contractor shall be responsible for protecting the moisture condition of soils during the construction phase. Such protection measures include sloping of exposed surfaces to promote runoff (avoid ponding) and compacting exposed surfaces prior to rain events to minimize infiltration. 3.07 FINISH OPERATIONS A. Conform to MnDOT Spec. 2105.3G, or as modified herein. 1. Finish grading of subgrade prior to placement of an aggregate base course shall conform to the following tolerances: O 2013 Stantec 1 193801579 EXCAVATION AND FILL 312300-4 a. Not vary by more than 0.05 feet above or below the prescribed elevation at any point where a measurement is made. 2. Finish grading of subgrade prior to placement of a granular borrow shall conform to the following tolerances: a. Not vary by more than 0.10 feet above or below the prescribed elevation at any point where a measurement is made. 3. Finish grading of granular borrow prior to placement of an aggregate base shall conform to the following tolerances: a. Not vary by more than 0.10 feet above or below the prescribed elevation at any point where a measurement is made. 4. Grading of the soils beneath the proposed topsoil shall be reviewed and approved by the Engineer prior to the start of the topsoil placement. 3.08 INSTALLATION OF GOETEXTILE FABRIC FOR SEPARATION A. See Section 3132 19 3.09 AUGMENTED SOILS A. No compaction will be required, as compactions of augmented soils should be avoided. B. Finish grading of subgrade prior to placement of the geotextile fabric and Augmented Soils shall conform to the following tolerances: a. Not vary by more than 0.10 feet above or below the prescribed elevation at any point where a measurement is made. C. The materials included in the Augmented Soils shall be thoroughly mixed by means selected by the Contractor. The method selected shall not compact the Augmented Soils in their final position. D. A sample of the mixed material shall be provided to the Engineer for testing as requested by the Owner. 3.10 TOPSOIL AND SOD A. See Section 32 92 00 END OF SECTION © 2013 Stantec 1 193801579 EXCAVATION AND FILL 312300-5 SECTION 31 23 13 SUBGRADE PREPARATION PART i GENERAL 1.01 SUMMARY A. Section Includes 1. Grading, shaping, and compacting subgrade prior to placing a sub -base, base or surface course. B. Related Sections 1. Section 3123 00 Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. No Bid Item has been provided for subgrade preparation. Subgrade preparation and all related Work shall be considered incidental to the Project with no direct compensation made therefore. Subgrade preparation shall be completed in accordance with these Specifications, including shaping, grading, compacting, tolerancing, and test rolling. 2. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 2111 - Test Rolling. 3. 2112 - Subgrade Preparation. 1.04 SEQUENCING AND SCHEDULING A. Subgrade preparation shall be performed prior to placement of the sand subbase, aggregate backfill material, concrete curb and gutter, and bituminous pavement. B. Complete subgrade for streets, driveways, walks, and parking lots immediately after installation of pipe as part of trench backfill and compaction. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 GENERAL A. Subgrade preparations shall be performed to produce the required density, grade, and cross- section. SUBGRADE PREPARATION © 2013 Stantec 1 193801579 312313-1 3.02 PREPARATION A. Inspection of subgrade by test rolling conforming to MnDOT Spec. 2111, or as modified herein 1. The equipment used for test rolling shall be a Tandom Truck with a minimum gross weight of 45,000 pounds. 2. The road bed will be considered unstable if yielding and rutting is greater than 1-1/2 inches. 3.03 COMPACTION A. Conform to MnDOT Spec. 2105.3F1, or as modified herein. 1. For the Specified Density Method, the Engineer will sample and test the soils to determine the Maximum Density and Optimum Moisture. 2. Density and moisture tests will be taken on the compacted subgrade at the location and testing rates designated by the Engineer. Nuclear density testing shall be considered an approved method. 3.04 FINISH OPERATIONS A. Subgrade tolerance shall conform to MnDOT Spec. 2105.3G, or as modified below: 1. Not vary by more than 0.05 feet above or below the prescribed elevation at any 1 point where a measurement is made. END OF SECTION SUBGRADE PREPARATION © 2013 Stantec 1193801579 SECTION 31 32 19 GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION PART 1 GENERAL A. Section Includes 1. Geotextile fabric used for separation of materials. B. Related Sections 1. Section 3123 00 — Excavation and Fill. 2. Section 3123 13 — Subgrade Preparation. 3. Section 32 93 00 — Plants. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Geotextile Fabric, Type V. Measurement will be based upon units of square yards of actual surface area covered by Geotextile Fabric. Payment at the Bid Unit Price shall include all materials, installation, and protection of installed Geotextile Fabric as specified. The required overlap joint or joint sewing shall be incidental to this fabric item with no direct payment being made. 2. A Bid Item has been provided for Geotextile Fabric Type V, Rain Garden. Measurement will be based upon units of square yards of actual surface area covered by Geotextile Fabric in the rain garden. Payment at the Bid Unit Price shall include all materials, installation, and protection of installed Geotextile Fabric as specified. The required overlap joint or joint sewing shall be incidental to this fabric item with no direct payment being made. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (Mn/DOT Spec.) 1. 3733 — Geotextiles. 1.04 SUBMITTALS A. Manufacturers Certificate of Compliance which includes the following information: 1. Full product name by trademark and style number. 2. Geotextile polymer type(s). 3. Geotextile physical properties. B. Samples of the Geotextile 1. The geotextile machine direction shall be marked on each sample submitted for testing. GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION © 2013 Stantec 1 193801579 313219-1 PART 2 PRODUCTS 2.01 GEOTEXTTLE FABRIC A. Conform to the requirements of MnDOT Spec. 3733, Type V (non woven), except as modified below: I. Materials: The fabric installed on this project shall consist of a polypropylene or polyester filament or yarn, non -woven, needle punched. The fabric shall be inert to commonly encountered chemicals, resistant to ultraviolet radiation, and conform to meet the following minimum Specifications: Geotextiie Spec. Test Method Value Grab Tensile Strength ASTM D4632 200 either principal direction, lbs. Grab Tensile ASTM D4632 Elongation, Percent, Max. Ultra Violet Light Stability ASTM D4355 Burst Strength ASTM D3786 p.s.i., min. (Diaphragm Method) Trapezoid Shear ASTM D4553 Strength, lbs. min. (any direction) Puncture Strength ASTM D4833 lbs., min. Permittivity (sec 1) ASTM D4491 Flow Rate ASTM D4491 Gal./Min./ft.Z Minimum Fabric Weight AOS (U.S. Sieve) ASTM D4751 50 70 -Percent Retained* 400 80 130 1.5 95 8 oz/sy 70 to 100 *Percent retained of specified fabric strength as determined by ASTM D4632 (Grab Tensile) when exposed for 150 hours as per ASTM D4355. PART 3 PART 3 EXECUTION 3.01 PREPARATION A. Excavation: Conform to Section 3123 00. B. Subgrade Preparation: Conform to the requirements of Section 3123 13. Subgrade shall be toleranced and approved before geotextile placement. C. No compaction of the subgrade is need for the rain garden. GEOSYNTHEfIC SOIL STABILIZATION AND LAYER SEPARATION Q 2013 Stantec 1 193801579 313219-2 3.02 INSTALLATION A. Place geotextile immediately ahead of the covering operation 1. No geotextiles shall be left exposed to sunlight during installation for a total of more than 7 calendar days. 2. The geotextile shall be laid smooth without excessive wrinkles. 3. The geotextile shall not be dragged through mud or over sharp objects which could damage the geotextile. B. All adjoining sections of the geotextile shall be overlapped a minimum of 18 inches or sewn using mechanical machine. C. Secure fabric in place by means of stone weights to prevent displacement. D. If geotextile is torn or punctured, the damaged area shall be repaired or replaced. 1. The patch shall overlap the existing geotextile a minimum of 3 feet from the edge of any part of the damaged area. 3.03 FILL PLACEMENT A. Only granular spreading methods that will not tear the fabric shall be used. B. Select Granular Borrow: 1. Granular borrow shall not be dropped on the fabric from a height greater than 3 feet. 2. Place a minimum of 8 inches of granular borrow on the geotextile prior to the movement of construction equipment. Carefully monitor turning movements. 3. Tracked or wheeled equipment shall not be permitted to drive directly on the fabric. 4. Any ruts occurring during construction shall be filled with additional granular borrow and compacted to the specified density. 5. Compaction of first lift above the geotextile shall be limited to routing of placement and spreading equipment only. No vibratory compaction will be allowed on the first lift. C. Rain Garden: 1. Augmented Soils shall not be dropped on the fabric from a height greater than 3 feet. 2. Place a minimum of 8 inches of Augmented Soils on the geotextile prior to the movement of construction equipment. Carefully monitor turning movements. 3. Tracked or wheeled equipment shall not be permitted to drive directly on the fabric. 4. Compaction of Augmented Soils placed above the geotextile fabric will not be required, and shall be avoided. END OF SECTION GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION © 2013 Stantec ; 193uni c�79 313219-3 SECTION 32 11 23 AGGREGATE BASE COURSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Requirements for aggregate base course on a prepared subgrade. B. Related Sections 1. Section 3123 00 — Excavation and Fill. 2. Section 3123 13 - Subgrade Preparation. 3. Section 32 12 02 - Flexible Paving (State Aid). 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Aggregate Base, Class 5. Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. a. If the aggregate base course material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of Drawing thickness. Said quantities shall be based on material weighing 110 pounds per square yard of area per inch of thickness. b. Existing on-site aggregate base shall not be used in ultimate design section. The off-site aggregate mixture shall consist of 100 percent virgin aggregates. 2. A Bid Item has been provided for Open Graded Aggregate Base. Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. Open Graded Aggregate Base may only be installed at the direction of the Engineer and will include removal of any unstable materials. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2211 - Aggregate Base. 2. 3138 - Aggregate for Surface and Base Courses. 1.04 SUBMITTAL A. Submit gradation report on sample of aggregate base to be used. 1.05 SEQUENCING AND SCHEDULING 1. See staging plan in the Drawings. B. Construct aggregate base only after all of the following have been completed: 1. Subgrade has been corrected for instability problems and successfully passed a test roll performed by the Contractor and witnessed by the Engineer. AGGREGATE BASE COURSES C 2013 Stantec 1 1 WARM S7U 321123-1 2. Subgrade has been checked for conformance to line and grade tolerances (stringline). PART 2 PRODUCTS 2.01 MATERIALS A. Aggregate Base: Conform to MnDOT Spec. 3138, Class 5 aggregate. B. Open Graded Aggregate Base: Conform to MnDOT Special Provision 2211, Open Graded Aggregate Base. PART 3 EXECUTION 3.01 PREPARATION A. Prepare the subgrade in accordance with Section 3123 13. B. Subgrade to be completed and approved by the Engineer prior to installation of aggregate base. C. Remove unstable material and install open graded aggregate base only as directed by Engineer. D. Open graded aggregate base may be installed at driveways with truck traffic if directed by Engineer. 3.02 CONSTRUCTION REQUIREMENTS A. Conform to MnDOT Spec. 2211.3 1. Compaction for driveways, sidewalks, trails and patches shall be done by the "Quality Compaction Method." 2. Compaction for reconstructed streets shall be done by the "Modified Penetration Index Method." 3. Install aggregate base in accordance with details on Drawings. 4. Deliver weight tickets to Engineer daily. 3.03 FIELD QUALITY CONTROL A. The Owner shall have an independent testing laboratory sample the aggregate base materials, determine the moisture/density relationships and gradation, and perform field moisture/density tests at locations determined by Engineer. B. Line and Grade Tolerance: The final aggregate base surface will be checked for conformance to specified tolerances by the "stringline" method prior to approval to pave the surface. Grade shall be t 0.03 feet of grade. 3.04 PROTECTION A. Protect aggregate base until it is covered by surface pavement. B. Keep aggregate base free of ruts and irregularities until covered by surface paving. C. Place water on aggregate base for dust control as required to eliminate nuisance conditions for adjacent properties. END OF SECTION AGGREGATE BASE COURSES 0 2013 Stantec 193801579 321123-2 SECTION 32 12 02 FLEXIBLE PAVING (STATE AID PROJECTS) PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. Hot plant mixed asphalt -aggregate mixtures for wearing and non -wearing pavement courses. 2. Bituminous tack coat. B. Related Sections 1. Section 32 1123 - Aggregate Base Courses. 2. Section 32 16 13 - Concrete Curbs and Gutters. 3. Section 33 05 17 - Adjust Miscellaneous Structures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Method of Measurement and Payment shall conform to MnDOT Section 2360.8, except as modified herein. 2. A Bid Item has been provided for Bituminous Material for Tack Coat. a. Measured by volume in gallons at 60 degrees F. b. Payment for bituminous material used for Tack Coat includes compensation in full for all costs incidental to the furnishing and application at the Bid Unit Price per gallon. c. Cleaning of all debris and dirt from the previous bituminous surfaces prior to placement of Tack Coat is included in the Bid Unit Price for Tack Coat. d. Payment for tacking exposed edges of existing bituminous surfaces and concrete curb and gutter in conjunction with non wearing course placement is considered incidental to the placement of the non -wearing course. 3. Bid Items have been provided for Type SP 12.5 Wearing Course Mixture (4,E), Type SP 12.5 Non Wearing Course Mixture (4,B), Type SP 12.5 Bituminous Mixture for Patching (4,B), Type SP 9.5 Bituminous Mixture for Driveways (2,B), and Type SP 9.5 Bituminous Material for Trail (2,B). a. Measured by the weight in tons of material placed and accepted for each specified Bid Item as stated in the Bid Form. Payment shall be made in accordance with the acceptance and payment schedules provided in the MnDOT Specification 2360 Plant Mixed Asphalt Pavement — dated March 5, 2012. b. The Bid Unit Price includes both the bituminous course mixture and asphalt binder material. c. Partial payment will not exceed 70 percent of the total calculated payment until the required testing and product documentation is received and found to be acceptable to the Engineer. d. Payment for the bituminous wearing course will not be made until the corresponding signing and pavement markings have been installed. e. The Contractor shall note that all bituminous non wearing course is to be constructed in 2013 and all bituminous wear course is to be constructed in 2014. All costs associated with the required bituminous construction phasing will be considered incidental to the Project. 4. Preparation of Bituminous Non Wearing: Measurement and Payment shall be considered incidental and shall include the following: FLEXIBLE PAVING (STATE AID PROJECTS) © 2013 Stantec , 193801579 321202-1 a. Final clean up of the bituminous non wearing course with a power pickup broom. b. Final adjustment of the structures to conform to Section 33 05 17. 5. Bituminous sawcutting and/or milling that is required for joint construction will be paid per Section 02 41 13. 6. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. Attached MnDOT Specification 2360 Plant Mixed Asphalt Pavement dated March 5, 2012. a. Within this document replace the words "Department Bituminous Engineer" or "District Materials Engineer" with the word "Engineer", 2. 2321- Road -Mixed Bituminous Surface. 3. 2357 - Bituminous Tack Coat. 4. 2399 - Pavement Surface Smoothness. 5. 2535 - Bituminous Curb 6. 3139 - Graded Aggregate For Bituminous Mixtures. 1.04 SUBMITTALS A. Submit mixture design report to the Engineer. Conform to MnDOT Spec. 2360.2.F and 2360.2.G.8, and Division 01. B. Submit mix design report for all projects, regardless of the size of the project. C. Submit Q/C results in accordance with MnDOT Spec. 2360.2.G.8 and MnDOT's most recent Materials Control Schedule. 1.05 SEQUENCING AND SCHEDULING A. Aggregate base and concrete curb and gutter to be completed and approved by the Engineer prior to placement of bituminous surfaces. B. The Contractor shall provide a 48-hour notice for scheduling and noticing of the residents prior to paving operations. C. Adjust structures prior to placement of bituminous wearing course as specified in Section 33 05 17. D. Bituminous cores for testing shall be taken 12 to 48 hours after paving operations. E. Bituminous wearing course shall be constructed in 2014 as indicated in the drawings. PART 2 PRODUCTS 2.01 MATERIALS A. Mixture Designation: Conform to MnDOT 2360.1.A, except as modified in the typical section Detail Drawing and Bid Form.Bituminous Tack Coat 1. Bituminous Material: Conform to MnDOT Spec. 2357. a. Emulsified Asphalt, Cationic, CSS -1 or CSS -1H. Q 2013 Stantec 193801579 FLEXIBLE PAVING (STATE AID PROJECTS) 321202-2 PART 3 EXECUTION 3.01 GENERAL A. Conform to the requirements of MnDOT Spec 2360.3, except as modified herein. B. The Contractor to review the proposed paving sequence with the Engineer prior to placement of each bituminous course (lift). C. The proposed sequence shall address the: longitudinal seams, compaction, traffic control, hauling routes, and placement of pavement markings. D. Preparation of Bituminous Non Wear Course 1. Final clean up of the bituminous surface with the use of a power pickup broom and front end loader. 2. Adjust structures conforming to the requirements of Section 33 05 17. E. Joints: Where new construction meets existing bituminous surfacing, the existing surface shall be uniformly milled or saw -cut straight and bituminous tack coat applied prior to placement of each bituminous course (lift). 1. For joint construction, an existing bituminous surface shall be considered to include any bituminous surface not paved on the same day as the new construction. The Owner may require milling or sawcutting on surfaces paved the same day, if, in the opinion of the Owner, the mix has cooled to a point where a new milled or sawed edge is necessary. 2. Construct 2 -foot wide (min.) ramp where new construction does not match existing construction (i.e. wearing course to non -wearing course). 3.02 RESTRICTIONS A. Conform to MnDOT Section 2360.3A, except as modified herein. B. All street surfaces checked and approved by the Engineer prior to paving. C. Existing bituminous surfaces must be dry prior and during placement of any bituminous pavements. D. Wearing course shall not be placed when the air temperature in the shade and away from artificial heat is 50 degrees or less, unless otherwise approved by the Engineer. 3.03 EQUIPMENT A. Conform to MnDOT Section 2360.3.B. 3.04 TREATMENT OF SURFACE A. Bituminous Tack coat shall conform to MnDOT Spec. 2357, except as modified herein. B. Restrictions 1. The tack coat shall not be applied when the road surface is wet or when the weather conditions are unsuitable. 2. The area for tack coat application shall be limited as directed by the Engineer. 3. The Contractor shall have sole responsibility of claims of tack coat on personal property due to lack of notification or signage of the area being tack coated. FLEXIBLE PAVING (STATE AID PROJECTS) © 2013 Stantec 1193801579 321202-3 C. Equipment: Conform to MnDOT Spec. 2321.3C1. D. Road Surface Preparation: Conform to MnDOT Spec. 2357.3C. E. Application 1. At a uniform rate conforming to MnDOT Spec. 2357.3D1, but not greater than 0.05 gallon per square yard. 2. Along the front edge of the concrete curb and gutter, prior to placement of bituminous base. 3.05 PAVEMENT DENSITY A. Conform to MnDOT Section 2360.3.D, except as modified herein. 1. Pathways, Driveways, and Patching shall conform to Section 2360.3.D.2 — Ordinary Compaction Method. 2. All other Pavement Density shall conform to Section 2360.3.D.1— Maximum Density Method. B. Vibrating steel drum roller and a pneumatic tired roller employed in conjunction with each other during compaction of all wear courses. 3.06 THICKNESS AND SURFACE SMOOTHNESS REQUIREMENTS A. Conform to MnDOT Section 2360.3.E, except as modified herein. 1. Table 2360-26, Final wear adjacent to fixed structures for manholes and valves shall conform to Section 33 05 17. 2. The sentence "In addition to the list the above pavement surface must meet requirements of 2399 (Pavement Surface Smoothness) requirements." is deleted from 2360.3.E Surface Requirements of the attached 2360 (Plant Mixed Asphalt Pavement) Specification. The requirements of 2360.3.E Surface Requirements will apply. 3. Structure Adjustment — Conform to Section 33 05 17 for tolerances. END OF SECTION FLEXIBLE PAVING (STATE AID PROJECTS) © 2013 Stantec 1 193801579 321202-4 SECTION 32 13 14 CONCRETE WALKS; MEDIANS, AND DRIVEWAYS PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. Cast -in-place concrete walkways, medians, driveways, and valley gutters. B. Related Sections 1. Section 3123 00 - Excavation and Fill. 2. Section 3123 13 - Subgrade Preparation. 3. Section 32 1123 - Aggregate Base Courses. 4. Section 32 12 02 - Flexible Paving (State Aid). 5. Section 32 16 13 - Concrete Curbs and Gutters. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Item for 4" Concrete Sidewalk has been included in the Bid Form. Measurement shall be on the basis of in-place square feet a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement. 7) Backfilling. b. Excavation for concrete sidewalk shall be incidental to the removal of the existing sidewalk. c. Aggregate base beneath concrete sidewalk shall be measured and compensated per Section 32 1123. 2. A Bid Item has been provided for 6" Thick Concrete Walk for Pedestrian Curb Ramp. Measurement shall be on the basis of square feet of ramp actually constructed a. Measurement of ramp shall not include adjacent concrete curb and gutter or truncated domes. Those shall be measured and compensated separately. b. Payment shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Saw cutting of existing concrete sidewalk or bituminous pathway pavement. 4) Placement of materials. 5) Finishing. 6) Curing and protection. 7) Backfilling. c. Excavation for concrete pedestrian curb ramp shall be incidental to the removal of the existing sidewalk. d. Aggregate base beneath concrete pedestrian curb ramp shall be measured and compensated per Section 32 1123. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2013 Stantec 1 193801579 32 13 14 -1 3. A Bid Item has been provided for the Truncated Dome Panel, which is part of the concrete pedestrian curb ramp. Measurement shall be on the basis of square feet of Truncated Dome Panel actually constructed a. Payment shall include the following: 1) Truncated panel materials. 2) Placement of truncated panels. 3) Joint sealing material. 4) Protection of truncated panels during construction. 4. Bid Items for 6" Concrete Driveway Pavement and 6" Concrete Driveway Pavement, Special have been included in the Bid Form. Measurement shall be on the basis of in-place square foot. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Sub grade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement. 7) Backfilling. b. 6" Concrete Driveway Pavement, Special shall include high early concrete as specified. c. Excavation for concrete driveway pavement shall be incidental to the removal of the existing driveway. d. Aggregate base beneath concrete driveway pavement shall be measured and compensated per Section 32 1123. 5. A Bid Item for 4" Concrete Median has been included in the Bid Form. Measurement shall be on the basis of in-place square yards. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Backfilling. b. Aggregate base beneath concrete median shall be measured and compensated per Section 32 1123. 6. A Bid Item for Concrete Approach Nose has been included in the Bid Form. Measurement will be on the basis of in-place square yards and shall include concrete materials, subgrade and base preparation, placement of materials, furnishing, curing, protection, backfill and all other incidentals to install the Concrete Approach Nose as detailed in the Drawings. Aggregate will be measured and compensated per Section 32 1123. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing Materials (ASTM) 1. C260 - Air -Entraining Admixtures for Concrete. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2211 - Aggregate Base. 2. 2461 Structural Concrete. 3. 2521 Walks. © 2013 Stantec1193801579 CONCRETE WALKS, MEDIANS, AND DRIVEWAYS 321314-2 4. 2531 - Concrete Curbing. 5. 3702 Preformed Joint Filers. 6. 3754 — AMS Membrane Curing Compound. 1.04 SUBMITTALS A. Submit MnDOT approved design mix for each concrete mix designation used. If a MnDOT approved mix design is unavailable, the Engineer will establish the job mix proportions. 1.05 SEQUENCING AND SCHEDULING A. Construction of pedestrian curb ramps shall be completed following the placement of the bituminous walk or pathway. B. Construction of the concrete driveway apron shall begin no sooner than 24 hours after placement of the adjacent concrete curb and gutter with completion within 5 days of curb placement. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete to conform to MnDOT Spec. 2461, except as modified herein 1. Portland Cement: Conform to MnDOT Spec. 3101 a. Type 3 air -entraining concrete produced by using Type I Portland Cement. 2. Air -Entraining Admixtures: conform to MnDOT Spec. 3113 a. Conforming to ASTM C260. b. Not to be added to the concrete mixtures in the field without approval from Engineer. 3. Mix Designation and Classification a. Sidewalk and Residential Driveways 1) Manual Placement Mix No. 3A32A. 2) Slip Form Placement Mix No. 3A22A. B. Preformed Joint Filler: Conform to MnDOT Spec. 3702. C. Curing Compound: Conform to MnDOT Spec. 3754 1. Curing compound shall contain a fugitive dye. 2. Only MnDOT approved membrane curing compounds will be allowed for use. MnDOT shall pre - approve all curing compounds. The most current approved lots and batches with product expiration dates are available from the MnDOT Products website. All curing compounds shall comply with the requirements of the MnDOT Curing Compound Manufacturer Approval Program, including pre -testing of all materials by the manufacturer. D. Sub -Grade Base Material 1. Select Granular Material: Conform to Section 3123 00. 2. Aggregated Base: Conforming to Section 32 1123, E. Truncated Dome Panels: Approved products 1, East Jordan Iron Works — Cast Iron Coated — Yellow. 2. Neenah Foundry Company — Cast Iron Coated — Yellow. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2013 Stantec 1 193801579 321314-3 PART 3 EXECUTION 3.01 GENERAL A. Provide copies of batch tickets for concrete mix at the time of material delivery. B. Construct concrete walkway, median, driveways, and valley gutters at the locations and elevations indicated on the Drawings. C. Construct walkways to conform to the typical section shown on the Drawings. D. Construct concrete driveway aprons to conform to the Drawings. E. Construct concrete valley gutters to conform to the Drawings. F. Construct concrete curb ramp to conform to the Drawings. G. Verify locations with Engineer in the field prior to construction. H. The completed concrete work shall give the appearance of uniformity in surface contour and texture, and shall be accurately constructed to line and grade. The required joints, edges, and flow lines shall show neat workmanship. I. Retempering of concrete which has partially hardened with or without additional materials or water is prohibited. J. Concrete washout locations shall conform to the requirements of the NPDES. 3.02 FOUNDATION PREPARATIONS A. Placement of the aggregate base or granular material to support the concrete work shall conform to Section 32 1123 or Section 3123 13. Compaction of subgrade base shall conform to MnDOT Spec. 2211.3C1. B. The foundation shall be approved by the Engineer prior to placement of concrete material. 3.03 FORMS A. Conform to MnDOT Spec. 2521.3B. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2521.3C2, except as modified herein 1. Maximum spacing of expansion joints for walkways shall be 60 feet. 2. Match joints of adjacent concrete work. 3.05 METAL REINFORCEMENT A. Conform to MnDOT Spec. 2531.313, except as modified herein 1. Install two No. 4 steel reinforcing rods in the gutter section of Concrete Commercial Driveway Aprons with minimum 2 -inches coverage on all sides. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2013 Stantec 1193801579 321314-4 3.06 PLACING AND FINISHING A. Conform to MnDOT Spec. 2521.3C1 and 2531.3F for slip form or 2531.3K for manual placement, except as modified herein 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10 -foot straight edge, will be considered unacceptable. 2. Any surface area allowing the entrapment of water at a depth 1/8 inch or greater will be considered unacceptable. 3. Unacceptable work shall be removed and replaced with acceptable Work as directed by the Engineer. Acceptance of Work by price reduction will not be allowed. B. Pedestrian Curb Ramp - Truncated Dome 1. Truncated Dome Panels - Conform to the manufacturer's recommendations for placement. 2. Truncated dome panels shall be placed (wet set) on a minimum of 6 -inches concrete and prior to finishing the adjacent concrete surface of the pedestrian ramp. The joint between the panel and concrete shall be finished with 1/2 -inch radius edging tool. 3. Conform to MnDOT Standard Detail Plate No. 7036F for specified truncated dome surface pattern dimensions. Refer to the Drawings for actual ramp size, shape, and slopes. 4. Multiple Truncated Dome panels shall be of equal size. 5. Joint space between truncated dome panels shall be no greater than 1/4 -inch in width. 3.07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2521.30 and 2521.3C3b (Membrane Curing Method), except as modified herein 1. Coat all surfaces with membrane curing compound within 30 minutes after finishing at the specified rate. 2. The membrane -curing compound must contain a fugitive dye and be applied at 2 different directions perpendicular to each other. 3. A second application of membrane curing compound shall be applied 4 to 8 hours after the first application at the specified rate. 4. Cold weather curing, when temperatures fall below 40 degrees F during placement or within the following 24 hours, shall conform to MnDOT Spec. 2521.30a blanket curing method, except as modified below: a. If temperatures are projected to fall below 32 degrees within 24 hours of concrete placement, insulated blankets shall be using for curing. b. All costs associated with blanket curing shall be incurred by the Contractor. 5. The freshly finished surface shall be protected, surfaces pitted by rain will be considered unacceptable. 6. Removal and replacement of any concrete section damaged by traffic, rain, cold weather, or other causes occurring prior to final acceptance shall he the responsibility of the Contractor. 3.08 HIGH EARLY CONCRETE A. Conform to MnDOT Spec. 2461.3C, except as modified herein 1. High early concrete shall be designed to provide a maximum water/cementitous ratio of 0.40. 2. High early concrete shall be designed to provide a minimum flexural strength of 500 psi and a minimum compressive strength of 3,000 psi in 48 hours. 3. High early concrete may requested by the Engineer for driveways. 4. Driveways that required high early concrete will be paid under the bid item for 6" Concrete Driveway Pavement, Special. CONCRETE WALKS, MEDIANS, AND DRIVEWAYS pc 2013 Stantec 1193801579 321314-5 3.09 BACKFILLING A. Conform to MnDOT Spec.2521.3E, except as modified herein 1. Perform backfilling to protect the concrete no sooner than 72 hours after placement of the concrete. END OF SECTION CONCRETE WALKS, MEDIANS, AND DRIVEWAYS © 2013 Stantec 1 193801579 321314-6 SECTION 32 16 13 CONCRETE CURBS AND GUTTERS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Cast -in-place concrete curbs, and concrete curb and gutter. B. Related Sections 1. Section 32 1123 - Aggregate Base Courses. 2. Section 32 12 02 - Flexible Paving (State Aid Projects). 3. Section 32 13 14 Concrete Walks, Medians, and Driveways. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for Concrete Curb and Gutter Design B618, Concrete Curb and Gutter Mountable, and Concrete Curb and Gutter Design B812. Measurement of curb and gutter shall be by the lineal foot measured along the face of the curb at the gutter line for each type. Payment shall include materials, preparation, placement, finishing, curing, protection, reinforcement, and backfilling. Measurement shall not include frames/castings that are located along the face of curb. a. This Bid Item will be used for new curb on the reconstructed streets. 2. A Bid Item has been provided for Concrete Curb and Gutter (Special). Work includes installing concrete curb and gutter on streets scheduled for mill and overlay. Measurement of curb and gutter shall be by the lineal foot measured along the face of the curb at the gutter line for each type. Payment shall include materials, preparation, sawing at removal limits, sawing and removal of bituminous required for a form to be used on the front edge, placement, finishing, curing, protection, reinforcement, backfilling, and bituminous patching mixture behind new curb. Measurement shall not include frames/castings that are located along the face of curb. a. This Bid Item will be used for replacement curb on the mill and overlay streets. 3. No separate measurement or payment for modifications at curb ramps, transition sections, driveways, catch basins and radii. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing Materials (ASTM) 1. C260 - Air -Entraining Admixtures for Concrete. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2461 - Structural Concrete. 2. 2531 - Concrete Curbing. 3. 3101 - Portland Cement. 4. 3113 - Admixtures for Concrete. 5. 3702 Preformed Joint Fillers. 6. 3754 - Membrane Curing Compound. CONCRETE CURBS AND GUTTERS cp 2013 Stantec 193801579 321613-1 1.04 SUBMITTALS A. Submit MnDOT approved design mix for each concrete mix designation used. If a MnDOT approved mix design is unavailable, the Engineer will establish the job mix proportions. 1.05 SEQUENCING AND SCHEDULING A. Install concrete curb and gutter within 1 week after aggregate base has been completed and approved. B. Spot replacement of curb and gutter should be completed prior to any bituminous paving in these areas. Sufficient curing time should be allowed before paving is completed. C. In spot replacement areas, install new curb and gutter within 3 days of removal. D. Coordinate notifications of restricted driveway access with Engineer. Minimizing inconvenience to businesses and residents is a necessity to the success of the Project. E. Concrete curb and gutter construction precedes installation of pavement. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete to Conform to MnDOT Spec. 2461, except as modified herein. 1. Portland Cement: Conform to MnDOT Spec. 3101. a. Type 3 air -entraining concrete produced by using Type I Portland Cement. 2. Air -Entraining Admixtures: Conform to MnDOT Spec. 3113 a. Conforming to ASTM C260. b. Not to be added to the concrete mixtures in the field without approval from Engineer. 3. Mix Designation and Classification for Concrete Curb and Gutter. a. Manual Placement Mix No. 3A32C. b. Slip Form Placement Mix No. 3A22C. B. Pre -Formed Joint Filler: Conform to MnDOT Spec. 3702. C. Curing Compound: Conform to MnDOT Spec. 3754. 1. Curing compound shall contain a fugitive dye. 2. Only MnDOT approved membrane curing compounds will be allowed for Use. MnDOT shall pre - approve all curing compounds. The most current approved lots and batches with product expiration dates are available from the MnDOT Products website. All curing compounds shall comply with the requirements of the MnDOT Curing Compound Manufacturer Approval Program, including pre -testing of all materials by the manufacturer. PART 3 EXECUTION 3.01 GENERAL A. Provide copies of batch tickets for concrete mix at the time of material delivery to Site. B. Construct concrete curb and gutter at the locations and elevations indicated on the Drawings. C. Construct the style or type of curb and gutter as shown on the Drawings. CONCRETE QJRBS AND GUTTERS 9) 2013 Stantec 1 193801579 321613-2 D. Construct intersection curb radii and transitions sections to conform to the detail on the Drawings. E. Construct transition sections at inlet structures to conform to the detail on the Drawings. F. Construct concrete curb ramp depressions to conform to the detail on the Drawings. G. Construct curb transitions for driveways to conform to the detail on the Drawings. Locations to be verified by Engineer at the time of construction. H. The completed concrete work shall give the appearance of uniformity in surface contour and texture, and shall be accurately constructed to line and grade. The required joints, edges, and flow lines shall show neat workmanship. I. Retempering of the concrete which has partially hardened with or without additional materials or water is prohibited. J. Concrete washout locations shall conform to the requirements of the NPDES. 3.02 FOUNDATION PREPARATIONS A. Support on a compacted aggregate base. 1. Conform to typical sections as shown on the Drawings. 2. Conform to Section 32 1123. 3.03 FORMS A. Conform to MnDOT Spec. 2531.36. 3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2531.3C, except as modified herein. 1. Maximum spacing of expansion joints for slip formed shall be 200 feet. 3.05 METAL REINFORCEMENT A. Conform to MnDOT Spec. 2531.3D, except as modified herein. 1. Where required, install two No. 4 steel reinforcing rods in lower portion of the curb section with a minimum of 2 -inch coverage on all sides. a. Placement at catch basins conform to the details on the Drawings. 3.06 PLACING AND FINISHING A. Conform to MnDOT Spec. 2531.3E and 2531.3F, except as modified herein. 1. The top surface of the curb and gutter shall have a brush finish at right angles to the curb line. 3.,07 CONCRETE CURING AND PROTECTION A. Conform to MnDOT Spec. 2531.3G and 2531.3G2 (Membrane Curing Method), except as modified herein. 1. All surfaces shall be coated with membrane curing compound within 30 minutes after finishing at the specified rate. 2. The membrane -curing compound must be applied in 2 different directions perpendicular to each other. CONCRETE CURBS AND GUTTERS cp 2013 Stantec 1193801579 321613-3 3. A second application of membrane curing compound shall be applied 4 to 8 hours after the first application at the specified rate. 4. Cold weather curing when temperatures fall below 40 degrees during placement or within the following 24 hours shall conform to MnDOT Spec. 2531.3G1 blanket curing method, except as modified below: a. If temperatures are projected to fall below 32 degrees within 24 hours of concrete placement, insulated blankets shall be using for curing. b. All costs associated with blanket curing shall be incurred by the Contractor. 5. The freshly finished surface shall be protected, surfaces pitted by rain will be considered unacceptable. 6. Removal and replacement of any curb section damaged by traffic, rain, cold weather, or other causes occurring prior to final acceptance shall be the responsibility of the Contractor. 3.08 BACKFILLING A. Conform to MnDOT Spec. 2531.3J, except as modified herein. 1. Initial Backfilling a. Follow the 72 -hours curing period with completion within 6 days of original placement. b. Tolerance within 0.3 feet to the top of curb elevation. 2. Final Grading a. Following completion of private utility work by others. 3. Curb damaged during backfilling is the responsibility of the Contractor. 3.09 HIGH EARLY CONCRETE A. Conform to MnDOT Spec. 2451.3C, except as modified herein. 1. High early concrete shall be designed to provide a maximum water/cementitous ratio of 0.40. 2. High early concrete shall be designed to provide a minimum flexural strength of 500 psi and a minimum compressive strength of 3,000 psi in 48 hours. 3. High early concrete may be included as a separate Bid Item or as an Engineer ordered material. In absence of a separate Bid Item for high early strength concrete, compensation will be at an agreed upon price not to exceed 20 percent above the Contract cubic yard price for standard strength concrete for the quantity ordered by the Engineer. The price shall be agreed upon prior to placement. 3.10 WORKMANSHIP AND FINISH A. Conform to MnDOT Spec. 2531.3K, except as modified herein. 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10 -foot straight edge, will be considered unacceptable. 2. Acceptance of Work by price reduction will not be allowed. 14 011X4 AV1 1+)r 0 Vii] CONCRETE CURBS AND GUTTERS © 2013 Stantec 1 193801579 321613-4 SECTION 32 17 23 PAVEMENT MARKINGS PARTI GENERAL 1.01 SUMMARY A. Section Includes 1. Pavement markings for control and guidance of traffic. B. Related Sections 1. Section 32 12 02 - Flexible Paving (State Aid). 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Lines a. Lines shall be measured by the lineal foot on the basis of length actually applied 1) Separate measurement made on the basis of color and nominal width. 2) Separate measurement will be made for paint markings and epoxy markings. b. The lineal foot costs include two applications as specified, one following bituminous base course and one following bituminous wearing course placement. c. Paint and epoxy for bituminous wearing course applications shall be applied twice, and shall only be paid on the basis of length actually applied; i.e., 1,000 feet of paint shall be applied twice following bituminous wearing course shall be paid as 1,000 feet. 2. Messages a. Messages shall be measured on the basis of each applied 1) Separate measurement will be made for each type of message. 2) Separate measurement will be made for paint messages and epoxy messages. 3) Per each cost for messages includes two applications as specified. 3. Bid Items for pavement markings of each type are provided. Payment of each Bid Item shall be compensation in full for all costs incidental thereto, including but not limited to surface preparation, traffic control measures, maintaining the Work, removal of temporary pavement markers, together with any other expenses incurred in completing the Work that are not specifically included for payment under the Contract Bid Items. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2582 - Permanent Pavement Markings. 2. 3590 - Epoxy Resin Pavement Markings. 3. 3591 - High Solids Water Based Traffic Paint. 4. 3592 - Drop -On Glass Beads. 5. The Application Specification for Conventional Pavement Marking Materials. 6. 3 -Minute Dry Alkyd and High Solids Latex. © 2013 Stantec 1 193801579 321723-1 1.04 SUBMITTALS A. 1 copy of the chosen paint/epoxy lot or batch formulation. B. Pavement Marking Contractor Qualifications/Certifications. C. MnDOT Certification approvals. 1.05 SEQUENCING AND SCHEDULING A. Conform to the requirements of MnDOT Specifications. PART 2 PRODUCTS 2.01 MATERIALS A. Paint 1. High Solids Water Based a. Free of toxic heavy metals, including lead, mercury, and cadmium. b. Track Free.Time - 3 minutes or less. c. Yellow Prime Pigment - Colour Index Pigment Yellow No. 65 or No. 75. d. White Color - Flat white. e. Yellow Color - Color No. 33538 of Federal Standard 595. 2. 3 -Minute Dry Alkyd a. Free of toxic heavy metals, including lead, mercury, and cadmium. b. Track Free Time - 3 minutes or less. c. Yellow Prime Pigment - Color Index Pigment Yellow No. 65 or No. 75. d. White Color - Flat white. e. Yellow Color - Color No. 33538 of Federal Standard 595. B. Epoxy Resin 1. Type II, slow cure material. 2. Solvent free. 3. Free of toxic heavy metals. 4. Colors a. Yellow Prime Pigment - Color Index Pigment Yellow No. 65 or No. 75. b. White Color - Flat white. c. Yellow Color - Color No. 33538 of Federal Standard 595. C. Glass Beads 1. Conform to MnDOT Spec. 3592. 2.02 EQUIPMENT A. General 1. Vehicles used shall be deployed and equipped with traffic control devices set forth in the "Minnesota Manual on Uniform Traffic Control Devices, Field Manual." 2. Shadow vehicle with truck -mounted attenuator shall be used on streets with posted speed equal to or greater than 40 m.p.h. or ADT greater than 1,500 vehicles per day. 3. Equipment used for spray applications shall be capable of applying glass beads by a pressurized system at a rate of at least 25 lbs/gal. 4. Capable of accumulating footage applied per gun. PAVEMENT MARKINGS Q 7.013 Stantec 1 193801579 321723-2 5. Stainless steel components in the delivery system required for water-based materials. PART 3 PART 3 EXECUTION 3.01 GENERAL A. The pavement marking crew shall include at least 1 technical expert knowledgeable in each of the following areas: 1. Equipment operation. 2. Application techniques. 3. Traffic control. 4. Safety regulations. B. The filling of tanks, pouring of materials, or cleaning of equipment shall not be performed on unprotected pavement surfaces, unless adequate provisions are made to prevent spillage of material. 3.02 SCHEDULE A. Paint/Epoxy Pavement Markings 1. Place following completion of bituminous wear course: a. No sooner than 24 hours after placement of bituminous. b. Within 5 working days of completion of bituminous placement. 3.03 PREPARATION A. Locations 1. In general accordance with the Drawings a. Location of marking designating no passing zones to be coordinated with corresponding traffic signs. 2. The Engineer will place necessary "Spotting" at appropriate points a. Horizontal control. b. Starting and stopping points. c. Broken line intervals will not be marked. d. Longitudinal joints, pavement edges, and existing markings shall serve as horizontal control when so directed. e. Contractor shall notify Engineer at least 48 hours in advance when requesting spotting locations. 3. Edge lines and lane lines are to be broken only at intersections with public roads and at private entrances if they are controlled by a yield sign, stop sign, or traffic signal. 4. The break point is to be at the start of the radius for the intersection or at marked stop lines or crosswalks. B. Street Surface 1. Engineer may direct cleaning of surface as necessary immediately prior to marking application a. Brushing with non-metallic rotary broom. b. Other cleaning method approved by Engineer. c. Air blast following cleaning. 2. Surface must be dry. 3. Minimum surface temperature is 50 degrees F. PAVEMENT MARKI NGS © 2013 5tantec 1193801579 321723-3 3.04 APPLICATION A. General 1. Tolerance a. Width: A tolerance of 1/4 inch under or 1/4 inch over the specified width will be allowed for striping provided the variation is gradual and does not detract from the general appearance. b. Length: Broken line segments may vary up to 2-3/4 inches from the specified lengths provided the over and under variations are reasonably compensatory. c. Alignment: Deviations from the control guide shall not exceed 2 inches. d. Establishment of application tolerances shall not relieve the Contractor of his responsibility to comply as closely as practicable with the planned dimensions. 2. Material shall not be applied over longitudinal joints. 3. 4 -inch broken line consists of 10 feet of paint and 40 feet space (1 cycle). 4. If same equipment used for different color material with change in color, an amount of material equal to fifteen 10 -foot long stripes shall be wasted prior to beginning application with the new color. 5. Conditions a. Markings shall not be applied when wind or other conditions cause a film of dust to be deposited on the pavement surface after cleaning and before the marking material can be applied. b. Except when used as a temporary marking, pavement markings shall only be applied in seasonable weather when air temperature is 50 degrees F or higher. B. Paint 1. Minimum thickness 15 mil. 2. In accordance with the appropriate MnDOT Spec. 3. Painted lines on the bituminous base course shall be applied once. 4. Painted lines on the bituminous wearing course shall be applied twice. C. Glass Beads 1. Shall be applied immediately after application of paint or epoxy markings. 2. Rate of application shall be 8 lbs. per gallon. 3.05 CORRECTION OF DEFECTS A. All pavement markings not conforming to the requirements of the Specifications shall be removed and replaced, or otherwise repaired to the satisfaction of the Engineer. B. Where yield computations show a deficiency in material usage of not more than 20 percent, Owner may require satisfactory repair or may accept the Work at a reduced Bid Unit Price that is in direct proportion to the percent of the deficiency. C. Where yield computations show a deficiency in material usage in excess of 20 percent, Owner will require removal and replacement to the satisfaction of the Engineer, unless other means are approved by the Engineer. D. If removal and replacement is required, at least 90 percent of the deficient line shall be removed. E. Width of removal shall be 1 inch wider on all sides than the nominal width of the marking to be removed. 9) 2013 Stantec 1 193801579 PAVEMENT MARKINGS 321723-4 F. Removal of unacceptable Work shall be accomplished with suitable blasting or grinding equipment, unless other means are authorized by the Engineer. Bituminous street surfacing shall not 'be damaged by the removal operation. ENO OF SECTION PNVEM�rNI" MA',1- tip, !> © 2013 Stantec 193801579 32172-3-5 SECTION 32 92 00 TURF AND GRASSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Restoration of construction area by installation of topsoil, seed, sod, soil amendments, mulch, and erosion control. B. Related Sections 1. Section 0157 13 Temporary Erosion and Sediment Control. 2. Section 3123 00 Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Seed Mixture 270. Measurement will be based upon units of square yards installed in place as specified, including preparing topsoil, preparation of seedbed, fertilizer; seed, and all correlated activity. 2. A Bid Item has been provided for Sodding Type Lawn. Measurement will be based upon units of square yards of sod installed complete in place as specified, soil amendments, furnishing and installing sod, preparation of surface, watering, maintenance, and all incidental items associated with the Work. Topsoil Borrow will be measured and paid in conformance with Section 3123 00. 3. A Bid Item has been provided for Hydraulic Soil Stabilizer Type 5. Measurement will be based upon units of square yards for the Hydraulic Soil Stabilizer installed. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.). B. Minnesota Department of Transportation Seeding Manual 2007 (MnDOT Seeding Manual). 1.04 DEFINITIONS A. Weeds: For the purpose of this project, a weed is a plant that inhibits the establishment of species listed in article MATERIALS. Weeds may include, but are not limited to, bindweed, bentgrass, Bermuda grass, blackberry, black locust, Canada thistle, chickweed, crabgrass, cress, dandelion, European buckthorn, glossy buckthorn, horsetail, jimsonweed, Johnson grass, lambsquarter, morning glory, mustard, nimble will, nutgrass, nut sedge, perennial sorrel, pigweed, poison ivy, poison oak, quackgrass, ragweed, rush grass, Siberian elm, smooth brome grass, spotted knapweed, tansy ragwort, tatarian honeysuckle, and wild garlic. 1.05 SUBMITTALS A. Provide the following submittals consistent with Section 0133 00. TURF AND GRASSES O 2013 Stantec 1 193801579 32 92 00 -1 B. Provide source and invoice for seed to be used for this Project. C. Producer's certificate of compliance — Written documentation verifying compliance of mixture of seed furnished. Include percentage of various seed species, year of production, germination rate, seed bag tags, and weed seed content. Submit to the Engineer at least 5 days prior to delivery. D. Species within native seed mores species shall have their origin documented by the Minnesota Crop Improvement Association (MCIA) to certify that the product is a local ecotype plant. 1.06 PLANT ESTABLISHMENT PERIOD A. The Establishment Period for plants shall begin for immediately after installation, with the approval of the Engineer, and continue until the date that the Engineer performs a final inspection. 1. The establishment period for sod is 60 days. If sod is dormant, as determined by the Engineer, prior to 60 days after installation, the establishment period shall also include 30 days after dormancy in the following spring. 2. The establishment period for seeded areas is 1 year. 1.07 FIELD QUALITY CONTROL A. Provide Engineer with seed bag tags used for identification purposes. PART 2 PRODUCTS 2.01 TOPSOIL A. Provide 6" of topsoil borrow as defined herein for all sod areas: 1. Topsoil Borrow: Conforming to Section 3123 00. 2.02 FERTILIZER A. Provide plant fertilizer that is commercial grade and uniform in composition and conforms to applicable state and federal regulations. B. Slow release fertilizer. A minimum of 70 percent of the nitrogen component shall be a slow release water insoluble nitrogen. C. Fertilizer shall contain a minimum percentage by weight 10-10-10 (NKP). 2.03 SOD A. Sod shall be highland type, grown in natural mineral soils. Sod grown in peat will not be acceptable. Sod shall be ASPA Certified Nursery grown and include a minimum of the top 1" of well-established cultured sod with a strong, fibrous root system. Sod shall consist in the major part of a minimum of two varieties of Kentucky Bluegrass and be free from noxious weeds and relatively free from all other weeds, and free from burned or bare spots, roots, stones, and other objectionable materials. Sod shall resist normal handling without undue breaking or tearing. Sod shall be cut in uniform strips, a minimum of 18" wide, and shall be cut to a uniform thickness so a dense root system will be retained, but be exposed on the bottom side of the sod. B. Sod shall conform to the requirements of MnDOT Spec 3878 Type D — "Mineral Sod'. TURF AND GRASSES © 2013 Stantec 1193801579 329200-2 2.04 SEED: Conform to MnDOT Spec. 3876. A. Lawn Type: MnDOT Mixture 270. B. General Roadside: Conform to MnDOT Mixture 250. C. Temporary Spring Cover: MnDOT Mixture 110. D. Temporary Fall Cover: MnDOT Mixture 100. E. Temporary Mix: MnDOT Mixture 130. 2.05 HYDRAULIC SOIL STABILIZER (HYDROMULCH) A. Conform to MnDOT Spec. 3884. B. Type 5 — 100 -percent wood fiber mulch. 2.06 EROSION CONTROL BLANKET A. Conform to Section 0157 13 PART 3 EXECUTION 3.01 EXAMINATION A. Review restoration areas with the Engineer. Determine locations for seed or sod. Schedule for restoration of areas may be revised to fit field conditions. B. Notify the Engineer at least 3 days in advance of hauling topsoil borrow on Site so the Engineer may visually inspect and sample for testing if deemed necessary. C. Finish grades are to be inspected and approved by the Engineer prior to start of restoration. 3.02 DELIVERY AND STORAGE A. Delivery 1. Notify the Engineer of the delivery schedule in advance so the plant material may be inspected upon arrival at the Site. Remove unacceptable plant material from the Site immediately. 2. Deliver fertilizer and lime to the Site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis, name, trade name or trademark, and in conformance to state and federal law. In lieu of containers, fertilizer and lime may be furnished in bulk and a certificate indicating the above information shall accompany each delivery. 3. During Delivery: Protect sod from drying out and seed from contamination. 4. Do not deliver more sod than can be laid within 24 hours of harvesting. B. Storage 1. Sprinkle sod with water and cover with moist burlap, straw, or other approved covering, and protect from exposure to wind and direct sunlight. Covering should permit air circulation to alleviate heat development. 2. Keep seed, lime, and fertilizer in dry storage away from contaminants. TURF AND GRASSES © 2013 Stantec 1 193801579 329200-3 3.03 PREPARATION A. General: Conform to MnDOT Spec. 2575.3A. B. Soil Preparation: Conform to MnDOT Spec. 2575.38. C. Fertilizers and Conditioners: Conform to MnDOT Spec. 2575.3C 1. Apply fertilizer at a rate of 400 lbs. per acre (9.2 lbs./1,000 sq. ft.) or as per manufacturer's instructions. 2. Where soil pH is lower than 5.5, apply lime at 3 tons per acre (140 lbs./1,000 sq. ft.). 3.04 SEEDING A. Seeding Dates: Conform to MnDOT Spec. 2575.3. B. Seeding Preparation and Application: Conform to MnDOT Spec. 2575.3 for the mixes specified. 3.05 PLACING SOD A. Conform to MnDOT Spec. 2575.3I. 3.06 EROSION CONTROL BLANKET A. Erosion control blanket shall be installed immediately following seeding in accordance with MnDOT Spec. 2575.33, and as modified below. B. Raking or harrowing of soil/seed shall be done before installation of erosion control blanket. C. Blanket shall be installed parallel to the direction of flow in all cases. D. If permanent seeding is not available at the time of blanket installation, this material will have to be removed, re -seeded, and installed again as a permanent erosion control measure. If permanent seeding is available at the time of initial installation, a 1 -time proper installation is acceptable. 3.07 HYDRAULIC SOIL STABILIZER (HYDROMULCH) A. Conform to MnDOT Spec. 2575 and 3884. 3.08 MAINTENANCE A. Restored areas that have been satisfactorily completed and are disturbed by additional construction activity required by the timing and sequencing of the Work shall be restored over to the same requirements of the original work. B. Any sod that does not show definite growth and establishment 30 days after installation shall be replaced and established at the proper season by the Contractor at his/her expense. C. Watering of sod areas shall be done for a minimum period of 60 days from installation sufficient to ensure establishment of permanent vegetation. If the 60 days is not up prior to the end of the growing season, the watering period shall begin after April 15 in the following spring. D. Watering and other maintenance of sodded areas, such as mowing, are the responsibility of the contractor for a minimum of 60 days during the growing season, or until sod is fully established TURF AND GRASSES © 2013 Stantec . 193801579 329200-4 and accepted by the Engineer, whichever is later. Sod will be evaluated in the following spring to ensure that the areas have survived the winter; any maintenance necessary from that site visit shall be the responsibility of the contractor. Once the Engineer determines that the sod has been fully established and the establishment period has passed, the Contractor will no longer be responsible for routine maintenance such as mowing and watering. E. Application of fertilizer, soil amendments, weed control, and sod replacement are the responsibility of the contractor through the warranty period. F. Seed maintenance shall be done in conformance with the MnDOT Seeding Manual — Maintenance Requirements for year 1. 3.09 INSPECTION AND ACCEPTANCE A. Seeding and turf work will be inspected for acceptance in parts agreeable to the Engineer, provided Work offered for inspection is complete, including maintenance for the portion in question. B. At the conclusion of the establishment period(s), a final inspection of planting(s) will be made to determine the conditions of areas specified for landscaping. C. When inspected landscape work does not comply with requirements, replace rejected Work and continue specified maintenance until re -inspected by Engineer and found to be acceptable. Remove rejected materials from the Site. D. Seed evaluation at the conclusion of the establishment period shall be based on at least 1 species per square foot and 90 percent of seeding per square foot is of the permanent seed species within the applied mix. END OF SECTION O 2013 Stantec 193801579 329200-5 SECTION 32 93 00 PLANTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Furnish plants and planting soil required, bed preparation, plant pits, pruning, planting, supplements, backfill, wrapping, staking, protection, watering, mulching, fertilizing, and maintenance. B. Related Sections 1. Section 3123 00 — Excavation and Fill. 2. Section 32 92 00 — Turf and Grasses. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Plant Installation, Rain Garden. Measurement will be Lump Sum. Payment will be considered compensation in full for furnishing, installing and maintenance of all rain garden plantings on the planting schedule included in the Drawings. 2. A Bid Item has been provided for Lawn Edging. Measurement will be per lineal foot installed. 3. A Bid Item has been provided for Double Shredded Hardwood Mulch. Measurement will be per cubic yard of finished in place volume. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.). B. American National Standards Institute (ANSI) 1. ANSI Z60.1 - American Standard for Nursery Stock. 1.04 SUBMITTALS A. Submit the following items consistent with Section 0133 00: 1. Product Data: Provide all nursery stock submittal materials in accordance with MnDOT Spec. 2571.2A2. 2. Fertilizer Manufacturer's Certificate of Compliance: Written documentation verifying compliance with chemical analysis of fertilizer furnished. Submit to Engineer 5 days prior to bulk delivery. 3. Installer: Provide documented experience of proiects completed within the last 3 years. 1.05 REGULATORY REQUIREMENTS A. Comply with regulatory agency requirements for fertilizer and herbicide compositions. © 2013 Stantec 1193801579 329300-1 1.06 SITE CONDITIONS A. When excavation is required for planting, locate and protect all adjacent underground utilities. B. Protect established turf areas during planting operations. 1.07 SEQUENCING AND SCHEDULING A. Planting Seasons 1. Spring: April to June 1. 2. Fall: August 20 to October 1. 3. No Work shall be done when the ground is frozen, snow covered, too wet, or in an otherwise unsuitable condition for planting. 4. No planting shall take place before the irrigation system is installed, tested, and approved. 5. Special conditions may exist that warrants a variance in the specified planting dates or conditions. Submit a written request to the Engineer stating the special conditions and proposal variance. 1.08 QUALITY ASSURANCE A. Qualifications 1. Nursery: Company specializing in growing and cultivating the specified plants with documented experience as represented by a list of completed past projects. 2. Installer: Company specializing in installing and planting the specified plants with a minimum of 3 -years documented experience as represented by a list of completed past projects. B. General: Ship landscape materials with certificates of inspection required by governing authorities. Comply with regulations applicable to landscape materials. C. Do not make substitutions. If specified landscape material is not obtainable, submit proof of non- availability to the Engineer, together with proposal for use of equivalent material. D. Analysis and Standards: Package standard products with manufacturer have certified analysis. For other materials, provide analysis by a recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists, whenever applicable. Trees, Shrubs, and Perennials: Provide trees, shrubs, and perennials of quantity, size, genus, species, and variety shown and scheduled for landscape work and complying with recommendations and requirements of ANSI Z60.1 "American Standard for Nursery Stock." Provide healthy, vigorous stock, grown in recognized nursery in accordance with good horticultural practice and free of disease, insects, eggs, larvae, and defects, such as knots, hail damage, sun -scald, injuries, abrasions, or disfigurement. F. Plant Names and Labels: The nomenclature used in the Drawings and Specifications conforms with few exceptions, to that of the current edition of Standardized Plant Names as adopted by the American Joint Committee on Horticulture Nomenclature. G. Workers: Landscaping work shall be performed by personnel familiar with planting procedures, and Work shall be Engineered under the direction of a qualified planting supervisor. H. Inspection: The Engineer will inspect shrubs and perennials at place of growth before planting, for compliance with requirements for genus, species, variety, size, and quality. Engineer retains the PLANTS © 2013 5tantec 1 193801579 329300-2 right to further inspect shrubs and perennials for size and condition of balls and root systems, insects, injuries and latent defects, and to reject unsatisfactory or defective material at any time during progress of Work. Remove rejected trees and perennials within 8 hours from the Site. I. All plant material shall be hardy stock grown in a similar hardiness zone for a minimum of 2 years. 1. Fertilizer Manufacturer's Certificate of Compliance: Written documentation verifying compliance with chemical analysis of fertilizer furnished. Submit to Engineer 5 days prior to delivery. Most Deciduous Trees and Shrubs: Transplant in early spring after ground thaws and buds on trees or shrubs begin to swell, or in fall after leaves drop and before ground freezes. Evergreens: Transplant in late summer to early fall (prone to winter browning if transplanting is delayed to late fall). 1.09 PLANT ESTABLISHMENT PERIOD A. The Establishment Period for plants shall be 3 years, and shall begin upon written approval of Work. PART PRODUCTS 2.01 MATERIALS A. Topsoil 1. Topsoil for use as a plant growing medium in the perennial, shrub, and tree planting beds. 2. Select Topsoil Borrow: Conform to MnDOT Spec. 3877.28. B. Lawn Edging 1. 5" black polyethylene. C. Mulch 1. Conform to MnDOT Spec. 3882. 2. Use double shredded hardwood bark mulch, undyed. Contractor must verify that mulch is from a non -termite infested source. D. Fertilizer 1. Provide plant fertilizer that is commercial grade and uniform in composition and conforms to applicable state and federal regulations. 2. Slow release fertilizer. A minimum of 70 percent of the nitrogen component shall be a slow release water insoluble nitrogen. 3. Fertilizer shall contain a minimum percentage by weight 10-10-10 (NKP). E. Compost: Conform to MnDOT Spec. 3890.28. F. Plant and Nursery Stock: Conform ANZI Z60.1 1. Pruned and shaped prior to digging and balling. 2. Remove all dead, rubbing, damaged, or diseased branches. 3. Root ball minimum diameters and depths shall conform to ANZI Z60.1. G. Geotextile Fabric 1. Refer to Section 3132 19. PLAINTS © 2013 Stantec , 193801579 329300-3 2.02 ACCESSORIES A. Stakes: Softwood, pointed end, free of defects, or roiled steel posts. B. Soil Amendments: Porous ceramics and hydrophilic absorbing polymers used to modify the physical characteristics of poor soils by balancing or managing water and oxygen in the soil will be reviewed for approval based on the information provided by the product label and the manufacturer's recommendations. C. Water: Non -deleterious to plants or animals. D. Rodent Protection: Conform to MnDOT Spec. 2571.2C4. PART 3 EXECUTION 3.01 DELIVERY AND STORAGE A. Delivery 1. Notify Engineer of the delivery schedule in advance so the plant material may be inspected upon arrival at the Site. Remove unacceptable plant material from the Site immediately. 2. Protect plants during delivery to prevent damage to root balls or desiccation of leaves. Protect trees during transport by tying in the branches and covering all exposed branches. 3. The use of equipment, such as "tree spades," is permitted provided the plant balls are sized in accordance with ANSI Z60.1 and tops are protected from damage. 4. Deliver fertilizer and lime to the Site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis, name, trade name or trademark, and in conformance to state and federal law. In lieu of containers, fertilizer and lime may be furnished in bulk and a certificate indicating the ahnve information shall accompany each delivery. B. Storage 1. Keep seed, lime, and fertilizer in dry storage away from contaminants. 2. Store plants not installed on the day of arrival at the Site as follows: a. Shade and protect plants from the wind when stored outside. b. Heel in bare root plants. c. Protect plants stored on the Project from drying out at all times by covering the balls or roots with moist sawdust, wood chips, shredded bark, peat moss, or other similar mulching material. d. Keep plants, including those in containers, in a moist condition until planted, by watering with fine mist spray. 3.02 PLANT INSTALLATION A. Layout 1. Layout areas for multiple plantings. 2. Stake locations and outline areas. Center holes at staked locations. 3. Verify the location of any underground utilities and adjust locations as necessary. 4. Do not start planting work until layout is approved by the Engineer. S. Make minor adjustments as required. B. Preparing Plant Holes 1. Do not begin Work on plant holes until after finish grading has been completed. © 2013 Stantec 1 193801579 PLANTS 329300-4 2. Dig plant pits so that they have vertical sides and flat bottoms. When pits are dug with an auger and the sides of the pits become glazed, scarify the glazed surface. Size the plant pits as shown on Drawings, otherwise, the minimum allowable dimensions of plant pits shall be as follows: a. Pit depths shall be 150 mm (6 inches) deeper for shrubs and 22.5 mm (9 inches) deeper for trees than the depth of ball or root spread; for ball or root spread up to 600 mm (2 feet). b. Pit diameters shall be twice the ball or root spread; for ball or root spread from 600 to 1,200 mm (2 to 4 feet), pit diameters shall be 600 mm (2 feet) greater. c. For bail or root spread over 1,200 mm (4 feet), pit diameters shall be 1-1/2 times the ball or root spread. 3. Where existing soil is to be used in place, till new ground cover and plant beds to a depth of 100 mm (4 inches). Spread peat uniformly over the bed to depth of 50 mm (2 inches) and thoroughly incorporate it into the existing soil to a depth of 100 mm (4 inches) using a roto -tiller or similar type of equipment to obtain a uniform and well pulverized soil mix. During tillage operations, remove all sticks, stones, roots, and other objectionable materials. Bring plant beds to a smooth and even surface conforming to established grades. 4. to areas of new grading where existing soil is being replaced for the construction of new ground cover and plant beds, remove 100 mm (4 inches) of existing soil and replace with topsoil. Plant beds shall be brought to a smooth and even surface conforming to established grades. Till 50 mm (2 inches) of peat into the topsoil as specified. 5. Using topsoil form earth saucers or water basins for watering around plants. 6. Treat plant saucers, shrub, and ground cover bed areas, prior to mulching, with an approved pre -emergent herbicide. Plant ground cover in areas to receive erosion control material through the material after material is in place. 7. Remove foreign materials and undesirable plants and their roots. Do not bury foreign material beneath areas to be landscaped or restored. Remove contaminated subsoil. 8. Rototil or aerate any planting soil compacted by operations. C. Pruning: Prune immediately prior to planting to remove stock damaged during transport and movement. D. Setting Plants 1. Field Grown and Container Grown Stock. a. Handle balled and burlapped, and container -grown plants only by the ball or container. Remove container -grown plants in such a way to prevent damage to plants or root system. b. Set plants plumb and hold in position until sufficient soil has been firmly placed around the roots or ball. Set plants in relation to surrounding grade so that they are even with the depth at which they were grown in the nursery, collecting field, or container. c. Plant perennial and ground cover plants after the mulch is in place. Avoid contaminating the mulch with the planting soil. d. For balled and burlapped plants, carefully remove excess burlap and tying materials and fold back. Where plastic wrap or treated burlap is used in lieu of burlap, completely remove these materials before backfilling. e. Remove excess soil from the top of B&B and container grown trees to a point at the root flair. Finish grade should not be higher than the root flair. f. Backfill plants with planting soil mixture as specified to approximately half the depth of the ball and then tamp and water. Tamp and water remainder of backfill Planting Soil Mixture; then form earth saucers or water basins around isolated plants with topsoil. 2. Bare -Root Stock a. Soak roots overnight before planting. Protect roots from drying during installation. b. Set plants plumb arranging the roots in a natural position without tangling or turning up to surface. PLANTS © 2013 Stantec 1 193801579 329300-5 c. Remove damaged roots with a clean cut. Paint cuts larger than 13 mm (1/2 inch) in diameter with tree wound dressing. d. Carefully work Planting Soil Mixture in among the roots. Tamp and water the remainder of Planting Soil Mixture; then form earth saucers or water basins around isolated plants with topsoil. Remove surplus subsoil and topsoil from Site. 3.03 WATERING A. Water each plant within 2 hours of planting. B. Water to thoroughly saturate all planting soil. C. Bring planting soil to specified level after initial watering and saturate additional soil. D. Water all plants thoroughly as soil moisture is depleted (at least once per week during periods of average rainfall) until the Work is accepted. 3.04 MULCHING A. Place mulch material as described on details within 48 hours of the second watering, unless otherwise approved by Engineer. Dish top of backfill to allow for mulching. B. Mulch: Provide 3" of mulch in planting area and work into top of backfill and finish to maintain dish or level with adjacent finish grades as shown in the Drawings. 3.OS PROTECTION A. General 1. Protect landscape work and materials from damage due to landscape operations, operation by other contractors, trades, and trespassers. 2. Maintain protection during installation and maintenance periods. 3.06 EDGING PLANT BEDS A. Uniformly edge plant beds to provide a clear cut division line between the planted area and the adjacent lawn. B. Install black polyethylene edging materials per the manufacturer's recommendations and as indicated in the Drawings. Set top of edging flush with or up to 1 inch above finished grade. Set top of stake 1/2 inch below top of edging. 3.07 CLEANUP AND RESTORATION A. During landscape work keep pavements clean and work area in an orderly condition. B. Treat, restore, or replace in kind turf, sod, plantings, or other facilities damaged by Contractor's operations. C. Remove all excess excavated soils from plant holes from the Site. D. Collect and dispose of all excess materials, packaging, and containers. © 2013 Stantec J 193801579 PLANTS 329300-6 3.08 MAINTENANCE A. During the Plant Establishment Period the Contractor shall: 1. Water all plants to maintain an adequate supply of moisture within the root zone. An adequate supply of moisture is the equivalent of 25 mm (1 inch) of absorbed water per week either through natural rainfall or augmented by periodic watering. Apply water at a moderate rate so as not to displace the mulch or flood the plants. 2. Prune plants and replace mulch as required. 3. Replace and restore stakes, guy wires, and eroded plant saucers as required. 4. In plant beds and saucers, remove grass, weeds, and other undesired vegetation, including the root growth, before they reach a height of 75 mm (3 inches). 5. Spray with approved insecticides and fungicides to control pests and ensure plant survival in a healthy growing condition, as directed by the Engineer. 6. Remove plants that die during this period and replace each plant with 1 of the same size and species. 7. The Contractor is not responsible for theft or damage to plants by non -contractor vehicles or vandalism once plants are installed and approved. 3.09 INSPECTION, ACCEPTANCE, AND WARRANTY A. Landscape work will be inspected for acceptance upon completion of all Work. B. Engineer shall inspect work, and provide written acceptance of work. The establishment period and warranty will begin, upon written acceptance. C. All plants will have a 3 -year establishment and warranty period. D. At the conclusion of the establishment and warranty period, a final inspection of planting will be made to determine the conditions of Work. When Work does not comply with Specifications, Contractor shall replace rejected work. Replacement plants will include a second establishment period. Remove rejected plants and materials from the Site. END OF SECTION © 2013 Stantec 1193801579 PLANTS 329300-7 SECTION 33 05 05 TRENCHING AND BACKFILLING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Trenching requirements for underground piping and appurtenances, including requirements for excavation, backfill, and compaction. B. Related Sections 1. Section 33 10 00 - Water Utilities. 2. Section 33 3100 - Sanitary Utility Sewer Piping. 3. Section 33 40 00 - Storm Sewer Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Trench Excavation: Excavation and backfilling of trench shall be included in the price of pipe provided. 2. Pipe Bedding: Considered incidental and shall be included in the price of pipe furnished and installed. 3. Improved Pipe Foundation: At the Bid Unit Price per lineal foot for each 6 -inch layer placed below pipe bedding, not including the first 6 inches a. For example, say 2 feet of foundation material is required under a pipe installed with C-2 bedding. Because 6 inches of material is required for Class C-2 pipe bedding (and therefore incidental), payment will be made for 3 lineal feet of pipe foundation material, 6 inches deep per foot of pipe installed. b. No payment will be made without the knowledge or consent of the Engineer. c. No payment will be made for subgrade rock installed for de -watering purposes only, unless specified. d. No payment will be made for disposing of excavated material off Site that has been created by placement of improved pipe foundation. 4. Temporary Bracing and Sheeting: Considered part of the excavation costs with no additional compensation to Contractor, unless provided for otherwise. 5. Density Tests a. Passing Tests. All costs paid by Owner. b. Failing Tests: All costs charged to and paid by the Contractor. 6. Dewatering: No explicit, direct payment is made for this work. Costs for this work are to be included in the Bid Unit Price for the pipe or structure installed. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation 'Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 2451 - Structure Excavations and Backfills. 3. 3149 - Granular Material. TRENCHING AND BACKFILLING © 2013 Stantec 1 193801579 330505-1 B. American Society of Testing Materials (ASTM) 1. C1479 - Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard Installations. 2. D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications. 3. D698 - Test Method for Laboratory Compaction Characteristics for Soil Using Standard Effort (12,400 ft-Ibf/ft). 1.04 SUBMITTALS A. Provide the following submittals consistent with Section 0133 00: 1. Product Data for each Borrow Material: a. Name and location of source. b. Results of gradation tests. 1.05 DEFINITIONS A. Bedding: The soil material adjacent to the pipe which makes contact with the pipe foundation, walls of the trench, and upper level of backfill. The purpose of bedding is to secure the pipe to true line and grade, and to provide structural support to the pipe barrel. B. Foundation: Sol[ material beneath the pipe bedding. C. Improved Pipe Foundation: Foundation provided by importing material from sources outside the Site. Required when foundation is soft or unstable. D. Filter Aggregate: Free draining mineral product used around drain tile pipe. E. Rock Excavation: Includes such rocks that are not decomposed, weathered, or shattered, and which will require blasting, barring, wedging, or use of air tools for removal. Also included are any boulders, concrete, or masonry structure (except concrete pavement, curb and gutter, and sidewalk) exceeding 1 cubic yard. F. Pipe Zone: That part of the trench below a distance of 1 foot above the top of the pipe. G. Sand Cushion: Aggregate bedding material used around pipe in areas where rock excavation is encountered, where pipe insulation is used, and when crossing existing utilities. 1.06 SEQUENCING AND SCHEDULING A. Known existing underground utilities are shown on the Drawings in a general way. Owner does not guarantee the locations as shown on the Drawings. Contractor shall anticipate variations in both the vertical and horizontal locations of underground utility lines from those shown on the Drawings. B. Uncover utilities and verify both horizontal and vertical alignments sufficiently in advance of construction to permit adjustments in the Work. Determine location of existing utilities and identify conflicts before excavating trench for pipe installation. C. Notify Gopher State One Call before starting construction in a given area, requesting utility locations in the field. D. Provide continuance of flow of existing sewer and other facilities. TRENCHING AND BACKFILLING © 2013 Stantec 193801579 330505-2 E. Backfill and compact all trench excavations promptly after the pipe is laid. 1.07 WARRANTY A. Trench settlements that occur during the correction period and are greater than 1/2 inch as measured from the beginning to the end of the settlement, as determined by the Engineer, will be repaired in a manner acceptable to the Owner at the Contractor's expense. PART 2 PRODUCTS 2.01 PIPE BEDDING MATERIAL A. Polyvinyl Chloride (PVC) Pipe and High Density Polyethylene (HDPE) Pipe 1. Comply with MnDOT Spec. 3149.2B1 for granular borrow. a. No on the Site granular material encountered during construction may be used without the permission of the Engineer. b. 1 inch maximum aggregate size. B. Ductile Iron Pipe (DIP) and Reinforced Concrete Pipe (RCP) 1. Class C-1 Bedding a. Undisturbed soil. 2.02 IMPROVED PIPE FOUNDATION MATERIAL A. Comply with MnDOT Spec. 3149.2H Modified 1. Crushing Requirements: At least 50 percent of the material by weight retained on the No. 4 sieve shall have 1 or more crushed faces. 2.03 FILTER AGGREGATE MATERIAL A. Comply with MnDOT Spec. 3149.23. 2.04 SAND CUSHION MATERIAL A. Comply with MnDOT Spec. 3149.2B1 for Granular Borrow 1. No on Site granular material encountered during construction may be used without the permission of the Engineer. 2. 1 inch maximum aggregate size. 2.05 BACKFILL MATERIAL A. Suitable materials selected from the excavated materials to the extent available and practical. B. Suitable materials are mineral soils free of rubbish, trees, stumps, branches, debris, frozen soil, oversize stone, concrete and bituminni is chunks, and other similar unsuitable material. PART 3 EXECUTION 3.01 EXAMINATION A. Prior to construction, inspect existing utility structures and surface features, and document condition. TRENCHING RNLI 8 CFILUN © 2013 Stantec 1 193801579 330505-3 B. Re -inspect foundation soils if rain fall or snow has occurred after initial inspection but prior to placing pipe and bedding. 3.02 PREPARATION A. Notify Utility Owners to field mark their utility locations. B. Protect as necessary surface features, such as utility poles, trees, structures, pavement, etc., that are not designated on the Drawings to be removed. C. Notify utility companies of progress schedule so they can accomplish any necessary relocations and removals that they have agreed to relocate, remove, or support. D. Implement traffic control. E. Complete temporary removal or relocation of surface features, such as fences, shrubs, signs, and mailboxes. F. Strip off existing topsoil from within the trench excavation limits and stockpile. Separate vegetative strippings from salvageable topsoil and dispose of appropriately. G. Crossing Under Existing Utility Lines 1. Use extreme care when excavating in the vicinity of underground utility lines to avoid damage to protective coatings or surfaces. 2. Where possible and as authorized by the utility, temporarily remove the utility line, install the new pipe, and reinstall the utility line. 3. Where existing line cannot be removed or is not feasible to remove, securely support, excavate under, backfill under and around the utility line to 100 -Percent Standard Proctor Density. 4. Report and repair damaged lines prior to backfilling trench. 3.03 CONSTRUCTION A. Conform to ASTM C2321, or modified herein. B. Trench Excavation 1. Excavate trench to alignment and grade shown on the Drawings. 2. The trench width at the surface may vary and depends on the depth of trench and nature of the excavated material encountered. However, it shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. 3. Correct any part of the trench that is inadvertently excavated below grade with approved material compacted to 100 -Percent Standard Proctor Density. 4. Brace, shore, or sheet trench and provide drainage. Comply with applicable State Regulations relating to industrial safety to a safe angle of repose. Angle of repose may be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA), whichever is most restrictive. 5. Pile all excavated material in a manner that will not endanger the Work or obstruct sidewalks, driveways, gutters, etc. 5. Segregate soils in the excavated material that are not suitable for trench backfill and dispose of in a manner that is consistent with the requirements specified herein under "Backfill Above Pipe Zone." 7. Dispose of excess excavated materials off of right-of-ways and easements in a suitable site selected by the Contractor. 8. Haul materials, other than natural soil materials that are suitable as backfill material, to an approved landfill as directed by the Engineer. TRENCHING AND BACKFILLING © 2013 Stantec 1 193801579 330505-4 C. Water Control 1. Dewater the ground as necessary to excavate the trench and install the pipe. All pipe and structures shall be laid in a dry condition prior to backfill. Maintain groundwater level a minimum of 1 foot below the pipe invert. Measure the rate of flow from dewatering pumps at the beginning of the dewatering operation(s) and once per week thereafter. Keep a daily log of hours pumped. D. Trench Bottom 1. Excavate to a sufficient depth to insure adequate foundation when the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist. Bring excavation up to pipe grade with thoroughly compacted granular materials meeting the requirements of Improved Pipe Foundation Material. 2. Provide temporary support, remove, relocate, or reconstruct existing utilities located within the trench excavation. Utility shall designate method employed. Use particular care and provide compacted fill or other stable support for utility crossings to prevent detrimental displacement, rupture, or failure. 3. Excavate to expose existing utilities that cross in close proximity to the planned pipe line to determine the utilities' exact location sufficiently ahead of pipe installation to plan for the avoidance of grade conflict. Measure to determine the utilities' location relative to the planned pipe line location. A deviation from the alignment, grade, and location to avoid conflict may be ordered by the Engineer. 4. In locations where rock affects the pipe foundation, excavate the trench 6 to 12 inches below the pipe and place sand cushion material up to the proposed invert elevation. The remainder of the trench up to the top of rock elevation shall be backfilled with granular backfill material a. Sand Cushion: The removal and disposal of the unsuitable material within the trench and below the invert elevation, and the replacement up to invert elevation with the appropriate bedding material. b. Granular Backfill: The removal and disposal of unsuitable material within the trench, above the invert elevation, and replacement up to the surface with appropriate backfill material. No additional compensation will be allowed for wider or deeper trenches in rock excavations. c. For PVC and HDPE Pipe, the sand cushion shall be placed to 1 foot above the pipe and shall be paid as pipe bedding. The remainder of the trench up to the top of the rock shall be backfilled with granular backfill material. S. Improved Pipe Foundation: When unsatisfactory foundation conditions exist, excavate to a depth consisting of solid materials. Fill to pipe grade with thoroughly compacted granular materials meeting the requirements of Improved Pipe Foundation Material. 3.04 PIPE BEDDING A. Polyvinyl Chloride Sewer Pipe: Bed pipe in accordance with ASTM D2321. B. Reinforced Concrete Pipe: Bed pipe in accordance with Class C-1 Bedding. C. Ductile Iron Pipe: Bed pipe in accordance with AWWA Standard C150 and C151. D. High Density Polyethylene (HDPE) Pipe: Bed pipe in accordance with ASTM D2321. E. Use only selected materials free from rock, boulders, debris, or other high void content substances to a level 1 foot above the top of pipe. Remove ledge rock, boulders, and large stones to provide at least 6 -inch clearance from pipe. F. Dig bell holes of ample dimension at each joint such that the pipe barrel rests continuously on the bedding. TRENCHING AND BACKFILLING © 2013 Stantec 1 193801579 330505-5 3.05 BACKFILL WITHIN PIPE ZONE A. Backfill immediately after pipe is laid. Restrain pipe as necessary to prevent their movement during backfill operations. B. Place material completely under pipe haunches in uniform layers not exceeding 4 inches in depth. C. Hand (shovel) tamp along pipe within haunch zone. 3.06 BACKFILL ABOVE PIPE ZONE A. Use suitable materials meeting the requirements of Backfill Material. B. Place in uniform depth layers not to exceed 12 inches before compaction. Complete the compaction of each layer before placing material for the succeeding layer. C. Compact each layer by mechanical means until it meets the requirements of MnDOT Spec. 2105.3F1 "Specified Density Method." Trenches shall be compacted to a minimum of 95 percent, except to 100 percent in the upper 3 feet. If the moisture content of the backfill materials is greater than 3 percent above the optimum moisture, compact the materials to a minimum density of 3 pounds/cubic foot less than the Standard Proctor Curve at that moisture content, except that minimum compaction shall be 85 Percent of Standard Proctor Density. D. The method and means of placement and type of compaction equipment used is at the discretion of the Contractor. However, all portions of the trench backfill must meet minimum specified compaction requirements. E. Any deficiency in quantity of backfill material (caused by shrinkage or settlement) shall be supplied at no additional cost to the Owner. F. Excavated material not suitable or required for backfill shall be disposed of outside of the Site. 3.07 RESTRICTED TRENCH WIDTH A. Restrict width of trench to conform to construction limits indicated on the Drawings and where directed by the Engineer to prevent damage to specimen trees or adjacent structures. 3.08 QUALITY CONTROL A. Density Tests: To be performed by an approved soils testing firm at various locations and depths throughout the Site as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests. B. Failed density test areas shall be excavated and re -compacted until the density requirements are met. END OF SECTION TRE ICHING AND IBA CKFI INC3' © 2013 Stinter 1 1938n1ST) 33 4)S 0151" - SECTION 33 05 1.7 ADJUST MISCELLANEOUS STRUCTURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Adjustment of utility structures. B. Related Sections 1. Section 02 41 13 — Selective Site Demolition. 2. Section 33 10 00 — Water Main Utilities. 3. Section 33 3100 -- Sanitary Utility Sewer Piping. 4. Section 33 40 00 — Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for various adjustments. Payment at the Bid Unit Price for all items is considered compensation in full for all materials and Work required to furnish and install the Bid Item in place. No additional payment will be made for interim adjustments. Costs for additional adjustments should be included in the Bid Item for providing and installing the casting. 2. Adjust Frame and Ring Casting: A Bid Item has been provided for Adjust Frame and Ring Casting. Measurement will be per each casting and rings adjusted prior to placing bituminous wearing course. Payment includes sawcutting, rings, bituminous patching, work, and all other incidentals to raise the casting to the final position. a. For new manholes, the adjustment of the manhole frame and ring castings to the top of bituminous non -wearing course is considered incidental to the installation of the new manhole and includes all interim adjustments during construction. The Contractor will be paid to Adjust Frame and Ring Casting in 2014 prior to placing bituminous wearing course. b. For existing manholes, a Bid Item has been provided in Section 02 41 13 to Remove and Replace Casting and Rings. On mill and overlay streets, adjustment to the top of wearing course is included in the bid item to Remove and Replace Casting and Rings, and no additional payment will be made. 3. External Seal System: A Bid Item has been provided for External Seal System. Measurement will be by Each. 4. Adjust Catch Basin Frame and Ring Casting: Adjustment of the catch basin frame and ring castings in this Contract are considered incidental to the installation of the new catch basin. 5. Adjust Valve Box - Existing: Adjustment of existing valve boxes shall be incidental to the Bid Item for abandoning water main in the reconstructed streets, and incidental to the mill and overlay Bid Items in the overlaid streets. 6. Adjust Valve Box: Adjustment of the valve box on new valves installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the valve. 7. Adjust Curb Box: Adjustment of curb box on new curb stops installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the curb stop. 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. ADJUST MISCELLANEOUS STRUCTURES © 2013 Stantec 1 193801579 33 05 17 -1 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. ASTM A48 — Specification for Gray Iron Casting. 2. ASTM A240 — Specification for Heat — Resisting Chromium — Nickel Stainless Steel Plate Sheet and Strip for Pressure Vessels. 3. ASTM C6 — Specification for Normal Finishing Hydrating Lime (Mortar). 4. ASTM C141— Specification for Hydraulic Hydrated Lime for Structural Purposes (Mortar). 5. ASTM C150 — Specification for Portland Cement (Concrete Rings/Mortar). 6. ASTM C923 — Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Materials. 7. ASTM F593 — Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 8. ASTM F594 — Specification for Stainless Steel Nuts. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2506 — Manholes and Catch Basins. 2. 3733 — Geotextiles. 1.04 DEFINITIONS A. Adjust Frame and Ring Casting: A change in rim elevation accomplished for manholes or catch basins through the addition or removal of adjustment rings only. Adjustment does not include the addition or removal of sections from the structure. B. Adjust Valve Box: A change in elevation of the top of the valve box accomplished through the raising or lowering of the existing top section of the valve box only. Adjustment does not include the addition or removal of sections from the valve box. C. Remove and Install Casting and Rings: The process of removing the existing casting and concrete adjustment rings from an existing structure and placing a new casting and rings on manholes and catch basins. 1.05 SEQUENCING AND SCHEDULING A. Contractor, Engineer, and Owner shall inspect all existing structures prior to beginning construction. B. Owner will remove any foreign material found in the existing structures prior to construction. Contractor is responsible for removing any foreign material that enters the structures during construction. C. All structures and valves, new and existing, shall be accessible and adjusted to the top of the bituminous non -wearing course in 2013. Final adjustment to all structures and valves to occur in 2014 prior to bituminous wearing course. PART 2 PRODUCTS 2.01 ADJUSTING RING A. Concrete 1. Size to match cone or opening in top slab. ADJUST MISCELLANEOUS STRUCTURES cp 2013 Stantec 1 193801579 330517-2 2. Concrete Compressive Strength: Minimum 3,000 psi. 3. Reinforcing: Single hoop 8 -gauge steel wire. 4. Thickness: Minimum 2 inches, maximum 4 inches. 2.02 ADHESION MATERIALS A. Ram-Nek material, or approved equal. B. Mortar 1. Standard Portland Cement: Type I, ASTM C150. 2. Normal Finishing Hydrated Lime: ASTM C6. 3. Hydraulic Hydrated Lime for Structural Purposes: ASTM C141. 4. Mix Proportions: 1 -part cement to 3 -parts mortar sand; lime may be added to mixture: maximum amount 15 percent by volume. 2.03 EXTERNAL SEALS A. External Seals Approved Manufacturer: Infra -Shield, or approved equal 1. Multiple section seal system. 2. Top section made of neoprene rubber. 3. All other sections made of EPDM rubber; 60 mil minimum thickness, 8 inches minimum height for extension sections. 4. Mastic: ASCO ST -30, BIDCO C56, or approved equal. 2.04 CASTINGS A. Manhole, Catch Basin Frames, and Covers 1. Requirement: ASTM A48. 2. Material: Class 35 cast iron. Best grade. Free from injurious defects and flaws. 3. Finish Preparation: Sandblast. 4. Machine cover and frame contact surface for non -rocking protection. 5. Type and Style: a. NEENAH R1642, Type "B" Lid, or approved equal, with 2 concealed pick holes, for sanitary and storm sewer manholes. b. NEENAH R3290, or approved equal, for storm sewer catch basin manholes and catch basins. Grate as shown in the storm schedule or as directed by Engineer. c. NEENAH 83290, or approved equal, for storm sewer catch basin manholes and catch basins. Grate as shown in the storm schedule or as directed by Engineer d. Covers without grate openings stamped with "SANITARY SEWER" or "STORM SEWER" as appropriate. Use 2 inch letters. 2.05 VALVE BOX A. Risers 1. Valve Box riser to fit the Tyler No. 6850, 6855, 6860, or 6865 top section and drop lid, or approved equal. 2. Conform to the requirements of Section 33 10 00. 2.06 GEOTEXTILE A. Woven filter fabric, for use around storm and sanitary sewer rings. ADJUST MISCELLANEOUS STRUCTURES © 2013 Stantec 193801579 330517-3 PART 3 EXECUTION 3.01 GENERAL A. The necessary vertical alignment will be determined by the Engineer and generally as indicated on the schedule of adjustments. B. Where existing frame is within 0.10 feet of grade, no adjustment is to be made. C. The frame shall be raised or lowered to match the street or gutter. D. Protect existing structures from damage. E. Prevent sand, concrete, or any other debris from entering the structures. 3.02 PREPARATION A. Call utility owners to field mark their utility locations. B. Contractor to verify exact location of existing utilities. 3.03 ADJUST FRAME AND RING CASTING A. Remove all dirt, debris, dust, and other deleterious material from surface prior to placement of first adjusting ring. B. Concrete Adjusting Ring 1. Mortar on top and bottom surfaces of all concrete adjusting rings; between surface of top slab or cone and bottom ring; between surface of top ring and casting; on entire surface of area of ring with no gaps a. Mortar Thickness: 1/4 to 1/2 inch. 2. No shims of any material allowed. 3. Required cross slope of casting to be achieved by varying thickness of mortar. 4. Do not plaster the inside surface of rings. 5. Wipe clean all excess mortar from the joints inside all rings and frame. 6. Remove all mortar spills from the structure. 7. Minimum of 2, maximum of 5 adjusting rings allowed. B. Use a 6 -inch ring where applicable. 3.04 INSTALLATION OF EXTERNAL SEAL SYSTEM A. Infra -Shield Uni-Band (External Seal) 1. Remove all dirt, debris, dust, and other deleterious material from surfaces of structure, rings, and casting prior to installation of seal system. 2. System to be installed per manufacturer's recommendation. 3. Secure bottom section to top slab or cone, top section to casting flange with mastic. 4. Minimum of 2 -inches overlap required between top and bottom sections of seal system. a. If minimum overlap is not achieved, extension section(s) must be inserted between the top and bottom sections until 2 -inches overlap at all seams between all sections of the seal system is achieved. S. Secure all seams between sections with mastic. a. Mastic to be installed continuously around entire perimeter of section with no gaps. ADJUST MISCELLANEOUS STRUCTURES 0 2013 Stantec 1 193801579 330517-4 6. Installation of External Seal System shall generally be required on existing sanitary sewer manholes outside of the street section within the project limits. 3.05 ADJUST VALVE BOX A. Adjust box by screwing top section up or down. B. Prevent sand, chunks of concrete, or any other debris from entering the valve box. 1. Short sections inserted inside the existing top section are not allowed to perform adjustment, unless specified. C. Install approved sections as needed. D. Patch road to match existing pavement section. Sawcut pavement edges prior to patching (Incidental). 3.06 REMOVE EXISTING AND PLACE NEW MANHOLE AND CATCH BASIN FRAME A. Remove and dispose of frame and casting as indicated on the Drawings, B. Place new adjustment rings conforming to Section 3.03 Adjust Frame and Ring Casting. C. Install new frame and casting. D. Patch road to match existing pavement section. Sawcut pavement edges prior to patching (Incidental). E. Dispose of removed material off Site. 3.07 FIELD QUALITY CONTROL A. For adjustments made within bituminous surfaced areas, any settlements of the bituminous surface greater than 3/8 inch below the rim of the adjustment structure will require removal and replacement of the bituminous surfacing at the Contractor's expense. B. Secure manholes and structures immediately after completion or before suspension of operations at the end of working day with castings or suitable alternative device. C. Adjust Manholes and Catch Basin Frames 1/8 inch to 3/8 inch below grade prior to placing the final wear course. Thorough tamping of the material around manhole and catch basin frames is required. Where existing frame is within 0.10 feet of grade, no adjustment is to be made. In such cases the crown or gutter shall be either lowered or raised, as the case may be, to put the street and frame at the same grade. D. Adjust frame upward with standard concrete adjustment rings of the same size as the cone or slab opening. Place each adjustment ring and frame in a full mortar bed. Adjusting rings needed to raise the casting to grade shall be incidental to the adjustment pay item. E. Adjust frame downward by removing the necessary number of adjustment rings from the structure and resetting the frame in a full mortar bed to grade. F. Regardless of the direction of adjustment, no shims of any material will be allowed. The minimum thickness of all mortar joints shall be at least 1/4 inch with a maximum allowable thickness of ADJUST MISCELLANEOUS STRUCTURES © 2013 Stantec 1 193801579 330517-5 1/2 inch. All excess mortar from the joint shall be wiped clean from the inside of all rings and frame. All manhole castings must be replaced prior to the placing of the final wear course. G. Adjust valve boxes to 1/8 inch to 3/8 inch below grade prior to placing the final wear course. Thorough tamping of the material around the valve box is required. All valve boxes are the sectional screw -threaded adjustable type. 14►1OX63ANX4-1f+T►- ADJUST MISCELLANEOUS STRUCTURES p 2013 Stantec 1 193801579 3305 17-6 SECTION 33 05 23.13 UTILITY HORIZONTAL DIRECTIONAL DRILLING PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. Pipe installation by Horizontal Directional Drilling. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 3100 - Sanitary Utility Sewer Piping. 3. Section 33 34 00 - Sanitary Utility Sewer Force Mains. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Connect to Existing Forcemain. Measurement shall be based on each connection made. Payment at the Bid Unit Price shall include all items required to complete the connection to the existing sanitary forcemain. 2. A Bid Item has been provided for Connect to Existing Lift Station. Measurement shall be based on each connection made. Payment at the Bid Unit Price shall include all items required to complete the connection to the existing lift station. 3. A Bid Item has been provided for 6" I.D. HDPE Sanitary Sewer Forcemain - Directional Drilled. Measurement will be by lineal feet along the centerline of the pipe from fitting to fitting. The actual quantity installed multiplied by the appropriate Bid Unit Price will be considered compensation in full for all Work and costs to furnish and install material in place. The lineal feet of pipe that is installed by trenching will also be paid under this bid item. 4. Magnetized tracer boxes are considered incidental to the forcemain bid item. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Iron and Steel Institute (AISI) 1. Type 316 stainless steel. B. American Petroleum Institute (API) 1. API 13A - Oil Well Drilling - Fluid Materials. C. American Society for Testing and Materials (ASTM) 1. C618 - Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture In Portland Cement Concrete. 2. D2657 - Standard Practice for Heat Fusion Joining of Polyolefin Pipe and Fittings. 3. D3O35 - Polyethylene (PE) Plastics Pipe (DR -PR) Based On Controlled Outside Diameter. 4. D335O - Polyethylene Plastic Pipe and Fittings Materials. 5. D3261 - Specification for Butt Meat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing. 6. F714 - Polyethylene (PE) Plastic Pipe (SDR -PR) Based On Outside Diameter. UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2013 Stantec 193801579 33 05 23.13 - 1 7. F1055 - Electrofusion Type Polyethylene Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing. 8. F1290 - Standard Practice for Electrofusion 3oining Polyolefin Pipe and Fittings. D. American Water Works Association (AWWA) 1. AWWA C901 - AWWA Standard for Polyethylene (PE) Pressure Pipe and Tubing, 1/2 Inch (13 mm) Through 3 Inches (76 mm), for Water Service. 2. AWWA C906 - AWWA Standard for Polyethylene (PE) Pressure Pipe and Fittings, 4 Inches Through 63 Inches, for Water Distribution. 1.04 DEFINITIONS A. Contact Grouting: The injection of a mixture of pea gravel, fine gravel, sands, and fines plus water and Portland cement, chemical compound, and perhaps a non -setting or other admixture into voids outside of the casing pipe or drilled pipe to achieve continuous contact between the casing pipe or drilled pipe and the ground. 1.05 SUBMITTALS A. Submit the following items consistent with Section 0133 00: 1. Product Data: For carrier pipe, fittings, skids, bracing, and related appurtenances. 2. Shop Drawings: A layout plan showing stationing, elevations, pipe classes, and class coding. 3. Field Quality Control Test Results. 4. Results of Source Quality Control Tests. 5. Results of alignment plots. Superimpose these plots on a copy of the design alignment for comparison to verify compliance with alignment tolerances. 6. If entry and exit pits are proposed, shop drawings showing size, location, and design calculations for the pits and all supports. 7. Description of system to be used for handling and disposal of drilling mud and cuttings. 8. Grout mix design. 1.06 QUALITY ASSURANCE A. Submit a list of similar projects completed in the last 3 years. Include pipe material, pipe diameter, project length, typical length of pull, including typical thrust and pullback requirements, soil conditions, project owner, and owner's address. B. For each pipe material, use only pipe from a single manufacturer. Furnish certifications of tests and inspection of pipe at the factory, plant, or foundry as required by the Specifications to which the material is manufactured. C. Names and project lists for key equipment operators and supervisors, including the following: 1. List equipment each operator is certified to operate. 2. Years of experience for each operator. 1.07 DELIVERY, STORAGE, AND HANDLING A. Prevent damage to the pipe when loading, transporting, and unloading. Do not drop pipe. B. Inspect all pipe and materials during unloading process. C. Notify Engineer of any cracked, flawed, or otherwise defective material. UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2013 Stantec 1 193801579 33 05 23.13 - 2 PART 2 PRODUCTS 2,01 PIPE AND FITTINGS A. HDPE Pipe and Fittings 1. 4 Inches Diameter and Greater: Manufactured in accordance with AWWA C906 and ASTM F714, designation code PE 3408, meeting ASTM D3350 cell classification 345464C, DIPS (Ductile Iron Pipe Size), DR -11. B. HDPE to PVC/DIP/CIP Connections: Shall be "MY adapter type, or approved equal. 2.02 DRILLING FLUID A. Bentonite Slurry when used or required in the design prepared by the Contractor 1. Bentonite: APT Specification 13A, high swelling montmorillonite, capable of mixing with water to form a stable homogeneous suspension. 2. Water: Clean, potable, containing no more than 500 -ppm chlorides. B. Sand for Contact or Consolidation Grouting 1. Clean, natural silica sand graded such that all of the material passes the No. 20 sieve and not more than 20 percent passes the No. 200 sieve. C. Controlled Low Strength Fill (Flowable Fill) 1. Select and proportion ingredients to obtain compressive strength between 25 to 75 psi at 28 days in accordance with ASTM D4832. 2. Materials a. Cement: ASTM C150, Type I or II. b. Fly Ash: ASTM C618, Class F. c. Water: Clean, potable, containing less than 500 ppm of chlorides. 2.03 TRACER WIRE FOR FORCEMAIN A. Conform to the applicable requirements of NEMA WC3, WC5, and WC7. B. Shall be Underwriters Laboratories (UL) listed for use in direct burial applications (e.g. USE, UF, or tracer wire). C. Conductor: Minimum AWG No. 8 in copper or AWG No. 12 stainless steel rated to 30 volts. D. Identification: Volts (or V), AWG size, UL and designation (example: "tracer wire'. E. Magnetized Tracer Boxes: Snake Pit Magnetized Tracer Box, www.copperheadwire.com, or approved equal 1. Lite Duty XL Box. 2.04 EQUIPMENT A. Certified by manufacturer for intended purpose, diameter of pipe, and expected loadings. 2.05 SOURCE QUALITY CONTROL A. Manufacturer's Certifications: Provide certification of all testing performed by the pipe manufacturer at the manufacturing site documenting compliance with the Specifications under UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2013 5tantec 1 193841579 33 05 23.13 - 3 which the pipe is manufactured. Certifications shall include but not limited to pipe thickness, pipe strength, static pressure tests, material composition, and gasket test requirements. PART 3 EXECUTION 3.01 GENERAL A. Notify the Owner and the Engineer at least 7 days in advance of the planned start of Work. B. Water Control 1. Keep drilling pit subgrades continuously free from ground and surface waters during operations. Implement additional groundwater controls on short notice as required. Observed water levels prior to construction are to be below the invert elevation of the pits. 2. Direct discharge from dewatering operations into approved receiving basins in accordance with all applicable regulatory requirements as required. C. Operations 1. It is not necessary to complete drilling work in 1 continuous, non-stop, operation. If Work is interrupted or stopped prior to completion at the Contractor's discretion without prior Owner approval, the Contractor shall bear all costs related to the stoppage and restarting operations without additional payment. 2. Operate to prevent settlement, movement, or cracking of adjacent structures. If any movement or settlement occurs which cause or might cause damage to the structures over, along, or adjacent to the Work, stop drilling operations immediately, except for those activities which will assist in making the Work secure and prevent further movement, settlement, or damage. 3. Resume drilling operation only after all necessary precautions have been taken to prevent further movement, settlement, or damage. 3.02 INSTALLATION A. Preparations 1. Locate positions of entry and exit pits, establish elevation and horizontal datum for bore head control, and lay out pipe assembly area. 2. Lay out and assemble pipe in manner that does not obstruct adjacent roads and commercial or residential activities adjacent to construction easements. Elevate pipe over streets or railroads as necessary to avoid disruption to traffic. B. Drilling Pilot Hole 1. Drill pilot hole from entrance point to exit point following vertical and horizontal alignment shown. 2. As pilot hole is advanced, plot actual horizontal and vertical alignment of pilot hole at intervals not exceeding 25 feet. Provide the Engineer with position and inclination of pilot bore. 3. Use drilling fluid under pressure or other method designed by the Contractor to control ground water and to keep the pilot hole open. 4. Alignment Requirements a. Keep the grade to no shallower than the profile shown and with no intermediate high points that might trap air in pipe after installation. b. Keep curvature of completed pilot hole less than that which will produce wall stresses at 0.50 of yield stress in the pipe after it is installed and subject to maximum working pressure. UTILITY HORIZONTAL DIRECTIONAL DRILLING O 2013 Stantec 1 193801579 33 05 23.13 - 4 c. Return pilot hole that is deviating from designed horizontal and vertical alignment to proper alignment with no abrupt changes and at a rate not exceeding [1 foot per 50 feet of pilot hole advance]. d. Horizontal Alignment of Pilot Hole: Within 3 feet of plan data. 5. Acceptance: If pilot hole alignment fails to conform to specified requirements, drill new pilot hole with alignment meeting specified requirements. C. Reaming Pilot Hole and Pulling Pipe 1. Obtain Engineer approval to proceed before enlarging pilot hole and pulling pipe into position. 2. While pulling pipe, enlarge pilot hole ahead of pipe to diameter sufficient for pulling pipe into position. 3. While pulling pipe, handle pipe in manner that does not over stress pipe. Limit radius of curvature along length of pipe [during installation to 500 feet]. If pipe buckles or is otherwise damaged, remove damaged section and replace it with new pipe. 4. Pull pipe so that a minimum of 10 feet of pipe is exposed at both ends of bore. D. Cleaning Pipe Ends 1. After pulling pipe, clean exposed ends for installation of fittings. E. Pipe Joining Method 1. 3 inches diameter and greater, thermo-butt fusion process in accordance with ASTM D2657. F. Handling and Disposal of Drilling Fluid and Cuttings 1. Adequate provisions for handling and containing muddy water, drilling fluid, and cuttings during drilling operations. Do not discharge these contaminants into waterways. Handle water and materials to conform with requirements of the agency(s) with regulatory jurisdiction. 2. Construct drilling fluid pits at entry and exit points in manner that completely contains mud and prevents its escape. 3. When on Site provisions for storing muddy water, drilling fluid, or cuttings on Site are exceeded, haul contaminants away to suitable legal disposal site. 4. Conduct directional drilling operation in such manner that drilling mud is not forced into waterways, wetlands, or the ground surface. G. End Fittings 1. Fabricate and install mitered fittings at ends of pipe as required for attachment of adjacent sections of pipe. Fabricate fitting angles to correspond to field conditions. Do not connect adjacent sections of pipe by beveling pipe ends. Coat and line fittings as specified for pipe. H. Pipe Abandonment 1. In event of failure to install pipe conforming to all tolerance and test requirements of this Section, retain possession of pipe and remove it from Site. Completely fill borehole with grout, sand, or flowable fill so as to prevent future settlement. 2. If pipe cannot be withdrawn, cut pipe off at least 3 feet below ground surface, record location on Drawings, and abandon pipe after filling pipe and the annular space with flowable fill. 3.03 FIELD QUALITY CONTROL A. Perform an elevation survey of the surface of the ground above each pipe centerline before, during, and after the drilling operations. Conduct the survey to an elevation accuracy of 0.1 feet at 25 -foot intervals along the pipe centerline. Measure daily during active operations above the Work and at least 10 feet in front of the Work. UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2013 Stantec 1 193801579 33 05 23.13 - 5 B. Hydrostatic Pressure Testing: After pulling pipe into position but prior to grouting and before attachment to adjacent sections of pipe, pressure test pipe as listed below: 1. Minimum Test Pressure: 150 psi. 2. Criteria: No drop in pressure allowed for over 2 hours. 3. Provide temporary pipe restraint as required for testing. C. Tracer Wire Testing: Demonstrate the electrical continuity of the tracer wire. 3.04 RESTORATION A. At the conclusion of each directional drilling operation, remove excavation support systems for drilling entry pits and exit pits. B. Backfill entry and exit pits consistent with the requirements of Section 33 05 05. Restore the profile of the right of way to its original condition. C. Remove all equipment, supplies, excess excavation materials, and miscellaneous items associated with the directional drilling operation and leave the Site in a clean and tidy condition. D. Promptly replace damage pavement and structures at the ground surface above the drilled pipe. END OF SECTION UTILITY HORIZONTAL DIRECTIONAL DRILLING © 2013 Stantec 1 193801579 33 05 23.13 - 6 SECTION 33 05 23.16 UTILITY PIPE ]ACKING PART 1 PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Jacking casing pipe and installing carrier pipe. 2. Jack carrier pipe. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 10 00 - Water Utilities. 3. Section 33 3100 - Sanitary Utility Sewer Piping. 4. Section 33 34 00 - Sanitary Utility Sewer Force Mains. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for 18" Steel Casing Pipe (.lacked). Measurement will be based on units of lineal feet of steel casing pipe installed. The cost to provide the required steel casing, including excavation, all shoring, bulkheading and filling of annular space between carrier and casing pipe shall be included in the Bid Unit Price with no additional payment being made, regardless of the size of casing installed or the method of installation selected by the Contractor. Casing pipe installed beyond the limits surveyed shall not be paid for. 2. A Bid Item has been provided for 24" Steel Casing Pipe (Jacked). Measurement will be based on units of lineal feet of steel casing pipe Installed. The cost to provide the required steel casing, including excavation, all shoring, bulkheading and filling of annular space between carrier and casing pipe shall be included in the Bid Unit Price with no additional payment being made, regardless of the size of casing installed or the method of installation selected by the Contractor. Casing pipe installed beyond the limits surveyed shall not be paid for. 3. Railroad protective insurance or flagging required by the Railroad shall be considered incidental with no direct payment made. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. A139 - Electric -Fusion (Arc) - Welded Steel Pipe (NPS 4 and Over). 2. C90 - Loadbearing Concrete Masonry Units. 1.04 SUBMITTALS A. Submit the following items consistent with Section 0133 00: 1. A description of proposed construction methods for each jacking. 2. Shop Drawings and Product Data For: Proposed sheeting or shoring, and details of the equipment. 3. Qualifications and training of the key personnel, including field supervisor and operators, responsible for specialized work. UTILrrY PIPE JACKING c0 2013 Stantec ° 193801579 33 05 23.16 - 1 4. Daily Reports Showing: a. Jacking advance with beginning and ending stations. b. Any departures from specified line and grade. c. Descriptions of unusual conditions or incidents. 5. Proof of any required railroad protective insurance. PART 2 PRODUCTS 2.01 MATERIALS A. Steel Casing Pipe 1. Leakproof conforming to the requirements of ASTM A139, Grade B. Minimum yield strength of 35,000 psi, equipped with grout holes as specified herein, and designed to withstand Coopers E-80 Railroad Loading when under railways a. Clear inside diameter at least 9 inches greater than the largest outside diameter of the carrier pipe, joints, or couplings. Use casing pipe large enough to allow the carrier pipe to be removed subsequently without disturbing the casing pipe or railway subgrade or ground surface. b. For steel casing pipes with the minimum nominal diameters shown, use the following pipe wall thicknesses, unless noted: Casing Pipe Inside Diameter Casing Pipe Wall Thickness 18 Inches 0.312 Inch 20 Inches 0.343 Inch 222 Inches 0.375 Inch 24 Inches 0.403 Inch 26 Inches 0.438 Inch 28 Inches to 30 Inches 0.469 Inch 32 Inches to 34 Inches 0.532 Inch 36 Inches to 38 Inches 0.563 Inch B. Grout Material 1. Use Standard Portland Cement Type I, clean washed sand, and crushed rock gravel to seal the ends of casing. 2. Use proper water -cement ratio to obtain 3,000 psi in 28 days. C. Carrier Pipe (Within Jacked Pipe Casing) 1. Conform to the requirements of Section 33 10 00 — Water Utilities. 2. Use plastic or steel casing insulator skids as manufactured by Pipeline Seal and Insulator, Inc., stainless steel casing spacers by Cascade Waterworks Manufacturing Company, or non -timber skids, or approved equal. 3. Carrier pipe bracing of sound Douglas fir wooden bracing pressure treated with approved preservative. Field coat cut edges with preservative. Use Type 316 stainless steel straps. 2.02 EQUIPMENT A. Certified by manufacturer for intended purpose, diameter pipe, and expected loading. UTIMY PIPE JACKING © 2013 Stantec , 193801579 33 05 23.16 - 2 2.03 MIXES A. Fill For Annular Space Between Casing and Carrier Pipe 1. Silica sand. 2. Cellular (Foam) Concrete Grout a. Design and mix proportions by the Contractor's Engineer. b. Low density, non-bleeding, cellular concrete. c. Portland cement and water slurry blended with a high stability pregenerated foaming agent. d. Fluid (10 -inch slump), pumpable. e. Wet Density: 18 to 22 pounds per cubic foot. f. Dry Density: 16 to 18 pounds per cubic foot. g. 28 -Day Compressive Strength: 35 to 50 pounds per square inch. h. Adjust proportions to meet Project requirements. PART 3 EXECUTION 083MCIVIARLI A. Notify the Engineer, roadway, railway, and utility owners in advance of the planned start of Work within the right-of-way or as required by the applicable permit, which is more stringent. B. Water Control 1. Keep jacking pit subgrades continuously free from ground and surface water during operations. 2. Direct discharge from dewatering operations into approved receiving basins. C. Jacking pits, entry pits, exit pits, and miscellaneous trenching shall be in conformance with Section 33 05 05. D. It is not necessary to complete jacking work in 1 continuous, non-stop operation. If Work is interrupted or stopped prior to completion at the Contractor's discretion, Contractor bears all costs related to the stoppage and restart operations. E. Prevent any settlement, movement, or cracking of roadways, roadbeds, railways, surface structures, utilities, or adjacent structures. If any movement or settlement occurs which cause or might cause damage over, along, or adjacent to the Work, stop jacking operations immediately, except for those activities which will assist in making the Work secure. 3.02 INSTALLATION A. Examination 1. Engineer may enter the tunnel pits at any time for the purpose of inspecting the ground conditions, monitoring ground response, and inspecting the materials or the workmanship. Contractor shall cooperate in such inspections. 2. Notify Engineer to inspect casing prior to placing piping within the tunnel. B. Place sheeting, shoring, or bracing as necessary to maintain the pit slopes and protect adjacent structures. Sheeting, shoring, or bracing shall be considered incidental to the jacking with no additional compensation allowed. © 2013 Stantec 1 193801579 UTILITY PIPE JACKING 33 05 23.16 - 3 C. Installation of Casing Pipe 1. Provide means for guiding jacked pipe accurately into position. 2. Maintain accurate line and grade. 3. Use full butt penetration welds on the outside to connect all sections of the casing pipe. Butt weld joints prior to the jacking operation. 4. After pipe has been completely installed, thoroughly clean the interior of the casing pipe and remove all excess material leaving a smooth interior throughout. 5. Any water in the casing shall be pumped out prior to installation of carrier pipe. D. Tolerances 1. Maintain alignment and elevation of the casing pipe consistently throughout the jacking operation. 2. Maximum Deviations Permitted a. Alignment: 6 inches. b. Elevation: Plus or minus 2 inches as long as 7.5' of cover over water main is maintained. E. Grade Corrections 1. If an excavation method is used that does not have the ability to make corrections in line and grade of the carrier pipe, place an oversized casing pipe so the carrier pipe can be installed to the required tolerance. F. Pressure Grouting 1. The Contractor is also required to setup the jacking with piping that permits pressure grouting around the outside perimeter of the steel carrier pipe when the jacking is complete. The purpose of this procedure is to completely fill any possible voids around the pipe that may have been caused by the jacking procedure. 3.03 CARRIER PIPE INSTAL.IATION A. Install the carrier pipe within the casing using skids as specified herein. Secure skids with straps. Install carrier pipe from the jacking pit end of the casing. Thoroughly inspect each joint prior to insertion into the casing. Support carrier pipe within the casing pipe so that pipe bells do not rest directly on the casing. Distribute the load of the carrier pipe along the casing with an adequate method of support. B. Install permanent vertical and lateral bracing to prevent carrier pipe from floating either vertically or laterally during testing and placement of annular space filler. C. Construct an 8 inches thick brick and mortar bulkhead in the annular space between the carrier pipe and casing pipe after the carrier pipe has been installed. Wrap the portion of the carrier pipe passing through the brick bulkhead with 3 layers of 15 -pound asphalt impregnated felt before constructing the bulkhead. Block and brick shall conform to requirements of ASTM C90. D. After the carrier pipe has been inspected and tested, fill the annular space between casing pipe and carrier pipe completely 1. Place cellular concrete grout in lifts in a manner approved by the carrier pipe manufacturer that prevents damage and in a manner to prevent the occurrence of any voids between the casing pipe and the carrier pipe. If material is pumped, pump at a pressure below that which may cause damage of the casing or carrier pipe. Vent casing to ensure that annular space is completely filled with grout. END OF SECTION UTILITY PIPE JACKING © 2013 5tantec 193801579 33 05 23.16 - 4 SECTION 33 08 30 COMMISSIONING OF SANITARY SEWER UTILITIES PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. Testing of sanitary sewer pipe, manholes, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 33 3100 Sanitary Utility Sewer Piping. 2. Section 33 3114 - Sanitary Sewer Services. 3. Section 33 34 00 - Sanitary Utility Sewer Force Mains. 4. Section 33 39 00 Sanitary Utility Sewer Structures. 1.02 PRICE AND PAYMENT A. Measurement and Payment 1. Televising Sanitary Sewer: Measurement will be per lineal foot. Payment shall include cleaning lines, televising, providing water for determining sags, reports, videos, photos and other documentation and incidentals to complete the televising as specified. Televising shall typically start and end at manholes. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. C924 - Standard Practice for Testing Concrete Pipe Sewer Line by Low -Pressure Air Test Method. 2. C969 - Standard Practice for Infiltration and ExfiItration Testing of Installed Precast Concrete Pipe Sewer Lines. 3. C1103 - Standard Practice for Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Line. 4. C1244 - Standard Test Method for Concrete Sewer Manholes by Negative Air Pressure. 5. F1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines using Low -Pressure Air. 1,04 SUBMITTALS A. Submit the following items consistent with Section 0133 00: 1. Proposed field testing methods. 2. Results of field testing 3. 2 copies on DVD format of sewer televising and 2 copies of the written report on conditions. DVD and written reports shall be submitted to both Engineer and Owner. 4. Electronic Copies: Televising reports shall be submitted in pdf format. One pdf shall be created for each section of pipe located between two manholes. Each report shall be named with a number matching the Owner's pipe identification number. The identification number for each section of pipe shall be provided to the Contractor prior to televising. COMMISSIONING OF SANITARY SEWER UTILITIES © 2013 Stantpr 1 1Q'iRni 579 330830-1 5. Identification Spreadsheet: Provide in Microsoft excel format with the Owner's pipe identification number for the pipes that were cleaned and lined. Individual televising reports, images, and video must correspond to the pipe id. A sample spreadsheet can be provided by the Engineer upon request. 6. Any images taken must be provided to the Owner in jpeg format or a format that is approved on by the Owner. 7. Reports and video shall be provided for each televising inspection. ��11%f'1111111111111 9 *J4101111yi-` Not Used. PART 3 EXECUTION 3.01 EXAMINATION A. Commence test procedures only when pipe and structures are clean and free of dirt, water, or other foreign matter, and for buried pipe, trench has been backfilled. 3.02 FIELD QUALITY CONTROL A. Engineer will observe all tests and visually inspect the Work for compliance. B. Contractor shall provide all material, equipment, and labor required to test the sanitary sewer systems. C. Forcemain Tests and Inspection 1. Hydrostatic Pressure Test a. Minimum Test Pressure: 150 psi. b. Test Duration: 2 hours. c. Criteria: No drop in pressure allowed. d. Testing gauge shall be liquid filled, 4-1/2 inches diameter, labeled in 1 -psi increments, such as Ashcroft Model 1082, or approved equal. e. All lines shall be tested. D. Gravity Pipe Leak Testing 1. General a. Test all systems (pipe and structures) for leakage before being put in service. Notify Engineer of the date and time for each test 1 day prior to actual testing. Test in section length increments deemed necessary by the Engineer. b. Test each section by 1 of the following methods. c. Individual segments MH to MH pipe runs must be tested and accepted by the Engineer prior to starting construction of the next pipe run. 2. Low Pressure Air Test a. Diameter: Less than or equal to 24 inches. b. Must meet criteria set forth in ASTM F1417. c. Groundwater level shall be no higher than 2 feet above the top of pipe at upstream end. d. Acceptable time for loss of 0.5 psig of air pressure shall be the larger of the 2 times below: Pipe Size Min. Time (Min's) Time (sift of pipe) 8 3:50 0.750 10 4:40 1.187 12 5:40 1.709 COMMISSIONING OF SANITARY SEWER UTILMES p 2013 Stantec 1 193801579 330830-2 15 7:05 2.671 18 8:30 3.846 21 9:55 5.235 24 11:20 6.837 e. Requirement may be waved for reconstruction projects where reconnection of active sewer services prevents testing with permission from Owner. E. Gravity Pipe Deflection Testing 1. Required for all flexible pipe (PVC or HDPE). 2. Deflection Testing Methods a. Pipe Diameters Through 24 Inches: Pull mandrel through the pipe by hand (without aid of mechanical pulling devices). 3. Deflection testing shall be conducted at least 30 days after the pipe has been backfilled to the desired finish grade on all direct bury flexible pipe. 4. 5 -percent deflection allowance. 5. Mandrel Diameter Requirements a. Diameter equal to 95 percent of the base inside diameter noted in Appendix XI of ASTM D3034 for PSM PVC pipe (SDR pipe) and calculated from Appendix X2 of ASTM F679 for PS 46 or 115 pipe. b. For all other pipe, the minimum diameter shall be equal to 95 percent of the Average Internal Diameter of the pipe as specified below: 1) Average Internal Diameter = (Average Outside Diameter) minus [2 by 1.06 by (Minimum Pipe Wall Thickness)]. 2) The Average Outside Diameter will be based on applicable ASTM or AWWA Standard. 3) No adjustments to the Average Internal Diameter will be allowed for out -of -roundness, diameter variation, or thickness variation due to manufacture, shipping, and handling. c. Mandrel shall be constructed of rigid steel, be non-adjustable, and have an odd number of legs (9 legs minimum). Its effective length shall not be less than its nominal diameter. 6. Deflection Template/Bar Requirements a. The circular template diameter (or rigid bar length) shall be equal to the mandrel diameter requirements as determined above. b. Circular templates shall be constructed of rigid materials and be non-adjustable. c. Rigid bars shall have a 1 inch diameter circular section, be constructed of steel, and be non-adjustable. 3.03 REQUIREMENTS FOR TEST FAILURES A. Pressure or Leak Test Failure 1. Repair piping as necessary to conform to product requirements. 2. All repair work shall be subject to approval by the Engineer. 3. Chemical type sealants added to the test water will not be permitted. 4. The Engineer may require removal and replacement of pipe in failed test sections. 5. The cost of replacement, repair, and re -testing of failed pipe sections shall be borne by the Contractor. B. Deflection Test Failure 1. Unless otherwise permitted by the Engineer, any over deflected pipe shall be uncovered, and if not damaged, reinstalled. Damaged pipe shall not be reinstalled, but shall be removed from the Site. COMMISSIONING OF SANITARY SEWER UTILITIES © 2013 Stantec . 193801579 330830-3 3.04 SANITARY SEWER CLOSED CIRCUIT TELEVISION INSPECTION A. General 1. Televising shall be performed on all newly constructed gravity sanitary sewer lines after successful leak testing has been completed and accepted. 2. The sewer contractor shall assist with providing access to all sanitary sewer lines after successful leak and deflection testing has been completed and accepted. 3. Format — The video will be submitted in a DVD format with both audio and video. 4. Camera — The camera will be a self propelled unit providing color video with the ability to tilt up and down and pan left to right. The camera lens shall be capable of turning and looking up each wye or service tap to a minimum distance of the first fitting of the service pipe. The camera is to provide color video and still photographs of any defect. 5. Rate — The televising shall be conducted at a rate not to exceed 30 feet per minute. B. Line Requirements 1. All lines shall be jetted and vacuumed so that all debris has been removed prior to televising. 2. A small quantity of water is to be introduced into the line prior to televising. Amount shall be determined by the Engineer and coordinated with the Owner's Water and Sewer Department. The amount of water shall be sufficient enough to distinguish any sags or alignment problems with the pipe. 3. Each run will consist of a starting and ending MH-#, line size, and a zero reading on the counter at center of the starting manhole. 4. Each service Wye shall be examined using the pan and tilt feature. 5. The video camera operator shall type into the video the station (distance), Wye location on either the left or right side of the pipe and any problems they notice while televising the sewer lines. C. Manhole Requirements 1. Examine starting and ending doghouses for quality of mortar work. 2. Examine all joints to confirm watertight quality of gaskets and seals. 3. While at the bottom of the manhole, the camera will examine for infiltration as high as it can see around the entire manhole circumference. 4. Examine vertical outside drops. D. Report Requirements 1. A technician shall observe the monitor at all times during the televising and record the data. 2. Note locations, length and depth of any sags in the pipe (indicate any depths greater than 1/2 inch). 3. Note locations, length and depth of any areas of dirt or debris in the pipe (indicate any depths greater than 1/2 inch). 4. Record distance from center of manhole to center of manhole. 5. Note each change in pipe material, including station. 6. Note each wye or service tap location with station and orientation (Example: wye right, 3 o'clock). 7. Note direction of flow using east, west, north or south. 8. The complete report and DVD shall be submitted to the Owner/Engineer within 14 days after the completion of the televised segments. 9. Include color photos/images of defects in the written report. E. Review 1. All television reports and DVDs will be reviewed after the submittal is received. COMMISSIONING OF SANITARY SEWER UTILITIES © 2013 Stantec 1 193801579 330830-4 2. Comments and corrections will be noted and submitted to the Contractor for immediate correction. F. Defects 1. Any defect, faulty joints, cracked pipe, or other deficiency noted by the television inspection shall be immediately corrected by the Contractor. A plan for repair shall be presented to and approved by the Owner prior to the repair occurring. 2. Repairs shall be approved by Engineer prior to re -televising. 3. The repaired segment shall then be re -televised from manhole to manhole in accordance with section 3.04Y, and submit a report within 7 days. No additional compensation shall be awarded for re -televising any repairs or defects in the lines. END OF SECTION COMMISSIONING OF SANITARY SEWER UTILITIES © 2013 Stantec 1 193801579 330830-5 SECTION 33 10 00 WATER. UTILITIES 71 � �I4"►14171) 1.01 SUMMARY A. Section Includes 1. Water main pipe, hydrants, valves, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 3123 00 - Excavation and Fill. 2. Section 33 05 05 - Trenching and Backfilling. 3. Section 33 05 17 - Adjust Miscellaneous Structures. 4. Section 33 05 23.16 - Utility Pipe Jacking. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for Water Main. Measurement and payment will be based upon the units listed below: a. Temporary Water Main/Service: No measurement shall be made. Payment shall be by lump sum. Payment shall include the water main pipe, temporary valves, fittings, service lines, staging, ramping, removal, and any other work involved with providing Temporary Water Main/Service. To the extent possible, the existing water main and services shall be used to provide temporary water service. b. Valve and Box: Measurement will be based on each size of Valve and Box installed. Payment at the Bid Unit Price shall include furnishing and installing the Valve and Box complete in place as specified, including all valve box adjustments required throughout the project. c. Remove and Install 8" Gate Valve and Box (Special): Measurement will be based on each valve and box removed and replaced on the mill and overlay streets. Payment shall include excavation, sawcutting, trenching, cutting, removals, valve, connections to existing water main, joint restraint, blocking, aggregate base course, bituminous patching and all other incidentals to remove and install the new gate valve and box. 1) The bituminous patching associated with the valve replacement must be to the top of the existing wear course. d. Water Main Offset: Measurement shall be based on each offset made. Payment shall include all pipe, fittings, restraints, and materials to complete the offset. This bid item will be used for Water Main Offset for 4", 6" or 8" pipe. e. 12" Water Main Offset: Measurement shall be based on each offset made. Payment shall include all pipe, fittings, restraints, and materials to complete the offset. This bid item will be used for Water Main Offset for 12" pipe only. Over -depth noted in Drawings shall be incidental. f. Connect to Existing Water Main: Measurement shall be based on each connection made to existing water main, payment at the Bid Unit Price shall include all items required to complete the Work. Temporary connections to the existing water main are considered incidental. g. Hydrant: Measurement will be based on units of each Hydrant installed. Payment at the Bid Unit Price shall include furnishing and installing the Hydrant complete in place as specified. © 2013 Stantec 193801579 WATER UTILMES 331000-1 h. Remove and Install Hydrant and Valve (Special): Measurement will be based on each hydrant and valve installed on the mill and overlay streets. Payment shall include excavation, sawcutting, trenching, cutting, removals, hydrant, valve, connections to existing hydrant lead, joint restraint, blocking, aggregate base course, bituminous patching and all other incidentals to remove and install the hydrant and valve. 1) The bituminous patching associated with the valve replacement must be to the top of the existing wear course. i. Adjust Hydrant: Measurement will be per each hydrant adjusted by use of a hydrant barrel extension. Only hydrants installed new as part of this Contract will be adjusted as needed. Existing hydrants will not be adjusted under this Bid Item. j. A Bid Item has been provided for Salvage Special, 18" PCCP to DIP Transition. Measurement will be by each transition of this size and type salvaged and delivered to New Hope Public Works. Salvaging of any other materials as noted in the plans shall be considered incidental with no direct payment. k. Water Main Pipe: Measurement will be based upon units of lineal feet for each size and type of pipe installed, as measured along the axis of pipe, without regard to intervening valves or fittings. Water main over depth shall not be measured. Payment at the Bid Unit Price shall include furnishing and installing pipe complete in place as specified. I. 4" Insulation: Measurement will be based on square yards of Insulation at the specified thickness. Payment shall be made at the Bid Unit Price and will include furnishing and installation of the Insulation. m. Ductile Iron Fittings: Measurement shall be based on the fitting accessory weight installed. Payment at the Bid Unit Price shall include DIP Fitting, poly encasement, coatings, and hardware. 2. Joint Restraint: No Bid Item has been provided. Joint restraint shall be considered incidental to water main installation with no direct payment made. 3. No Bid Items have been provided for steel rodding. Steel rodding shall be considered incidental to water main installation with no direct payment made. 4. No Bid Items have been provided for testing. Testing shall be considered incidental to water main installation with no direct payment made. 5. All other Work and casts of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Water Works Association (AWWA) 1. C104 - Cement -Mortar Lining for Ductile -Iron Pipe and Fittings. 2. C105 - Polyethylene Encasement for Ductile -Iron Pipe Systems. 3. C111 - Rubber -Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 4. C116 - Protective Fusion -Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile -Iron and Gray -Iron Fittings. S. C150 - Ductile -Iron Pipe, Centrifugally Cast. 6. C151 - Standard for Ductile -Iron Pipe, Centrifugally Cast. 7. C153 - Standard for Ductile -Iron Compact Fittings. 8. C502 — Dry -Barrel Fire Hydrant 9. C504 - Rubber -Seated Butterfly Valves. 10. C515 Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service 11. C550 - Protective Interior Coatings for Valves and Hydrants. 12. C600 - Installation of Ductile -Iron Water Main and Their Appurtenances. 13. C651- Disinfecting Water Mains. B. American Society of Testing and Materials (ASTM) 1. A307 - Carbon Steel Bolts and Studs, 60,000 -PSI Tensile Strength. ® WATER 2013 Stantec 1 193801579 3 1000-2 2. A536 - Standard Specification for Ductile Iron Castings. 3. A674 - Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. 4. C578 - Specification for Rigid, Cellular Polystyrene Thermal Insulation. 5. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. National Electrical Manufacturers Association (NEMA) 6. WC 70 - Non -Shielded Power Cables Rated 2,000 Volt or Less for the Distribution of Electrical Energy. 1.04 SUBMITTALS A. Submit Product Data for the following items consistent with Section 0133 00: 1. Pipe, fittings, valves, and hydrants. 2. Joint restraint and corrosion resistant coatings. 1.05 SEQUENCING AND SCHEDULING A. Notify the Owner a minimum of 48 hours prior to performing Work. At this time, the Contractor is responsible to notify the City Fire Department of the intended shutdown. B. Notify all customers connected to water system to be shut down 48 hours in advance of shut down. C. The Owner must open and close the existing valves for this part of the operation. The Owner is responsible for flushing the mains after the connection is completed; however, the Contractor shall assist the Owner as necessary. D. Successfully complete required test and inspections before restoration of surface. PART 2 PRODUCTS 2.01 DUCTILE IRON PIPE AND FITTINGS (DIP) A. General Requirement: AWWA C151/A21.51. B. Cement -mortar lining conforming to AWWA C104/A21.4. C. Special Thickness Class 52 for diameters less than 20 inches. D. Fittings: AWWA C153/A21.53, Ductile Iron, 250 -psi working pressure, AWWA C111/A21.11 latest revision, mechanical joint or push -on: 1. All fittings shall be fusion bonded epoxy coated per ANSI/AWWA C116/A21. 2.02 BOLT ASSEMBLIES A. Tee -Head Bolts 1. General: Conform to ANSI/AWWA C111/A21.11. 2. Fluorocarbon Resin Coating: FluoroKote No. 1@ (by Metal Coating Corp.); NSS Industries Cor - Blue bolt coating, or approved equal. 3. No other bolts are approved for use with mechanical joint restraints. B. Stainless Steel Bolts 1. General: Conform to requirements of ASTM F593 and ASTM F594, Alloy Group 1, 2, or 3. © 2013 Stantec 1 193801579 WATER UTILITIES 331000-3 2. Approved for use as exterior bolts for hydrants and gate valves. 2.03 HYDRANT A. General Requirements: AWWA Standard C502. B. Specified Hydrant: WB -67-250, or approved equal. C. Approved Manufacturer: Waterous Pacer, or approved equal. D. Two 2-1/2 inch hose connections with Minneapolis Threads. E. One 4-1/2 inch steamer. F. National standard operating nut. G. 5 -inch valve opening. H. 6 -inch mechanical joint pipe connection. I. Break -off flange with breakable rod coupling. J. 8'-0" cover. K. 16 inch high traffic section. L. Nozzle caps attached to hydrant with metal chains. M. Exterior Bolt Assemblies: Conform to Part 2 — Bolt Assemblies. N. Fiberglass Flag: Hydrafinder Hydrant Marker, or approved equal: 1. White fiberglass rod, with 4 red reflective bands without a bulb end. 2. 54 inches long, 3/8 inch diameter. O. Hydrants placed where the ground water table is less than 8 feet below the ground surface shall have the drain holes plugged and shall be equipped with a tag stating the need for pumping after use. P. Color: Painted Waterous Enamel No. V1814 -R (Fire Hydrant Red) at the place of manufacture. Q. After installation and testing is complete, the "field coat" of paint shall be applied with a brush. 2.04 HYDRANT EXTENSIONS A. Sections: Match existing hydrant manufacturer and model. 2.05 GATE VALVE AND BOX A. General Requirement: AWWA C515 — Ductile Iron. B. Non -rising stem (NRS), opening by turning counter clockwise, 2 inches square operating nut. C. 0 -ring seals. Q 2013 Stantec1 193801579 WATER UTILMES 331000-4 D. Mechanical joint ends conforming to AWWA C111/A21.11. E. Exterior Bolt Assemblies: Conform to Part 2 — Bolt Assemblies. F. All internal and external surfaces of the valve body and bonnet shall have a fusion bonded epoxy coating complying with ANSI/AWWA 0550 and C116/A21.16. G. Spray exterior nuts and bolts of valve and restraints using a bituminous coal tar as supplied by the manufacturer. H. Wrap gate valves according to Part 2 - Pipe Encasement. I. Valve Boxes 1. 3 -piece, ductile iron, screw-type. 2. Adjustable for 7-1/2 foot depth of cover. 3. Valve and box considered as integral units. 4. 5-1/4 inch diameter shafts. 5. "Stay put" type drop covers, "WATER" on top with extended skirts. 2.06 BUTTERFLY VALVE AND BOX — DIRECT BURY INSTALLATION A. General Requirement: AWWA 0504. B. Mechanical joint valve ends conforming to AWWA C111/A21.11. C. AWWA C504 Class 150B valve shaft diameter. D. Valve Body: High strength cast iron conforming to ASTM A126, Class B. E. Valve Vane: High-strength cast iron conforming to ASTM A48, Class 40, rubber seat mechanically secured with an integral 18-8 stainless steel clamp ring and 18-8 stainless steel self -locked screws. F. O-ring seal. G. Exterior Bolt Assemblies: Conform to Part 2 — Balt Assemblies. H. All internal and external surfaces of the valve body and bonnet shall have a fusion bonded epoxy coating complying with ANSI/AWWA C550 and C116/A21.16. I. Spray exterior nuts and bolts of valve and restraints using a bituminous coal tar as supplied by the manufacturer. J. Wrap gate valves according to Part 2 - Pipe Encasement. K. Operator 1. Traveling nut type sealed, gasketed, and lubricated for underground service. 2. Open counter clockwise. 3. 2 inches square operating nut. L. Valve Box 1. 3 -piece, ductile iron, screw-type. 2. Valves and boxes to be considered integral units. 3. 5-1/4 inch diameter shafts. WATER UTILITIES © 2013 Stantec 1 193801579 331000-5 4. Round or oval bases. 5. "Stay put" type drop covers, bearing the word "WATER" on top with extended skirts. 2.07 CONDUCTIVITY STRAP A. As specified by the pipe manufacturer. 2.08 JOINT RESTRAINT A. Mechanical Joint Restraint: Not allowed on existing cast iron pipe 1. Ductile iron conforming to ASTM A536. 2. Working Pressure: Minimum 250 psi. 3. EBAA Iron, Inc. Megalug, Star Pipe Stargrip, or approved equal. 4. Casting body and wedge assemblies coating a. Fusion bonded epoxy per ANSI/AWWA C116/A2. b. Xylan fluoropolymer coating such as MEGA-BOND'rm by EBAA Iron, Star -Bond by Star Pipe, or approved equal. B. Tie Rods: 3/4 inch diameter rods stainless steel or fusion bonded epoxy coated. 2.09 PIPE ENCASEMENT A. Material: Polyethylene film conforming to AWWA C105/A21.5 and ASTM A674, tube form. B. Color: Black. C. Film Marking Requirements: Conform to AWWA C105/A21.5 and ASTM A674, including AWWA/ASTM standard, corrosion protection warning and applicable range of nominal pipe diameter size(s) every 2 feet along its length. 2.10 INSULATION A. Polystyrene Insulation: Extruded type conforming to ASTM C578, Type VI, VII, or V. 2.11 CORPORATION STOP A. Conform to the requirements of Section 33 12 12. 2.12 COPPER SERVICE PIPE A. Conform to the requirements of Section 33 12 12. PART 3 EXECUTION 3.01 PREPARATION A. Conform to the requirements of Section 33 05 05. 3.02 INSTALLATION OF PIPE A. Install pipe and fittings in accordance with the manufacturer's instructions and with the details shown on the Drawings. WATER UTILITIES © 2013 Stantec 1 193801579 331000-6 B. Permanently support, remove, relocate, or reconstruct existing utility pipes, cables, structures, or other appurtenances when they obstruct the line, grade, or location of the pipe or appurtenance. C. Remove foreign matter or dirt from the inside of pipe. D. All jointing of mechanical joint pipe and push -on joint pipe in accordance to AWWA C600. E. Outside of the spigot and the inside of the bell, wire brush, wipe clean and dry. Keep pipe ends clean until joints are made. F. Lay and maintain pipe and appurtenances to the alignment, grade, and location shown on the Drawings. No deviation from the Drawing alignment, grade, or location is allowed, unless approved by the Engineer. No pipe shall be laid in water or when the trench conditions are unsuitable for such Work. G. Provide conductivity throughout the water system by use of conductivity strap. H. Precautions are to be taken to prevent debris or groundwater from entering the pipe being laid. I. Installing Fittings 1. General Requirements: AWWA C600. 2. Set and jointing to existing pipe and fittings as specified for cleaning, laying, and joining pipe. 3. Spray and joint restraint rods and bolts using a bituminous coal tar as supplied by the manufacturer. J. Wrap all ductile iron pipe and fittings with pipe encasement. K. Backfilling: Conform to Section 33 05 05. 3.03 INSTALLATION OF HYDRANT A. Location determined by Engineer. A grade stake and location stake will be provided by the Engineer before the hydrant may be set. B. Set on 8 -inch concrete block, or approved equal concrete base. C. Brace according to Drawings. D. After each hydrant has been set, place around the base of the hydrant not less than 1 cubic yard of Class A round washed rock with a minimum diameter of 3/4 inch. Carefully place 2 layers of polyethylene, minimum 4 mm thickness each, over the rock to prevent backfill material from entering voids in the drain rock. E. Wrap the hydrant assembly with pipe encasement to the bottom of the break off flange. F. Maintain hydrants in a plumb position during the backfilling operation. G. Attach a fiberglass marker to the hydrant using an existing flange bolt located at the back of the hydrant. 3.04 HYDRANT EXTENSIONS A. Remove upper section. © 2013 Stantec 193801579 WATER UTILITIES 331000-7 B. Install extension kit as per manufacturer's requirements. C. Replace upper and lower rod assemblies with heavy-duty for extensions in excess of 18 inches. D. Replace the upper section. 3.05 INSTALLATION OF VALVE A. Set and joint valves to new pipe in the manner as specified for cleaning, laying, and jointing pipe. Location to be determined by the Engineer. B. Valves and boxes shall be supported on an 8 -inch concrete block as shown on the Drawings. C. Maintain valve box centered and plumb over the operating nut of the valve. D. Set top of valve box flush with the existing surface to provide 12 inches of upward adjustment. E. Wrap gate valves with pipe encasement. 3.06 ANCHORAGE A. Brace hydrants securely against undisturbed soil using precast concrete block. Use mechanical joint restraints or rod all joints from main line tee to hydrant gate valve, then from gate valve to hydrant. B. Restrain all bends and fittings with mechanical joint restraints. 3.07 INSULATION A. Review insulation installation with Engineer 1. Place insulation between water pipe and sanitary pipe when water main or service is within 1 foot above or below the sanitary pipe. 2. Place insulation between storm sewer pipe and water main or water service when pipes are separated by less than 2 feet. 3.08 TEMPORARY WATER SERVICE A. The existing mains and services shall be used for temporary service to the extent possible throughout construction. B. If temporary water services are required, the following is required. During water main construction, install and maintain temporary water service to all homes, apartments, and/or businesses as shown on the Drawings 1. The temporary service will allow efficient removal of the existing water main and services, and installation of the new. 2. The temporary service shall provide adequate pressure and volume to all properties. 3. The Contractor shall perform a bacteria test on all temporary water lines prior to making any connections to homes or terminating existing water service. 4. The Contractor shall install any main line valves that may be required to shut off or isolate an area based on the Contractors schedule of work or temporary water system. All valves installed shall be installed in their permanent location as shown on the Drawings per the new water main location. Any valve not installed in its permanent location shall not be paid for and shall be incidental to the temporary water main. WATER U71LMES © 2013 Stantec : 193801579 331000-8 5. Coordinate all Work with the Owner and the Engineer. For staging, provide and update the schedule and description of how this is to be accomplished. Prior to beginning each stage, submit a plan for temporary service for approval by the Owner. 6. Coordinate connections and service interruptions with the property owners and Engineer at least 48 hours in advance. 7. Provide ramping and/or shallow trenching at street and driveway crossings. 8. Provide emergency contact numbers for evenings and weekends. 9. Maintain, inspect, and adjust the temporary piping as needed or directed throughout the construction. 3.09 PIPE CONFLICTS A. Shall apply to any crossings under existing cast iron pipe and any pipe conflicts where a minimum clear separation of 1 foot is not possible. B. Cut the water main beyond the proposed sewer trench wall. C. Remove the abandoned water main and install offset as shown on the Drawings or as encountered during construction. D. All offset piping shall be DIP. E. Mechanical joint restraints shall not be allowed on cast iron pipe. 3.10 PROTECTION A. Existing valves and hydrants shall be operated by the Owner, unless under emergency situations. B. Securely plug all water main openings promptly before suspension of Work at any time to prevent earth or other substances from entering the water main. C. Mark valve boxes and structures susceptible to being hit by construction or vehicular traffic. 3.11 FIELD QUALITY CONTROL A. Scope 1. Perform hydrostatic pressure, disinfection, and conductivity tests. 2. The Engineer will observe and verify all tests and visually inspect final Work for compliance. B. Hydrostatic Pressure Test 1. Minimum Test Pressure: 150 psi. 2. Test Duration: 2 hours. 3. Criteria: No drop in pressure allowed. 4. Testing Gauge: Liquid filled, 4-1/2 inches diameter, labeled in 1 -psi increments, such as Ashcroft Model 1082, or approved equal. 5. Test all lines, including hydrant leads, water services, and stubs. C. Disinfection 1. General Requirement: AWWA C651— Disinfecting Water Mains (Tablet Method). 2. Place hypochlorite tablets in each section of pipe and all appurtenances a. Attach tablets to top of pipe with a food grade adhesive, such as denture grip. b. The estimated number of tablets required per 20 foot length of pipe based on 3-1/4 grain available chlorine per tablet is as follows: WATER UTILITIES © 2013 Stantec 193801579 331000-9 Diameter No. of Tablets 1) 4 Inches 1 2) 6 Inches 2 3) 8 Inches 3 4) 10 Inches 4 5) 12 Inches 5 6) 16 Inches 9 7) 18 Inches 12 8) 20 Inches 14 9) 24 Inches 20 c. Contractor shall use a Project specific number of tablets to disinfect water main for 24 hours with at least 50 ppm available chlorine, with a residual of at least 10 ppm throughout the length of the main at the end of the 24-hour period. 3. Fill main with water at a velocity of less than 1 foot per second if tablet method is used. 4. Flushing by Contractor may begin after the chlorinated water has been allowed to disinfect the new pipe for 24 hours. Contractor shall schedule flushing with the Owner at least 24 hours in advance. 5. After final flushing and before new water main is connected to the distribution system, two consecutive sets of samples, taken at least 24 hours apart, shall be collected from the new main. 6. At least 1 set of bacteria test samples is required for every 1,200 feet of water main installed, plus one set from the end of the line and at lest one set from each main lateral branch. Bacteria tests to be performed by the Contractor. 7. Contractor shall provide testing results, signed by the testing agency, within 72 -hours of sampling. D. Conductivity (DIP) 1. Conductivity to be provided throughout the water system by use of copper straps or approved conductive gaskets with copper inserts. 2. Test Current: 350 amps at approximately 30 volts for 4 minutes, then 400 amps for 1 minute without fluctuation. 3. FIII lines with water prior to test. 4. Test all lines, including hydrant leads, water services, and stubs. END OF SECTION WATER UTILMES cC 2013 Stantec 1 193801579 331000-10 SECTION 33 12 12 WATER SERVICES PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. Construction of water service pipe, corporation stops, curb stops and boxes, and all appurtenances. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 10 00 - Water Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Service Line: Measurement by linear foot of each size and type of pipe measured along the axis of the pipe, from centerline of the water main to termination as shown on the Drawings with no regard to intervening fittings. Payment at the Bid Unit Price per foot shall include cost of all pipe, fittings, laying, excavation, backfilling, and testing a. Placement and compaction of the aggregate material around the corporation stop and gooseneck is incidental to the service line. b. Supplying and installing wooden markers or fence post is incidental to the service line. 2. Corporation Stop: By physical count of each type installed. 3. Curb Stop and Box: By physical count of each type installed. 4. Material, placement, compaction, and removal of excess trench material to be included in the Bid Unit Price for Water Service Line. 5. Service sizes may vary from sizes indicated on drawings. 6. Connect to Existing Water Service: Measurement shall be based on each connection made, including the removal of existing plugs. Payment at the Bid Unit Price shall include all items required to complete the Work, including sleeves and reducers. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. B88 - Class K Copper Water Service Pipe. 2. A674 - Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. B. American Water Works Association (AWWA) 1. C105 - American National Standard for Polyethylene Encasement for Ductile Iron Pipe Systems. 1.04 SUBMITTALS A. Submit the Product Data for the following items consistent with Section 0133 00: 1. Pipe and fittings. 2. Corporation stop and curb boxes. © 2013 Stantec 1193801579 WATER SERVICES 331212-1 1.05 SEQUENCING AND SCHEDULING A. Install sanitary sewer, water main, and all pipe deeper than the services prior to the installation of the services. B. Perform testing of new water main prior to reconnecting existing services. C. Notify the Owner a minimum of 72 hours prior to performing Work. Engineer will coordinate with the Contractor and residents the timing of house access to install the new service. The Contractor shall not install any water service without the Engineer having written authorization from the resident allowing entry to the home to perform Work. D. The Contractor should expect various night time work (10 pm 6 am) during service tie-ins. Maximum service disruption shall not exceed 8 hours. E. New water services shall typically extend from the main to the right-of-way line. Service valves or curb stops shall typically be placed at the ROW line. PART 2 PRODUCTS 2.01 SERVICE PIPE A. Copper Water Tube: 3/4 inch through 2 inches for buried service shall be seamless, Type K water tube conforming to ASTM B88. Service tubing larger than 1 inch shall be rigid Type K and joined using soldered joints 1. Fittings shall be designed for working pressures up to 150 psi. Fittings used in service lines shall be designed for connection to the service line by threads, brazing, compression, and/or flaring. B. Ductile Iron Pipe (DIP): Conform to Section 33 10 00. 2.02 CORPORATION STOP A. Approved Manufacturers: Mueller No. B-25000, Ford No. FB -600-4, FB -600-6, or A.Y. McDonald No. 4701-B. B. Threaded on outlet for flared connection with copper service pipe. C. Threaded on inlet end with standard tapered corporation cock thread. 2.03 CURB STOP A. Approved Manufacturers 1. Curb Stops - 1 Inch: Mueller No. B-25154, Ford No. B22 -444M, or A.Y. McDonald No. 6104. 2. Curb Stops - 1-1/2 Inches: Mueller No. B-25154, l=ord No. B22 -666M, or A.Y. McDonald No. 6104. B. Same size and connection type for inlet and outlet. C. Full opening through the valve body with no smaller restriction allowed. Q 2013 Stantec 193801579 WATER SERVICES 33 12 12-2 2.04 CURB BOX A. Approved Manufacturers: Mueller, Minneapolis Pattern H-10300, Ford Model EM2-75-56R or EM2-75-57R, or A.Y. McDonald Model 5614 or 5515. B. Adjustable in height from 78 inches to 90 inches. C. No Stationary rods. D. 2 inch upper section. E. Mueller improved extension type with arch pattern base. PART 3 EXECUTION 3.01 INSTALLATION A. Governing Code: Minnesota Plumbing Code and any local ordinances that may apply. B. Preparation: Conform to Section 33 05 05. C. New services shall be connected at the locations shown on the Drawings or if not shown as directed by the Engineer. D. Water Service Line 1. Parallel and upstream of the sewer service line in the same trench where feasible. 2. Terminate water service as shown on Drawings or as directed by the Engineer. E. Corporation Stop 1. Tap into main only when water main is under pressure. 2. Use 2 layers of pipe tread sealant tape on corporations as a thread lubricant and sealant, or product approved by Owner. 3. Support corporation with 1/2 cubic yard 3/4 -inch stabilization rock. F. Curb Box 1. Support on full size pre -cast segmental manhole block. 2. Place in a plumb, vertical position. 3. Install to elevation matching finished grade. G. Connect to Existing Water Service 1. Disconnect existing service from existing water main, plug existing corporation, and reconnect to the new main. 2. Remove existing curb stop and box and excess existing service pipe. 3. Reconnect existing service to new curb box. 4. Conform to Section 33 10 00 for pipe and valve installation. 5. All abandoned service pipe 4" or larger shall be filled with sand or removed. H. All trenches shall be backfilled and compacted in accordance to Section 33 05 05. 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. © 2013 Stantec 1 193801579 WATER SERVICES 331212-3 B. Pressure Testing: All water services will be pressure tested in conjunction with the water main, conforming to Section 33 10 00. 3.03 PROTECTION A. Mark Each Curb Box 1. Raise curb box to existing grade and mark with lath or stake so Engineer may tie out location. END OF SECTION WATER SERVICES Q 2013 Stantec 1 193601579 331212-4 SECTION 33 31 00 SANITARY UTILITY SEWER PIPING PARTI GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer gravity pipe, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 02 41 13 - Selective Site Demolition. 2. Section 33 05 05 - Trenching and Backfilling. 3. Section 33 08 30 Commissioning of Sanitary Sewer Utilities. 4. Section 33 31 14 - Sanitary Sewer Services. 5. Section 33 34 00 - Sanitary Utility Sewer Force Mains. 6. Section 33 39 00 - Sanitary Utility Sewer Structures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for PVC Pipe Sanitary Sewer. Measurement will be based upon units of lineal feet for furnishing and installing pipe complete in place as specified, including excavation, backfilling, and compaction. Pipe will be measured from centerline to centerline of manholes or to the connection point of the existing pipe. a. PVC pipe bedding will be incidental in accordance with Section 33 05 05. b. Improved pipe foundation material, if necessary, shall be per Section 33 05 05. 2. A Bid Item has been provided for 24" Ductile Iron Pipe Sanitary Sewer Class 51. Measurement will be based upon units of lineal feet for furnishing and installing pipe complete in place as specified, including excavation, backfilling, and compaction. Pipe will be measured from centerline to centerline of manholes or to the connection point of the existing pipe. See details in Drawings for installation requirements. 3. Bid Items have been provided for Wyes. Measurement will be based on units of each for each wye or tee branch of each diameter and classification furnished and installed complete in place. 4. A Bid Item has been provided for 24" RCP Sanitary Sewer Pipe Bend. Measurement will be on the basis of each and shall be considered to include all excavation, labor, materials, and equipment necessary to install the sewer pipe bend. Payment shall include connections to existing pipe, transition couplings, and additional 24" RC pipe as required to connect to the adjacent manhole. See details in Drawings for installation requirements. 5. A Bid Item has been provided for Connect to Existing Sanitary Manhole. Measurement shall be on the basis of each and shall be considered to include all excavation, labor, materials, and equipment necessary to make the required connection, including core drilling and reconstructing bench/invert. 6. A Bid Item has been provided for Connect to Existing Forcemain. Measurement shall be on the basis of each and shall be considered to include all excavation, labor, materials, and equipment necessary to make the required connection. 7. A Bid Item has been provided for Connect to Existing Sanitary Sewer Pipe. Measurement shall be on the basis of each and shall be considered to include all excavation, labor, materials, and equipment necessary to make the required connection. O 2013 5tantec 1193801579 333100-1 8. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. C76 - Specification for Reinforced Concrete Culvert, Drain, and Sewer Pipe. 2. C150 - Specification for Portland Cement. 3. C206 - Specification for Finishing Hydrated Lime. 4. C361 - Specification for Reinforced Concrete Low Head Pressure Pipe. 5. C443 - Specification for Joints for Circular Concrete Sewer and Pipe, Using Rubber Gaskets. 6. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 7. D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 8. D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using f=lexible Elastomeric Seals. 9. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 10. F679 - Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 11. F794 - Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based On Controlled Inside Diameter. B. American Water Works Association (AWWA) 1. AWWA 0151 - American National Standard for Ductile -Iron Pipe, Centrifugally Cast, for Water. 1.04 SITE CONDITIONS A. Sanitary sewer lines are shown on the Drawings in a general way. Contractor should anticipate minor variations in both horizontal and vertical directions in locating existing system. 1.05 SUBMITTALS A. Submit Product Data for the following items consistent with Section 0133 00: 1. Pipe and fittings. 2. Transition couplings. 1.06 SEQUENCING AND SCHEDULING A. Do not pursue Work causing shut off of utility services (gas, water, electric, telephone, TV, etc.) to consumers until the utility owner is contacted and all consumers are notified of the shut-off schedule. B. Verify vertical and horizontal location of sanitary sewers sufficiently in advance of installing new pipe to determine the extent of conflict, if any. C. Successfully complete required inspections and testing before restoration of surface. PART z PRODUCTS 2.01 SOLID WALL PVC PIPE A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings (4 Inches Through 15 Inches Diameter) © 2013 Stantec 193801579 SANITARY UTILITY SEWER PIPING 333100-2 1. General: Pipe and fittings shall -be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to SDR 26 as shown on the Drawings. 3. Joints: Elastomeric gasket joints providing a water -tight seal conforming to ASTM D3212 or ASTM F477. 4. Marking: Conform to ASTM D3034. 2.02 DUCTILE IRON PIPE (DIP) A. General Requirement: Pipe to conform to AWWA C151/A21.51. B. Pipe Class: Class 51. C. Pipe and Fitting Lining: Protecto 401@ Ceramic Epoxy (Ceramic Quartz Filled Amine Cured Novalac Epoxy), or approved equal. D. Marking: Conform to AWWA C151/A21.51. 2.03 REINFORCED CONCRETE (RCP) PIPE AND FITTINGS A. General Requirement: Reinforced concrete pipe conforming to ASTM C76, Wall B with gasketed joint forming a water -tight seal conforming to ASTM C443. B. Pipe Class: As shown on the Drawings. C. Marking: Each pipe shall be identified with the name of the manufacturer identification of plant, date of manufacture, the pipe class, and specification design. D. Corrosion Resistant Liner: Conform to the requirements of Section 33 39 00. 2.04 TRANSITION COUPLING A. Coupling consisting of an elastomeric sleeve with incorporating stainless steel tension bands, tightening mechanism, and less than 0.01 inch thick shear ring conforming to ASTM C1173,Type A. B. Separate bushings are not allowed without approval from the Engineer. PART 3 EXECUTION 3.01 PREPARATION A. Excavation and Preparation of Trench: Conform to Section 33 05 05. B. By -Pass Pumping: Contractor shall be responsible for all items required to maintain sewer flows during construction of the new sanitary sewer line. Payment in conformance with Section 0150 00. C. Erosion control and dewatering in conformance with Section 0157 13. 3.02 PIPE INSTALLATION A. Trench Excavation and Backfill: Conform to Section 33 05 05. SANITARY UTILrrY SEWER PIPING c0 2013 Stantec 1 193801579 333100-3 B. Install pipe to the alignment, grade, and location as shown on the Drawings and/or staked in the field. No deviation from the Drawings and/or staked alignment, grade, or location is allowed. Tolerances measured along pipe centerlines or invert as follows: 1. Horizontal: Within 0.50 feet of alignment shown. 2. Vertical: Zero plus and 0.08 feet minus elevation shown with no intermediate high points, level sections, or reverse invert slope. 3. Joint Deflection: No more than 75 percent of the maximum allowable, as recommended by manufacturers of pipe and joint material. C. Maintain reference line and grade with laser equipment or other equipment approved by the Engineer. Periodically check equipment for adjustment and accuracy. Correct deficiencies in equipment, reference line, and reference grade. Take precautions to prevent deflections in reference line and grade. D. Non -Conforming Pipe Installation: Remove and reinstall. E. Inspect pipe for defects and cracks while suspended immediately prior to installation. F. Install pipe from lower to higher invert elevation with uniform and smooth invert line. G. Install pipe length spigot ends pointing in the direction of flow. H. No pipe is to be laid in water or when trench conditions are unsuitable for such Work. I. Jointing 1. In conformance with recommendations of manufacturers of pipe and joint material. 2. All joints must be watertight. 3. Hand fill and compact all bell depressions with granular bedding materials to prevent joints from sagging or movement. J. Cleaning and Protection 1. Remove all dirt and debris from the interior of each pipe length as the Work progresses. 2. Protect the exposed end of the pipe with temporary covers or plugs. 3. Protect in place pipe from damage and dislocation. K. Flexible Pipe Installation: Conform to ASTM D2321. L. Sanitary Sewer Service Connections 1. Wye a. Wye to be at 45 -degree angle from horizontal. Minor deviations may be required to match elevation of the existing service pipe. b. All existing wye sections included in pipe removal and replacement areas shall be replaced. No reinstallation will be allowed. 2. Risers: Conform to Section 33 3114. 3.03 CONNECT TO EXISTING SYSTEM A. Connect to Existing Manhole 1. Connect to existing structure at location shown on the Drawings. 2. If rubber boot exists at manhole opening, connect new pipe to the boot and secure. 3. If manhole opening does not contain rubber boot or the existing boot is damaged, core drill opening in the structure, and install a rubber boot in manhole opening prior to connection of pipe. SANITARY UTILr Y SEWER PIPING © 2013 Stantec 1 193801579 333100-4 4. Make repairs to the structure required due to the Work performed, including installation of doghouse. 5. If necessary, the invert shall be reconstructed to accommodate new flow location. Reconstruction of invert will also be necessary if pipe sizes increase. B. Connect to Existing VCP 1. Expose existing sanitary sewer main at location as staked by Engineer. 2. Saw cut existing main to provide a straight joint at connection. 3. Connect new pipe to existing pipe with a transition coupling: a. Place 1 -inch to 2 -inch clear rock around the connection to prevent joint offsetting a minimum of 12 inches on all sides of the pipe. b. Concrete collars will not be allowed. 3.04 MANHOLE INSTALLATION A. Conform to the requirements of Section 33 39 00. 3.05 FIELD QUALITY CONTROL A. Testing in conformance with requirements of Section 33 08 30. B. Re -test after corrective measures are completed. C. Cleanup 1. Cleaning Pipe and Structures a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. b. If newly installed mains and/or structures become dirty due to negligence of the Contractor, cleaning will be performed at the sole expense of the Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions, acceptable to the Engineer, for keeping dirt and debris out of the existing sewer system. Jetting may be required. 3. Complete prior to final inspection for acceptance. END OF SECTION SANITARY UTILITY SEWER PIPING © 2013 Stantec 1193801579 333100-5 SECTION 33 31 14 SANITARY SEWER SERVICES PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer service pipe replacement and all appurtenances. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 08 30 - Commissioning of Sanitary Sewer Utilities. 3. Section 33 3100 - Sanitary Utility Sewer Piping. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for 6" PVC Sanitary Sewer Service Pipe. Measurement will be by linear foot of pipe installed as measured along the axis of the pipe with no regard to intervening fittings. Payment at the Bid Unit Price shall be compensation in full for all Work and costs, including excavation, pipe, bedding, backfill, and trench compaction. 2. No Bid Items have been included for service plugs or marking service ends. Payment for these items shall be included in the lineal foot price for Service Pipe. 3. A Bid Item has been provided for Connect to Existing Sewer Service. Measurement will be based on each connection made, regardless of size. Payment at the Bid Unit Price shall include all items required to complete the Work. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing Materials (ASTM) 1. C1173 - Specifications for Flexible Transition Couplings for Underground Piping Systems. 2. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 3. D1785 - Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 4. D2564 - Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems. 5. D2665 - Specification for Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent (DWV) Pipe and Fittings. 6. D2672 - Specification for Joints for IPS PVC Pipe Using Solvent Cement. 7. D2855 - Standard Practice for Making Solvent -Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 8. D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 9. D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 10. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. SANITARY SEWER SERVICES © 2013 Stantec 1193801579 3331 14-1 1.04 SYSTEM DESCRIPTION A. This Work shad consist of the construction of sanitary sewer services in accordance with the requirements of the Contract. B. It is the intent of these Specifications to require the same quality of Work be received on the house services in the way of grade and alignment, and shall be required on the main lines and laterals. 1.05 SUBMITTALS A. Submit the following items consistent with Section 0133 00: 1. Product data for the following items: a. Pipe and fittings. b. Transition couplings. B. Services: Location of Wye from downstream -manhole, length of service lines, and depth. 1.06 SITE CONDITIONS A. All Work must be confined to within the limits of construction easements or public right-of-way. B. Verify sanitary sewer service locations prior to the start of any construction. 1.07 SEQUENCING AND SCHEDULING A. Install sanitary sewer, water main, and all pipe deeper than the services prior to the installation of the services. PART 2 PRODUCTS 2.01 MANUFACTURED UNITS A. Poly (Vinyl Chloride) (PVC) Schedule 40 Plastic Pipe and Fittings 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of D1785 and ASTM D2665. PVC fittings shall conform to ASTM D2665. Belled end pipe shall have tapered sockets conforming to ASTM D2672. 2. Design: Integral belled pipe with a minimum wall thickness conforming to Schedule 40. 3. Solvent Cement Joints: The solvent cement used to join pipe and fittings shall meet the requirements of ASTM D2564. 2.02 BEDDING MATERIAL A. See Section 33 05 05. 2.03 SEWER LATERIAL CLEAN OUT A. Conform to the detail on the Drawings. © 2013 Stantec 1 193801579 SANITARY SEWER SERVICES 3331 14-2 2,04 TRANSITION COUPLING A. Coupling consisting of an elastomeric sleeve with incorporating stainless steel tension bands, tightening mechanism, and less than 0.01 inch thick shear ring conforming to ASTM C1173,Type A. B. Separate bushings are not allowed without approval from the Engineer. PART 3 EXECUTION 3.01 INSTALLATION A. Governing Code: Minnesota Plumbing Code and any local ordinances which may apply. B. Minimum 1/4 inch per foot (2 percent) grade, unless otherwise directed by the Engineer. C. Installation: Similar to main line sanitary sewer pipe installation, conforming to the requirements of Section 33 3100. D. The installation of solvent cemented joints shall be in accordance with ASTM D2855. E. Terminate at right-of-way line, unless directed by Engineer. F. Reconnect Existing Service 1. Saw cut existing sewer service at connection point and remove existing pipe. 2. Engineer must inspect the service pipe condition prior to connection. 3. During service reconnections, the Contractor should anticipate variations in size of existing pipe. If a pipe size is encountered that a line item is not present for, the Contractor shall be compensated only for additional material costs associated with the pipe size increase. Likewise, if the pipe size is smaller than anticipated, the Owner shall receive a credit for the material costs associated with the downsize in pipe. 4. Connect new pipe to existing pipe with a transition coupling approved by the Engineer. a. Place 1 inch to 2 inches of clear rock around the connection to prevent joint offsetting a minimum of 12 inches on all sides of the pipe. G. Record Actual Depth and Station at End of Service 1. Exercise care in determining the depth. 2. The depth recording is incorporated into the "Record Drawings." 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. B. Low pressure air and infiltration testing shall conform to Section 33 08 30 and be performed prior to existing service reconnection (where applicable). 3.03 PROTECTION A. Mark tie-in location with a wooden 2 inches by 2 inches marker. END OF SECTION SANUARY SEWER SERVICES © 2013 Stantec 1193801579 3331 14-3 SECTION 33 34 00 SANITARY UTILITY SEWER FORCE MAINS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Pressure Sewer Lines. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 05 23.13 - Utility Horizontal Directional Drilling. 3. Section 33 3100 - Sanitary Utility Sewer Piping. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Payment for forcemain work to conform to Section 33 05 23.13 Utility Horizontal Directional Drilling. 2. All other Work and costs of this Section shall be incidental to the Project included in the Total Base Bid. 1.03 REFERENCES A. American Society for Testing and Materials (ASTM) 1. D16 - Terminology Relating to Paint, Varnish, Lacquer, and Related Products. 2. D1248 - Polyethylene Plastics Extrusion Materials for Wire and Cable. 3. D2321 - Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity — Flow Applications. 4. D2683 - Socket -Type Polyethylene Fittings for Outside Diameter -Controlled Polyethylene Pipe and Tubing. 5. D2837 - Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. 6. F714 - Standard Specification for Polyethylene (PE) Plastic Pipe (SDR -PR) Based on Outside Diameter. B. American Water Works Association (AWWA) 1. C906 - Polyethylene (PE) Pressure Pipe and Fittings, 4 Inches through 63 Inches (100 mm to 1,575 mm), for Water Distribution and Transport. 1.04 SUBMITTALS A. Submit the following items consistent with Section 0133 00: 1. Product Data and Certificates of Compliance for each diameter of pipe and fittings to be installed. 2. Manufacturer's recommendations for installation of pipe. T SANITARY UTILITY SEWER FORCE MAINS O 2013 Stantec 1 193801579 333400-1 PART 2 PRODUCTS 2.01 HIGH DENSITY POLYETHYLENE PIPE A. General Requirement (4 Inches through 24 Inches) AWWA C906 1. Minimum Hydrostatic Design Basis (HDR): 1,600 psi, in accordance with ASTM D2837. 2. DR Series: 11. 3. Minimum Working Pressure Rating (WPR): 160 psi. 4. Marking: Each pipe shall be identified with the manufacturer's name, trade name or trademark and code from which plant location, machine and date of manufacturer; nominal pipe size in inches; the Ring Stiffness Constant Classification; and ASTM F714. 5. Fittings: Meeting requirements of ASTM D2683 for socket -type fittings or ASTM D3261 for butt - type fittings. 2.02 TRACER WIRE FOR FORCEMAIN A. Conform to Section 33 05 23.13. PART 3 EXECUTION 3.01 PREPARATION A. Pipe and Fittings 1. Inspect before buried pipe or fitting is lowered into the trench. 2. Clean ends of pipe thoroughly, remove foreign matter and dirt from inside of pipe. 3.02 LAYING PIPE A. General 1. Lay pipe and fittings consistent with manufacturer's instructions, and alignment and elevations shown. 2. Special Tools and Devices: As required for proper installation. 3. Do not lay pipe in water or when in the opinion of the Engineer trench conditions are unsuitable. 4. Prevent uplift and floating of pipe prior to backfilling. 5. Minimum Pipe Cover: 6 feet, unless otherwise shown. 6. Measure for grade at the pipe invert, not at the top of the pipe. 7. Check for alignment and grade and correct any irregularities found: a. Maximum Deviation: 2 inches from line and 1/4 inch from grade. 8. Prevent foreign material from entering pipe at all times during placement. 9. Do not vary actual horizontal position of the pipe centerline on alignment around curves by more than 1.75 feet from position shown. 10. Close and block the open end of the last laid section of pipe at all times when laying operations are not in progress, at the close of the day's work, or when the workers are absent from the job to prevent entry of foreign material or creep of the gasketed joints. B. High Density Polyethylene Pipe (HDPE) 1. Install piping and fittings consistent with the provisions of ASTM D2321 and with the manufacturer's recommendations for installation. 2. Cut out and remove pipe sections with cuts or gouges with depth over 10 percent of the wall thickness. Rejoin undamaged portions of the section using butt fusion joining method. 3. Install mechanical couplings according to the coupling manufacturer's recommendations. SANITARY UTILITY SEWER FORCE MAINS © 2013 Stantec 193801579 333400-2 4. HDPE pipe has a high coefficient of temperature expansion/contraction (approximately 1.2 to 10-4 in./in. degrees F). Make final tie-ins to structures at a temperature as close to operating temperature as possible. 3.03 THRUST RESTRAINT A. Location 1. At pipeline tees, plugs, caps, bends, and other locations where. unbalanced forces exist. 2. Thrust blocks are required whether or not shown. B. Thrust Blocking 1. Verify allowable soil pressure; do not exceed 1,000 pounds per square foot. 2. Place between undisturbed ground and fitting to be anchored. 3. Quantity of Concrete: Sufficient to cover area of bearing on pipe as shown or as approved. 4. Place blocking so that pipe joints will be accessible for repairs, unless otherwise approved. 3.04 TRENCH EXCAVATION AND BACKFILL A. Conform to the requirements of Section 33 05 05. 3.05 TRANSITION TO DISSIMILAR PIPE A. Install consistent with the manufacturer's written instructions. 3.06 MARKING TAPES A. Install in accordance with Section 33 05 05. 3.07 TRACER WIRE A. Conform to Section 33 05 23.13. 3.08 CORROSION PROTECTION A. General 1. Piping Accessories: Provide corrosion protection for ferrous metal piping appurtenances: a. Tie -Rods and Similar Items: Heat shrink tube wrapped. b. Flexible Couplings Grooved Couplings and Similar Items: Heat shrink wrapped, or cement - coated, and as shown on the Drawings. c. Exposed Nuts and Bolts: Bituminous paint -coated. 3.09 FIELD QUALITY CONTROL A. Engineer will observe all tests and visually inspect the Work for compliance. B. All testing shall conform to Section 33 05 23.13 for leak testing and continuity testing. 3.10 CLEANING A. f=ollowing assembly and testing and final acceptance, flush pipelines with water to remove accumulated construction debris and other foreign matter. B. Flush until all foreign matter is removed from the pipeline. SANITARY UTILITY SEWER FORCE MAINS © 2013 Stantec 1 193801579 333400-3 C. Provide hoses, temporary pipes, ditches, and other items as required to properly dispose of flushing water without damage to adjacent properties. D. Minimum Flushing Velocity: 2.5 fps. E. For large diameter pipe where it is impractical to flush the pipe at 2.5 -fps velocity, review alternate cleaning methods with Owner. Following initial cleaning, flush the line at a lower velocity. F. Insert cone strainers in the flushing connections to attached equipment and leave in place until cleaning has been accomplished. G. Remove accumulated debris through drains 2 inches and larger, or by removing spools and valves from piping. L4i1 Di#] &A 414 i Ise► SANITARY UTILITY SEWER FORCE MAINS © 2013 Stantec ; 19380IS79 333400-4 SECTION 33 39 00 SANITARY UTILITY SEWER STRUCTURES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer manholes and miscellaneous appurtenances. B. Related Sections 1. Section 02 41 13 - Selective Site Demolition. 2. Section 33 05 05 - Trenching and Backfilling. 3. Section 33 05 17 - Adjust Miscellaneous Structures. 4. Section 33 08 30 - Commissioning of Sanitary Sewer Utilities. 5. Section 33 3100 - Sanitary Utility Sewer Piping. 6. Section 33 31 14 - Sanitary Sewer Services. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Refer to Section 33 3100 for gravity sewer pipe pay items. 2. Bid Items have been provided for 4' Diameter Sanitary Sewer Manhole. Measurement will be per each. Payment will include the manhole, manhole frame and casting, and adjusting rings in place as specified on the Drawings. Adjustments shall conform to Section 33 05 17. 3. All other Work and cr's1-q of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. A615 - Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 2. C139 - Specification for Concrete Masonry Units for Construction of Catch Basins and Manholes. 3. C150 - Specification for Portland Cement. 4. C443 - Specification for Joints for concrete Pipe and Manholes, Using Rubber Gaskets. 5. C478 - Specification for Precast Reinforced Concrete Manhole Sections. 6. C 923 - Specification for Resilient connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals. 1.04 SITE CONDITIONS A. Manhole locations are shown on the Drawings in a general way. Contractor should anticipate minor variations in both horizontal and vertical directions in locating existing system. 1.05 SUBMITTALS A. Submit Product Data for the following items consistent with Section 0133 00: 1. Gaskets. 2. Joint sealants. 3. Manufacturers recommended installation procedures for jointing. SANITARY UTILITY SEWER STRUCTURES © 2013 Stantec 1193801579 333900-1 4. Plastic liner materials. B. Submit shop drawings for the following items consistent with Section 0133 00: 1. Manholes, including reinforcing, joints, pipe connections, and castings. 2. Shop drawings shall indicate complete information for fabrication and installation of units. Include the following: a. Plans and elevations locating and defining all material furnished by manufacturers. b. Sections and details showing connections, cast -in items, field installed lifting devices, capacities, all openings, and their relation to the structure. C. Submit Manufacturer's Certificate of Compliance for the following items consistent with Section 0133 00: 1. Castings. 2. Precast maintenance hole sections and steps. 3. Antimicrobial concrete. D. Manhole/Catch Basin Elevation Report 1. The Contractor shall complete the report attached to the end of this Section for each structure as it is constructed. The completed report shall be submitted each week to the Engineer or the Engineer's designated representative at some mutually agreeable time. 1.06 QUALITY ASSURANCE A. The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer or other representative of the Owner. Such inspection may be made at the place of manufacture or on the Work after delivery, or at both places and the materials shall be subject to rejection at any time on account of failure to meet any of the requirements specified herein. Material rejected after delivery to the Site shall be marked for identification and shall be removed from the Site at once. All materials which have been damaged after delivery will be rejected and if already installed shall be removed and replaced entirely at the Contractor's expense. B. At the time of inspection, the materials will be carefully examined for compliance with the appropriate ASTM Standard and this Section and with the approved manufacturer's drawings. All precast manhole sections shall be inspected for general appearance, dimension, "scratch -strength," blisters, cracks, roughness, soundness, etc. The surface shall be dense and close -textured. C. Imperfections in precast manhole sections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 4,000 psi at 7 days and 5,000 psi at 28 days when tested In 3 inch by 6 inch cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. D. Manhole Design 1. It is the Contractor's responsibility to have the manhole sections and top and bottom slabs designed and the detailed drawings prepared by a Professional Engineer, experienced in precast concrete manhole design, who is registered in the Project's State. 2. The design of the manhole shall conform to a minimum factor of safety equal to 1.5 for buoyancy and Flotation. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. 3. The design of the manhole base slab, perimeter walls, and top slab shall be designed for shear strength, flexural strength, and other applicable strengths due to hydrostatic loading. The SANITARY UTILITY SEWER STRUCTURES © 2013 Stantec 1 193801579 333900-2 hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. PART 2 PRODUCTS 2.01 COMPONENTS A. Manholes 1. Precast concrete sections conforming to ASTM C478 and this Section. No lift holes permitted a. All sections shall be cured by an approved method and shall not be shipped nor subjected to loading until the concrete compressive strength has attained 3,000 psi and not before 5 days after fabrication and/or repair, whichever is longer. b. The date of manufacture and the name and trademark of the manufacture shall be clearly marked on the inside of each precast section. 2. Joints: Rubber gasketed joint forming a water tight seal conforming to ASTM C443. 3. Water Tight Pipe Connections a. Conform to ASTM C923 for connections between maintenance hole structures and pipes 1) Positive Mechanical Seal a) Required for 24 inches diameter and smaller pipe. b) Kor-N-Seal , PSX, or equal. 2) Integrally Cast Gasket a) Greater than 24 inches diameter pipe. b) A -Lok X -Cel, or equal. b. As shown on the Drawings. B. Steps. Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. C. Structure Bases 1. Pre -cast integral with bottom section of manhole for all structures 8 foot inside diameter and smaller. All structures supplied smaller than 8 foot inside diameter shall also have pre -cast inverts installed. D. Castings: See Section 33 05 17 2.02 ACCESSORIES A. 3oint Sealers 1. Sealer between upper precast section and casting frame and between all precast sections a. Thickness: 1 inch wide by 3/8 inch thick (minimum). b. High quality, non -hardening, butyl rubber, 98 -percent solids that will not harden, shrink or oxidize. c. Ram-nek, or approved equal. B. Mortar 1. Grout a. Cement and fine aggregate as specified for concrete. b. Mix Proportion: 1 -part Portland cement, 2 -parts sand, by weight. c. Water/Cement Ratio: 0.50 +/- 0.05. d. Non - Setting by prolonged mixing. e. Mix 10 minutes in a power mixer. f. Slump: 6 inches +/- 1 inch. 2. Non -Shrink Grout Minimum compressive strength of 3,000 psi. SANITARY UTILITY SEWER STRUCTURES © 2013 Stantec 1193801579 333900-3 C. Adjusting Rings: Conform to Section 33 05 17 and details in Drawings. D. External Seals. Conform to Section 33 05 17. PART 3 EXECUTION 3.01 TRANSPORTATION A. Transport precast units by rail or truck in a manner to avoid excessive stress or strain on units. B. Support units during hauling and stockpiling with sufficient hardwood shores to prevent cracking and spalling. Secure units in place to prevent shifting or undesired movements. Location of temporary supports shall be as directed by precast manufacturer. 3.02 MANHOLE INSTALLATION A. Excavation and Preparation of Trench: Conform to Section 33 05 05. B, Place pre -cast integral base section on compacted subgrade and bedding for structures 6 feet diameter and smaller. Pre -cast base slabs may be installed independently of the structure for those greater then 6 feet. C. Set pre -cast concrete sections plumb with a 1/4 inch maximum out of plumb tolerance allowed. Seal all joints of pre -cast sections with a combination a rubber o -ring set in a recess and a Ram-nek preformed joint sealer in sufficient quantity to fill 75 percent of the joint depth. D. Repair the inside of any leaking joint by chemical injection or other approved material to the satisfaction of the Engineer. E. Casting Adjustment 1. Conform to Section 33 05 17. 2. Seal joint at the casting frame seat with 2 rows of joint sealer. F. Steps 1. Set the centerline of each step within each maintenance hole to be within 2 inches of the vertical centerline for the group of steps. 2. Offset step centerline from pipe and drop openings. 3. Install top step at a maximum of 20 inches below top of casting. G. Prevent entrance of dirt and debris from all new and existing manholes. H. Drop manhole inlets shall be constructed in accordance with the details shown on the Drawings. 3.03 FIELD QUALITY CONTROL A. Complete manhole leak testing and televise in accordance with Section 33 08 30. 3.04 CLEANING A. All new manholes shall be thoroughly cleaned of all silt, debris, and foreign matter of any kind prior to final inspection. END OF SECTION © 2013 Stantec ; 193801579 SANITARY UTILITY SEWER STRUCTURES 333900-4 Manhole/CB Field Elevation Report E.. Project: Date: Owner: Contractor: Stantec's Resident Project Representative: Contractor's Representative: Stantec Project No: Owner Project No: Contractor is required to complete this form before payment of structure is approved. Structure Location As - Structure Design Constructed Difference Street Name Type Invert Invert ( + - ) Comments / Quality Assurance Structure Structure Direction of or Easement (circle (from Elevation No. Station invert/flow Location one) Plan MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron * - As -Constructed Invert Elevation provided by Contractor from measurements taken in the field to nearest 0.01 foot. SECTION 33 40 00 STORM DRAINAGE UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Storm sewer pipe, manholes, catch basins, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 3123 00 - Excavation and Fill. 2. Section 32 1123 - Aggregate Base Courses. 3. Section 32 16 13 - Concrete Curbs and Gutters. 4. Section 33 05 05 - Trenching and Backfilling. S. Section 33 05 17 - Adjust Miscellaneous Structures. 6. Section 33 46 00 - Subdrainage. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for Storm Sewer Pipe. Measurement will be based on units of lineal feet for each size, type, and class of pipe furnished and installed complete in place as specified, including excavation, backfilling, and compaction. Pipe will be measured from centerline of structure to centerline of structure: a. Pipe bedding will be incidental in accordance with Section 33 05 05. b. Improved pipe foundation material, if necessary, shall be per Section 33 05 05. 2. A Bid Item has been provided for 15" RCP Storm Sewer Pipe Bend 22.50. Measurement will be per each, according to size and class. Payment will include all costs related to furnishing and installing the bend, including excavation, backfilling, and compaction. 3. Bid Items have been provided for Yard Drain, Catch Basins, Catch Basin Manholes, and Manhole Structures. Measurement will be based on units of each, according to type and size for furnishing and installing structures complete, including excavation, casting frame and cover, and adjusting rings in place as specified. 4. A Bid Item has been provided for 6'x 6' Storm Structure, Special. Measurement will be based on units of each. Payment will include furnishing and installed the structure complete, including excavation, casting frame and cover, and adjusting rings in place as specified. The sanitary sewer pipe shall be installed through the structure as detailed in Drawings, and shall be paid under Section 33 3100. 5. A Bid item has been provided for Install 2'x 3' Casting and Rings. Measurement will be based on units of each. Payment will included all costs to remove existing casting and rings, install new casting and rings, geotextile, and all other incidentals to replace the casting and rings as detailed in the Drawings. 6. A Bid Item has been provided for Install 2'x 3' Casting and Rings, Special. Measurement will be based on units of each. Payment will included all costs to remove existing casting and rings, re -cut opening in existing storm pipe, install new casting and rings, grouting, geotextile, and all other incidentals to replace the casting and rings as detailed in the Drawings. 7. Bid Items have been provided for Flared Ends. Measurement will be based on units of each size installed at locations indicated in the Drawings complete in place as specified, including tie bolts, excavation, backfilling, and compaction. STORM DRAINAGE UTILITIES © 2013 Stantec 1193801579 334000-1 a. Where a sewer line is terminated with a flared end section, tying the last 3 joints as specified is considered incidental to the installation of the pipe. 8. A Bid Item has been provided for Connect Existing Pipe to Storm Structure. Measurement shall be per each connection made, regardless of size of opening, type of existing bulkhead, or type of structure installed. Saw cutting of the pipe installed in the opening if necessary shall be considered incidental. Core cutting the connection, grouting, and construction of structure invert if necessary shall also be considered incidental to the connection. 9. A Bid Item has been provided for Connect to Existing Storm Pipe. Measurement shall be per each connection made, regardless of type of existing bulkhead or plug, or type of connection made. Payment will include all costs related to making the connection, including removal and disposal of the existing bulkhead or plug, and construction of concrete collar if necessary. 10. A Bid Item has been provided for Connect to Existing Storm Structure. Measurement shall be per each connection made, regardless of size of opening, type of existing bulkhead, or type of existing structure. Saw cutting of the pipe installed in the opening if necessary shall be considered incidental. Core cutting the connection and reconstruction of existing structure invert if necessary shall also be considered incidental to the connection. 11. A Bid Item has been provided for Rip Rap. Measurement will be based on units of cubic yards of Rip Rap placed according to class. Payment shall include placement of geotextile fabric. 12. A Bid Item has been provided for Geotextile Fabric, Type IV. Measurement will be based upon units of square yards of actual surface area covered by Geotextile Fabric. Payment at the Bid Unit Price shall include all materials, installation, and protection of installed Geotextile Fabric as specified. 13. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. A48 - Specification for Gray Iron Castings. 2. A153 - Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. A615 - Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 4. C76 - Specification for Reinforced Concrete Culvert, Drain, and Sewer Pipe. 5. C150 - Specification for Portland Cement. 6. C206 - Specification for Finishing Hydrated Lime. 7. C361 - Specification for Reinforced Concrete Low Head Pressure Pipe. 8. C443 - Specification for Joints for Circular Concrete Sewer and Pipe, Using Rubber Gaskets. 9. C478 - Specification for Precast Reinforced Concrete Manhole Sections. 10. D1248 - Specification for Polyethylene Plastic Molding and Extrusion Materials for Wire and Cable. 11. D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. 12. D2837 - Specification for Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. 13. D3212 - Specification for Joints for Drain and Sewer Plastic Pipe Using Flexible Elastomeric Seals. 14. F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 15. F794 - Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (Mn DOT Spec.) 1. 2511 - Rip Rap. 2. 3601 - Rip Rap Materials. 3. 3733 - Geotextiles. © 2013 Stantec 1193801579 STORM DRAINAGE UTILITIES 334000-2 4. 2461 - Structural Concrete. C. American Association of State Highway and Transportation Officials "Standard Specifications for Highway Bridges," 1992 Edition (AASHTO). 1.04 SEQUENCING AND SCHEDULING A. Do not pursue work -causing shut off of utility service (gas, water, electric, telephone, Til, etc.) to consumers until the utility owner is contacted and all consumers are notified of the shut-off schedule. B. Successfully complete required inspections and tests before commencement of Section 32 1123 and Section 32 16 13. 1.05 SUBMITTALS A. Submit Shop Drawings for storm sewer structures consistent with Section 0133 00. B. Shop drawings shall indicate complete information for fabrication and installation of units. Include the following: 1. Plans and elevations locating and defining all material furnished by manufacturers. 2. Sections and details showing connections, cast -in items, field -installed lifting devices, capacities, all openings, and their relation to the structure. C. Submit the following for all round structures that are 6' in diameter or larger and for all rectangular structures that have an inside dimension of 5.5' or greater: 1. All dead, live (including vehicle, soil, and hydrostatic loading), and other applicable loads. 2. Design calculations for all members and connections. D. Submit Manufacturer's Certificate of Compliance for the following items: 1. Gray iron castings. 2. Precast manhole sections. E. Rip rap materials certification. F. Manhole/Catch Basin Elevation Report G. The Contractor shall complete the report attached to the end of this Section for each structure as it is constructed. The completed report shall be submitted each week to the Engineer or the Engineer's designated representative at some mutually agreeable time. PART 2 PRODUCTS 2.01 MATERIALS A. Mortar Materials 1. Cement: Use Type 1 Standard Portland Cement conforming to ASTM C150. 2. Lime: Use normal finishing hydrated lime meeting the requirements of ASTM C206. 3. Mix Proportions a. 1 -part cement to 3 parts of suitable plaster sand for mortar used for plastering the exterior walls of block manholes and catch basins, adjusting rings, and lift holes. Use lime or mortar mix in the amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15 percent by volume. STORM DRAINAGE UTILITIES © 2013 Stantec 1193801579 334000-3 b. 1 -part Portland cement to 2 parts of sand to which lime or mortar mix may be added, but not to exceed 15 percent by volume for mortar used for laying concrete block. 2.02 STORM MANHOLE AND CATCH BASIN FRAMES AND COVERS A. General Requirement: ASTM A48. B. Material: Class 35 cast iron. Best grade. Free from injurious defects and flaws. C. Type and Style: As shown on Drawing. Covers without grate openings shall be stamped "STORM SEWER." D. Covers with 2 concealed pick holes of approved design. E. Weight: Minimum of 380 lbs. 2.03 STORM MANHOLES AND CATCH BASINS A. General Requirements: ASTM C478 and details on the Drawings. B. Structures and bases shall be of precast concrete. C. Manhole Joints: Rubber o -ring gasket type meeting ASTM C443. D. Segmental Manhole Blocks: Blocks conform to ASTM C139. E. Manhole Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. 2.04 MANHOLE DESIGN: A. It is the Contractor's responsibility to have the manhole sections and top and bottom slabs designed and the detailed drawings prepared by a Professional Engineer, experienced in precast concrete manhole design, who is registered in the Project's State. B. The design of the manhole shall conform to a minimum factor of safety equal to 1.5 for buoyancy and flotation. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. C. The design of the manhole base slab, perimeter walls, and top slab shall be designed for shear strength, flexural strength, and other applicable strengths due to hydrostatic loading. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. D. The design computations and the plans shall be certified by the Engineer and submitted to the Owner and the Engineer -of -Record for their permanent record. The design shall be per the most current ACI 318, AASHTO, and the MnDOT Standard Specifications for Construction, except as noted. E. All shop drawings shall clearly identify the name of the responsible engineering firm and the name of the person certifying the plan. Each drawing shall be certified. 2.05 PIPE MATERIALS A. Reinforced Concrete (RCP) Pipe and Fittings © 2013 Stantec 193801579 STORM DRAINAGE UTILITIES 334000-4 1. General Requirement: ASTM C76, Wall B with circular reinforcing. 2. Materials: Conform to the requirements of ASTM C76, Wall B with circular reinforcing. O-ring gaskets shall be synthetic rubber, circular reinforcing in cross-section, and shall conform to ASTM C361. 3. Pipe Joints: Bell and spigot ASTM C361. 4. Pipe Class: As shown on the Drawings. 5. Marking: Each pipe shall be identified with the name of the manufacturer trade name or trademark and code, identification of plant, date of manufacture, and the pipe class and specification design. 2.06 RIP RAP A. General Requirement: Conform to MnDOT Spec. 2511 1. Rip Rap Materials: Conform to MnDOT Spec. 3601. 2. Granular Filter: Conform to MnDOT Spec. 3601. 3. Geotextile Filter: Conform to MnDOT Spec. 3733. 4. Grout: Conform to MnDOT Spec. 2461. PART 3 EXECUTION 3.01 PREPARATION A. Trench Excavation and Backfill shall conform to Section 33 05 05. B. By -Pass Pumping: Contractor responsible for all items required to maintain sewer flows during construction of the new storm sewer. All Work and costs for by-pass pumping is considered incidental to the Project, unless otherwise specified. 3.02 INSTALLATION A. Connect to Existing Structure 1. Connect to existing structure at location shown on the Drawings. 2. Core the hole in the structure and saw cut the pipe flush with the inside wall of the structure. 3. Bulkhead void between outside wall of pipe and edge of opening with mortar and brick. 4. Reconstruct manhole bench/invert. B. Connect to End of Existing Pipe 1. Connect to existing pipe at locations shown on the Drawings. 2. Locate and expose end of existing pipe. 3. Remove existing bulkhead or plug and dispose of off Site a. Take care not to damage existing pipe. b. Any segment of pipe damaged by Contractor shall be replaced with new materials at no expense to the Project. 4. Utilize standard bell and spigot joint with rubber o -ring gasket if possible. 5. If butt connection must be made to existing pipe, wrap with fabric, construct concrete collar around joint . Collar shall be minimum 12 inches thick in all locations and shall extend a minimum of 12 inches each way of the joint. C. Pipe Installation 1. Lay and maintain pipe appurtenances to the alignment, grade, and location shown on the Drawings and/or staked in the field. No deviation from the Drawing and/or staked alignment, grade, or location is allowed, unless approved by Engineer. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 2. General Pipe Installation Procedures © 2013 Stantec 193801579 STORM DRAINAGE UTILITIES 334000-5 a. Wipe joints clean; apply the manufacturer's recommended lubricant compound over the entire joint surface; center spigot in bell and push spigot home; take care to prevent dirt from entering the joint space; bring pipe to proper line and grade, and secure pipe in place by properly bedding. 3. Lay pipe upgrade with spigot ends pointing in the direction of flow. 4. All joints must be watertight. 5. Remove all foreign matter or dirt from inside the pipe. Keep the bell and spigot clean during and after installation. Take care to prevent dirt from entering the joint space. Remove any superfluous material from inside the pipe after pipe installation by means of an approved follower or scraper. 6. Where cut -ins make it impossible to construct bell and spigot joints or when dissimilar pipe materials are joined, a reinforced concrete collar shall be placed completely surrounding the joint or the connection shall be made by using an approved adapter. 7. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly re-laid as directed by the Engineer. 8. Where a sewer line outlets to grade or where the line is terminated with a flared end section: a. Fasten at least the last 3 joints together using 2 "U" bolt fasteners per joint approved and as recommended by the pipe manufacturers. D. Structures and Appurtenances Installation 1. Fumish and install structures in accordance with the Drawings. 2. Excavate to depth and size as shown in the Drawings. 3. Preformed inverts are not allowed. 4. Pour inverts shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free, uninterrupted flow with all surfaces sloping to the flow line. S. All concrete pipes entering manholes must be cut with a concrete saw. 6. Steps a. Locate on the downstream side, except for pipe 24 inches in diameter or greater. Install in the most appropriate place, to provide suitable access. b. Secure and neatly mortar in place 15 inches on center spacing. 7. Position vertical wall of the eccentric cone on the downstream side. 8. On structures with a build that contains more than 1 barrel section, the section immediately below the precast top slab shall be maximum 16 inch height. 9. Lift holes neatly mortared up. 10. Install Adjustment Rings and Adjust Casting: Conforming to Section 33 05 17 and Drawings. 11. Construct Manhole Over Existing Pipe. E. Construct manhole over existing pipe at locations shown on the Drawings. 1. Saw cut existing pipe to fit flush with inside wall of new structure. 2. Seal any openings in manhole. F. Rip Rap 1. General: Conform to MnDOT Spec. 2511. G. Bulkhead Pipe 1. Bulkhead pipe as directed by Engineer with brick, non -shrink concrete grout, or concrete block masonry 8 inches thick. 2. Precast concrete plugs may be used in lieu of bulkhead. Plug must fit snugly into pipe opening and be watertight. 3.03 FIELD QUALITY CONTROL A. Scope STORM DRAINAGE UTILITIES © 2013 Stantec 1 193801579 334000-6 1. All pipeline testing is considered incidental to the Bid cost of the pipe. 2. Engineer to observe and verify that all tests and visual inspections have been completed prior to final acceptance. STORM DRAINAGE UTILITIES © 2013 Stantec 1193801579 334000-7 B. Cleaning 1. Consists of Cleaning the Pipe and Structures. a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. b. If newly installed mains and/or structures become dirty due to negligence of the Contractor, cleaning will be performed at the sole expense of the Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions acceptable to the Engineer for keeping dirt and debris out of the existing sewer system or ponds are employed. Jetting may be required. 3. Complete prior to final inspection for acceptance. C. Required Tests and Inspections 1. Infiltration a. To determine the amount of ground water infiltration into the sewers. b. Test waived if no visible infiltration is observed during the lamping inspection. c. Measurement made by means of 90 degree v -notch weirs placed in the lines as directed by the Engineer. d. Measurements taken at the points where in the Engineer's opinion the flow of water in the sewer is greater than the maximum allowable leakage. e. Maximum Allowable Rate of Leakage: Not more than 100 gallons per mile per inch diameter per day. f. Tests may be taken between individual manholes and the infiltration in any given line must not exceed the specified maximum allowable rate. g. Method of Measurement: Measurement of time for a predetermined volume of flow to occur. 2. Lamping a. Verify installation is to true line and grade. b. Verify installed pipe is structurally sound. c. Verify there are no broken or deflective pipes. d. Verify that joints are all home, with no rolled gaskets. e. Verify structures conform to specified requirements. 3.04 PROTECTION A. Plug all entrances and openings to the system promptly and before suspension of operations at the end of working day. B. Secure manholes and structures immediately after completion or before suspension of operations at the end of working day with castings or suitable alternative device. C. Mark all structures to avoid being hit by construction or vehicular traffic. D. Mark each plug location with 4 inches by 4 inches timbers to above grade to aid in marking the future connection. E. Establish erosion control measures as per Section 0157 13. ]END OF SECTION © 2013 Stantec 1 193801579 STORM DRAINAGE UTILITIES 334000-8 Manhole/Catch Basin Field Elevation Report:`�r4 stantec Project: Date: Owner: Contractor: Stantec's Resident Project Representative : Contractor's Representative: Stantec Project No: Owner Project No: Contractor is r uired to complete this form before payment of structure is approved. Structure Location As - Structure Design Constructed Difference Street Name Type Invert Invert ( + / - } Comments Quality Assurance Structure Structure Direction of or Easement (circle (from Elevation No. Station invert/flow Location one) Plan MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron * - As -Constructed Invert Elevation provided by Contractor from measurements taken lin the field to nearest 0.01'. SECTION 33 46 00 SUBDRAINAGE PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Storm sewer service and drain tile. B. Related Sections 1. Section 33 05 05 - Trenching and Backfilling. 2. Section 33 40 00 - Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for 4" Corrugated Perforated HDPE Draintile with Sock. Measurement will be by linear feet of polyethylene pipe along its axis with no regard to intervening fittings. Payment shall include pipe, wye connections to existing drain tile, filter sock, fittings, and all other incidentals for draintile installed in the sand section of the reconstructed street. 2. A Bid Item has been provided for 4" Perforated PVC Draintile, Sch. 40. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings. Payment shall include pipe, filter sock, jointing, fittings, and other incidentals for PVC draintile. PVC draintile will be installed near catch basins as shown in the details, and when the draintile crosses a street or other nigh traffic locations. 3. A Bid Item has been provided far 4" Perforated HDPE Draintile, Special. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings. Payment shall include pipe, geotextile, aggregate, fittings, and all other incidentals to install the draintile in the rain garden or other locations outside of the sand section. This Bid Item will be used when the trench is lined with geotextile and the draintile is embedded entirely in filter aggregate. 4. A Bid Item has been provided for Connect into Drainage Structure, Drain Tile. Measurement will be per each. Payment will include all costs related to core drilling a hole in the storm sewer structure, making the connection, and patching the structure as specified. Contractor may avoid core drilling by providing an opening(s) in the precast structures. Core drilling of existing structures as noted on the plans will be included in the unit bid price. S. All other Work and costs of this Section shall be incidental to the Project and included in the .Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. ASTM D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 2. ASTM D3034 - Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 3. ASTM D3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 4. ASTM D3350 - Specification for Polyethylene Plastics Pipe and Fittings Materials. 5. ASTM F405 - Specification for Corrugated Polyethylene (PE) Pipe and Fittings. 6. ASTM F477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. pc 2013 Stantec 1 193801579 334600-1 B. American Association of State Highway and Transportation Officials (AASHTO) 1. AASHTO M252 - Corrugated Polyethylene Drainage Tubing. C. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 3733 - Geotextiles. 1.02 SEQUENCING AND SCHEDULING A. Install sanitary sewer, water main, storm sewer, and all pipe deeper than the drain tile prior to the installation of the drain tile. PART 2 PRODUCTS 2.01 PIPE AND FITTINGS A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1785. 2. Design: Solvent -welded joints, Schedule 40 minimum wall thickness. 3. Perforations: Circular on 3-1/4 inches by 6-1/4 inches centers. Hole size maximum of 3/8 inch and a minimum of 3/16 inch, arranged in 4 rows along the full length of the pipe. B. Corrugated Polyethylene (PE) Pipe and Fittings 1. General: Pipe and fittings shall be made of compounds conforming to ASTM F405 in accordance with the material requirements of ASTM D3350. 2. Pipe Stiffness: Heavy-duty pipe conforming to requirements of ASTM F405, Table 1. 3. Coupling bands shall cover at least 1 full corrugation on each section of pipe. 4. Perforations: Circular on 3-1/4 inches by 6-1/4 inches centers. Hole size maximum of 3/8 inch and a minimum of 3116 inch, arranged in 4 rows along the full length of the pipe. W*m0011N;lW.1 ei 0:10.A 94011rtl1AW4 A. See Section 33 05 05. 2.03 GEOTEXTILE A. Geotextile wrap shall conform to MnDOT Spec. 3733, Type 1. PART 3 EXECUTION 3.01 GENERAL A. The location and alignment of the subsurface drains and outlets are shown in a general manner on the Drawings. Exact location and alignment to be determined by the Engineer. 3.02 DRAIN TILE INSTALLATION A. Conform to details on Drawings. B. Construct at locations and elevations determined by Engineer or as shown on the Drawings. C. Grade: Unless otherwise specified or shown on the Drawings, the grade of pipes shall not be flatter than 1 in 250. © 2013 Stantec 1193801579 SU BDRAINAGE 334600-2 D. Plug upstream end of the drain pipe. E. Sections of the drain pipe shall be firmly joined. F. If perforated drain pipe is used, the pipe shall be placed so that the perforations are in the position indicated on the Drawings or designated by the Engineer. G. Install non -perforated pipe of the same size and type specified, only as directed by the Engineer. H. Install wyes with a cap for clean -outs as directed by the Engineer. I. Connections into Drainage Structure, Drain Tile: Connect to hole provided in precast structure (Incidental). Seal joint with mortar. Core drill connection to structure as directed at existing drainage structures or where precast hole is not provided. J. Compaction: Conform to Section 33 05 05. K. Flushing: After installation has been completed, pipes shall be flushed with sufficient water to remove material that has entered the pipes during construction. 3.03 DRAIN TILE, SPECIAL INSTALLATION A. Geotextile: Line trench with geotextile and wrap around filter aggregate as shown in the details. B. Pipe Bedding: Place filter aggregate as shown in the details. C. Place planting media (topsoil or augmented soils) as shown in the details. 3.04 FIELD QUALM CONTROL A. Do not backfill trench until the pipe has been inspected and approved by the Engineer. END OF SECTION © 2013 Star+Pr 1 gaanm 579 33 46 00 - SECTION 34 41 05 TRAFFIC SIGNS AND DEVICES PART I GENERAL 1.01 SUMMARY A. Section Includes 1. Signs, sign posts, and hardware. B. Related Sections 1. Section 02 41 13 — Selective Site Demolition. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Sign Panels Type C. All new signs shall be measured in accordance with MnDOT Spec. 2564.4G. Payment for all sign installation shall be at the Bid Unit Price per unit square feet and shall include all sign materials, new sign posts, equipment, mounting hardware, and labor necessary to install each sign on the post. 2. A Bid Item has been provided for Relocate Street Name Blade Sign. Measurement will be per each sign and post relocated on the Project. This bid item will be used for the relocation of street name signs and will include round post, concrete footing, hardware, brackets, and all other appurtenances to remove and relocate the sign and post(s) at the staked locations. 3. There will be no extra compensation for posts, regardless of length or required configuration. There shall be no extra compensation for post installations in bituminous or concrete surfaces. 4. Salvaged signs shall be reinstalled as specified in Section 02 4113. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2564 - Traffic Signs and Devices. 2. 3352 - Signs and Markers. 3. 3401 - Flanged Channel Sign Posts. B. Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). C. Minnesota Department of Transportation Standard Signs Manual. PART 2 PRODUCTS 2.01 MATERIALS A. Sign Material 1. Sign Face Material for Sign Panels: Reflective sheeting conforming to the requirements of MnDOT Spec. 3352.2A2e "Sign Sheeting Type IX." 2. Sign Legend Material for Signs: "Direct Applied" conforming to the requirements of MnDOT Spec. 3352.2A5. TRAFFIC SIGNS AND DEVICES 0 2013 Stantec 1 193801579 34 41 055 -1 3. The retro -reflective sheeting types and qualified products used for rigid permanent signs markers and delineators can be found at: h=LLwww.dot.state.mn.us/products/sicininci/index.html. www.dot.state.mn.us/products/signing/index;html. B. Flanged Channel Sign Posts 1. All sign posts shall conform to MnDOT Spec. 3401 and be in 2 sections with following minimum weight: a. Bottom Section: 3.0 lbs/ft. b. Top Section: At least 2-1/2 lbs/ft and not greater than the weight of the bottom post section. 2. The appropriate length of the upper post shall be determined by the Contractor to meet the construction requirements of the above stated references and herein at each specific location staked by the Engineer. The lower post shall be 6 to 7 feet in length. C. Round Sign Posts (For Street Name Signs): 1. Hot -dipped galvanized steel. 2. 0.80 -gauge. 3. 2-3/8 inch outside diameter. 4. Length: 10 feet. 5. Anchor plate. 6. Brackets: a. Top of post: 1) Round Cap: Lyle AL 808RF, or approved equal. 2) Crosspiece Between Blades: Lyle AL808CF, or approved equal. b. For Mounting Sign On Post: Lyle BR -95, or approved equal. D. Hardware: 1. Bolts: a. 5/16 inch or 3/8 inch diameter. b. A-304 stainless steel or Grade 5 zinc plated steel. 2. Nylon insert lock nuts. 3. Nylon washers: a. 1/32 inch thick. b. Maximum of 3/8 inch inside diameter. c. Maximum of 7/8 inch outside diameter. 4. Stainless steel washer. PART 3 EXECUTION 3.01 GENERAL A. Unless otherwise noted or modified herein, all sections of MnDOT Spec. 2564, all sections of MnDOT's Standard Signs Manual, and Chapter 6 of MMUTCD shall apply. B. The fabrication of all signs and devices shall conform to MnDOT Spec. 2564 and the latest edition of the MMUTCD and the MnDOT Standard Signs Manual. C. The sign number designation indicated on the Drawings shall comply with applicable requirements of MMUTCD and MnDOT Standard Signs Manual. © 2013 Stantec 1 193801579 TRAFFIC SIGNS AND DEVICES 3441055-2 3.02 CONSTRUCTION A. Sign locations shown on the Drawings are only approximate. The final locations shall be determined in the field by the Engineer. Contractor is responsible for having all underground utilities located prior to installing all signposts. Provide Engineer 48-hour notice prior to sign installations to allow for adequate staking time. B. Fabricate, hole punch, and mount sign panels in accordance with the standard drawings in the MnDOT Standard Signs Manual. Date the back of each newly installed sign panel with the month and year using a thick permanent black marker pen or furnish and install inventory/I.D. stickers approved by the Owner. C. Install nylon washers between the bolt and the sign face (sheeting). Do not over tighten bolts to the point where the sign sheeting separates from the sign backing, which would be cause for rejection and replacement at no additional cost to the Contract. The nylon washers used to protect to sign face shall be 1/32 inch thick, have a maximum inside diameter of 3/8 inch, and outside diameter of 7/8 inch. There shall also be a stainless steel washer between the nylon washer and the bolt head. D. The bottom section of each signpost shall be mounted into the ground to a minimum depth of 3-1/2 feet. The lower section of post shall be at least 30 inches above the ground to allow for a 12 -inch splice and a minimum clearance of 18 inches from the ground to the bottom of the top section of post. The splice of the upper and lower section posts shall be made with 2-5/16 inch stainless steel bolts with nylon insert lock nuts placed in the top and bottom holes of the overlap splice. Where 2 or more single post signs are mounted side by side, they shall be reinforced laterally by at least 2 post sections, bolted at each post, and located approximately at the quarter points. E. Round posts for street name signs: Install 48 inches below grade. Anchor post into ground with concrete. Install salvaged street name blade(s) on post. F. Sign panels shall be located relative to concrete curb per Figure 6.3 of the MnDOT Traffic Engineering Manual: 1. Lowest point of any sign panel shall be 7 feet above finished grade at the point of installation. 2. Edge of sign panel shall be no closer than 2 feet from the face of curb. G. Contractor should plan for sign placements in hard surfaced areas prior to any new concrete and/or bituminous paving and provide "box -outs" for each sign in such a location. The "box -out" must be a 6 inch diameter round section of PVC pipe or a 6 -inch core cut hole. With either option, the box -out must be to a depth which encroaches the underlying soils. H. The Contractor shall install MnDOT approved/furnished warning stickers on all new Type C sign panels. END OF SECTION TRAFFIC SIGNS AND DEVICES Q 2013 Stantec 1 193801579 3441055-3 SPECIAL PROVISIONS - SP2005BOOK Page i JUNE 30, 2006 Last Revision 217113 SAP 182-101.-018 INDEX -DIVISION S SP2005# ITEM# DATA PAGE S-1 EMERALD ASH BORER COMPLIANCE....................................................................................................1 SP2005-1.1....................................................................................................................................................................1 S-2 (1603) MATERIALS: SPECIFICATIONS, SAMPLES, TESTS AND ACCEPTANCE...............................1 S-3 (1717) NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) PERMIT.............I SP2005-37......................................................................................................................................I..............................1 S-4 (1803) PROSECUTION OF WORK...............................................................................................................3 SP2005-43..................................................................................................................................................................... 3 S-5 (2105) EXCAVATION AND EMBANKMENT............................................................................................6 SP2005-73..................................................................................................................................................................... 6 S-6 (2123) EQUIPMENT RENTAL......................................................................................................................7 SP2005-89..................................................................................................................................................................... 7 S-7 (2211) AGGREGATE BASE..........................................................................................................................7 SP2005-94..................................................................................................................................................................... 7 S-8 (2211) OPEN GRADED AGGREGATE BASE(OGAB)..............................................................................9 SP2005-9 5..................................................................................................................................................................... 9 S-9 (23 57) BITUMINOUS TACK COAT...........................................................................................................12 SP2005-13 8.1..............................................................................................................................................................12 S-10 (2360) PLANT MIXED ASPHALT PAVEMENT (LOCAL AGENCY)....................................................14 SP2005-140.1..............................................................................................................................................................14 S-11 (2461) STRUCTURAL CONCRETE...........................................................................................................16 SP2005-148.................................................................................................................................................................16 S-12 (2573) STORM WATER MANAGEMENT.................................................................................................42 SP2005-242................................................................................................................................................................. 42 S-13 (2575) RAPID STABILIZATION SPECIFICATIONS................................................................................44 SP2005-245.3.............................................................................................................................................................. 44 S-14 (3103) BLENDED HYDRAULIC CEMENT...............................................................................................44 SP2005-249.2.............................................................................................................................................................. 44 S-15 (3115) FLY ASH FOR USE IN PORTLAND CEMENT CONCRETE.......................................................45 SP2005-249.3.............................................................................................................................................................. 45 S-16 (3126) FINE AGGREGATE FOR PORTLAND CEMENT CONCRETE...................................................46 SP2005-249.4.............................................................................................................................................................. 46 SPECIAL PROVISIONS - SP2005BOOK Page ii JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 S-17 (3137) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE............................................48 SP2005-249.5...................................................................................................................................48 S-18 (3138) AGGREGATE FOR SURFACE AND BASE COURSES................................................................53 SP2005-250................................................................................................................................................................. 53 S-19 (3139) GRADED AGGREGATE FOR BITUMINOUS MIXTURES......................................................... 54 SP2005-250.1.............................................................................................................................................................. 55 S-20 (3753) TYPE 1-D MEMBRANE CURING COMPOUND..........................................................................61 SP2005-262.......................................................................................................................................... 61 S-21 (3754) POLY-ALPHA METHYLSTYRENE (AMS) MEMBRANE CURING COMPOUND...................62 SP2005-263......... ........................ ........ ................................................................................................................ 62 S-22 (3755) LINSEED OIL MEMBRANE CURING COMPOUND...................................................................63 SP2005-264 ................................................................................................................................................................. 63 S-23 (3876) SEED.................................................................................................................................................64 SP2005-266.............................................................................................................................................. 64 S-24 (3877) TOPSOIL BORROW........................................................................ .............74 SP2005-266.1.............................................................................................................--------......................... .. 74 S-25 (3889) TEMPORARY DITCH CHECKS.....................................................................................................75 SP2005-267......................................................................................................................... ..... 75 SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 DIVISION S Page 1 SAP 182-101-018 S-1 EMERALD ASH BORER COMPLIANCE REVISED 312112 SP2005-1.1 This Project is located, all or in part, in a county that the Minnesota Department of Agriculture has placed under an Emerald Ash Borer Quarantine. Any work for this Contract is subject to the following: S-1.1 No part of an Ash (Fraxinus spp) tree from a quarantined area can be marketed to wood -using industries or individuals without an Emerald Ash Borer compliance agreement with Minnesota Department of Agriculture. The Contractor shall not make ash or any non -coniferous (hardwood) species with bark attached available to the public for use as firewood from the quarantined area. The Contractor shall not transport entire ash trees, limbs, branches, logs, chips, ash lumber with bark, stumps and roots outside of a quarantined county without fulfilling the requirements of an Emerald Ash Borer Compliance Agreement with the Minnesota Department of Agriculture. Contact the Minnesota Department of Agriculture at 1-888-545-6684 or visit the Emerald Ash Borer website at: hM://www.mda.state.mn.us/plants/pestmanagement/eab,aM to find out which counties are quarantined. S-1.2 If the ash material is going to be shipped out of Minnesota, the Contractor shall contact John.o.haanstad@,,anhis usda.g_ov for United States Department of Agriculture joint Emerald Ash Borer Compliance Agreement approval with the Minnesota Department of Agriculture. S-1.3 The Contractor shall dispose of ash trees: (1) In accordance with the Emerald Ash Borer Compliance Agreement, and (2) By utilizing the ash wood chips within the construction limits for erosion control, construction exit pads or landscaping purposes. S-1.4 No direct compensation will be made for compliance with these requirements. S-2 (1603) MATERIALS: SPECIFICATIONS, SAMPLES, TESTS AND ACCEPTANCE The first paragraph of MnDOT 1603.2 is hereby deleted and replaced with the following: Sampling and testing of materials for this project will be in accordance with the State Aid for Local Transportation (SALT) "Schedule of Materials Control — Local Government Agency" (SMC—LGA). This schedule establishes the size of samples and the minimum rate of testing, but in no way affects Specification requirements for the material. S-3 171 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM DES PERMIT REVISED 9116/09 SP2005-37 Pollution of natural resources of air, land and water by operations under this Contract shall be prevented, controlled, and abated in accordance with the rules, regulations, and standards adopted and established by the Minnesota Pollution Control Agency (M.P.C.A.), and in accordance with the provisions of MnDOT 1717, these Special Provisions, and the following: S-3.1 By signing the Proposal and completing the NPDES permit application, the Contractor is a co-permitee with the Department to ensure compliance with the terns and conditions of the General Storm Water Permit (MN R10000 I) and is responsible for those portions of the permit where the operator is referenced. This SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 2 SAP 182-101.-018 Permit establishes conditions for discharging storm water to waters of the State from construction activities that disturb 0.4 hectares [1 acre] or more of total land area. A copy of the "General Permit Authorization to Discharge Storm Water Associated with a Construction Activity Under the National Pollutant Discharge Elimination System (NPDES)/State Disposal System Permit Program" is available at hM://www.pca.state.mn.us/water/stomwater/storinwater-c.htnl or by calling 651-296-3890. (A) The Contractor shall apply and pay for the NPDES Permit on this Project. Payment for the application shall be incidental to the Contract and no direct compensation will be made. The Department will provide the Contractor with the application form with Sections 1 thru 3 and 5 thru 14 completed, as part of the Contract document package. The Contractor shall fill out the Contractor's portion (Section 4 and Section 15), complete the application process, and post the Permit and MPCA's letter of coverage onsite. A NPDES Permit Declaration form will be sent to the Contractor with the Contract award packet. A copy of the signed permit application and a signed Permit Declaration form must be returned with the Contract and Bond. Submittal of the copy of the signed permit application and Permit Declaration is mandatory for Contract approval. No work which disturbs soil and/or work in waters of the state will be allowed on this Project until the NPDES Permit is in effect and the Department has received the required documentation. S-3.2 The Contractor shall be solely responsible for complying with the requirements listed in Part II.B and Part IV of the General Permit. The Contractor shall be responsible for providing all inspections, documentation, record keeping, maintenance, remedial actions, and repairs required by the permit. All inspections, maintenance, and records required in the General Permit Paragraphs IV.E, shall be the sole responsibility of the Contractor. The word "Permitee" in these referenced paragraphs shall mean "Contractor". Standard forms for logging all required inspection and maintenance activities shall be used by the Contractor. All inspection and maintenance forms used on this Project shall be turned over to the Engineer every two weeks for retention in accordance with the permit. The Contractor shall have all logs, documentation, inspection reports on site for the Engineer's review and shall post the permit and MPCA's letter of coverage on site. The Contractor shall immediately rectify any shortcomings noted by the Engineer. All meetings with the MPCA, Watershed District, WMO, or any local authority shall be attended by both the Engineer and the Contractor or their representatives. No work required by said entities, and for which the Contractor would request additional compensation from MnDOT, shall be started without approval from the Engineer. No work required by said entities and for which the changes will impact the design or requirements of the Contract documents or impact traffic shall be started without approval from the Engineer. The Contractor shall immediately notify the Engineer of any site visits by Local Permitting Authorities performed in accordance with Part V.H. S-3.3 Emergency Best Management Practices must be enacted to help minimize turbidity of surface waters and relieve runoff from extreme weather events. It is required to notify the MPCA Regional Contact Person within 2 days of an uncontrolled storm water release. The names and phone numbers of the MPCA Regional Contract personnel can be found at: h ://m ww. ca.state.mn.us/water/stormwater/stormwater-c.htmi. The Contractor is reminded that during emergency situations involving uncontrolled storm water releases that the State Duty Officer must be contacted immediately at 1-800-422-0798 or 1-651-649-5451. S-3.4 The Contractor shall review and abide by the instructions contained in the permit package. The Contractor shall hold MnDOT harmless for any fines or sanctions caused by the Contractor's actions or inactions regarding compliance with the permit or erosion control provisions of the Contract Documents. S-3.5 The Contractor is advised that Section I of the NPDES application form makes reference to a Storm Water Pollution Prevention Plan (SWPPP). This Projects' SWPPP is addressed throughout MaDOT's SPECIAL PROVISIONS - SP2005BOOK Page 3 JUNE 30, 2006 Last Revision 2/7/13 SAP 182-101-018 Standard Specifications for Construction, as well as this Project's Plan and these Special Provisions. The following table identifies NPDES permit requirements and cross-references where this Contract addresses each requirement. NPDES Permit Requirements Cross -Reference within this Contract Obtain NPDES Permit; MnDOT 1701, 1702; and 1717 Permit Compliance; Special Provisions: Submit Notice of Termination 1717 (Air, Land & Water PolIution), 1717 (National Pollutant Discharge Elimination System DES Permit) Certified Personnel in Erosion / Sediment Control Site MnDOT 1506, 1717, and 2573; Management Special Provisions: Develop a Chain of Command 1717 (Air, Land & Water Pollution), and 1717 (National Pollutant Discharge Elimination System (NPDES) Permit Project / Weekly Schedule (for Erosion / Sediment Control) MnDOT 1717 and 2573; Completing Inspection / Maintenance Log / Records Special Provisions; 1717 (Air, Land & Water Pollution), and 1717 (National Pollutant Discharge Elimination System DES Permit ; and Project Specific Construction Staging The Plans; MnDOT 1717; Special Provisions: 1717 (Air, Land & Water Pollution), 1717 (National Pollutant Discharge Elimination System (NPDES) Permit); and 1806 Determination and Extension of Contract Time Temporary Erosion / Sediment Control The Plans; MnDOT 2573 and 2575 Maintenance of Devices / Sediment removal The Plans; Removal or Tracked Sediment MnDOT 1717 and 2573; Removal of Devices Special Provisions: 1514 (Maintenance During Construction), 1717 (Air, Land & Water Pollution), and 1717 (National Pollutant Discharge Elimination System (NPDES) Permit Dewatering MnDOT 2105.3B and 2451.3C; May also re uire DNR Permit Temporary work not shown in the Plans MnDOT 1717, 2573, and 2575; Grading areas (unfinished acres exposed to erosion) Special Provisions: 1717 (Air, Land & Water Pollution), and 1717 (National Pollutant Discharge Elimination System (NPDES) Permit Permanent Erosion / Sediment Control and Turf The Plans; Establishment MnDOT 1717, 2573, and 2575, Special Provisions: 1717 (Air, Land & Water Pollution), and 1717 (National Pollutant Discharge Elimination System (NPDES) Permit S-4 (1803) PROSECUTION OF WORK REVISED 12/10/12 SP2005-43 The provisions of MnDOT 1803 are supplemented and/or modified with the following: S4.1 SPECIAL PROJECT ADA REQUIREMENTS (2012 ve s:on (Zev. 12/'.0/12)) All pedestrian facilities and shared trails on this Project must be constructed according to Public Rights -of -Way Aocessbibi I ity Gui de! i nes (PROWAG) which can be found at: http://www.access- SPECIAL PROVISIONS - SP2005BOOK Page 4 JUNE 30,1006 Last Revision 217113 SAP 182-101-018 board. gov/prowac/draft.htm. The appropriate pedestrian ramp details for each quadrant are included in the Plan. The Engineer may provide additional details to those provided in the Plan that meet the PROWAG guidelines as the need arises and field conditions dictate. (A) The Contractor must designate a responsible person familiar with PROWAG to assess proposed sidewalk layouts at each site before work begins. Any time work the Contractor is performing concerns pedestrian facilities, the Contractor's representative shall be on site. (B) Pedestrian facilities must be constructed to meet the following criteria: (1) Pedestrian Access Routes (PAR) must be constructed to meet the following: • Minimum 4 feet width. • A maximum cross slope of 2.4%. • Vertical discontinuities must be less than 0.25 inches. • Must provide positive drainage without allowing any ponding. • All grade breaks shall be constructed perpendicular to the path of travel. (2) Landings are part of the PAR and must be constructed to meet the following: • 4 feet by 4 feet minimum width. • Maximum slope of 2.0% in all directions. • Required at all locations where the PAR changes directions. + Must be connected to the PAR. • All grade breaks shall be constructed perpendicular to the path of travel. (3) Ramps are part of the PAR and must be constructed to meet either of the following criteria: Longitudinal slopes less than 5% in the direction of travel requires no landing at the top of the ramp (unless the PAR changes direction). Longitudinal slopes between 5 - 8.3% in the direction of travel require a landing at the top of the ramp. (C) If the Contractor constructs any pedestrian or shared -use trail facilities that are not per Plan, do not meet the above requirements, or do not follow the agreed upon resolution, the Contractor shall be responsible for correcting the deficient facilities with no compensation paid for the corrective work. To ensure that the pedestrian facilities are constructed in compliance with PROWAG, the Contractor shall follow the following three steps: (1) The Contractor shall use the appropriate ramp details in the Plan and identify the removal limits for the sidewalk and curb and gutter. If Contractor determines the removal limits are not adequate to meet PROWAG, the Contractor shall stop work immediately and consult the Engineer to determine the best solution. Once the Engineer and the Contractor reach agreement on how to proceed, the Contractor may finish the removals_ (2) The Contractor shall not alter any existing drainage patterns unless called for in the plans or approved by the Engineer. Prior to pouring each curb and gutter segment, the Contractor must verify the zero height curb and curb transitions will be Iocated as shown in the Pians and will provide an adequate detectable edge as shown on Standard Plan Sheet No. 5-247.250 (Sheet 5 of 5). The Contractor shall also verify the proposed curb flow lines will provide positive drainage as well as maintain existing gutter inflows/outflows. The curb and gutter shall be constructed as detailed in the Plan with a defined flowline and no vertical discontinuities. The Contractor shall consult with the Engineer to determine a resolution if any of these conditions cannot be met. Once the Engineer and the Contractor reach SPECIAL PROVISIONS - SP2005BOOK Page 5 JUNE 30, 2006 Last Revision 2/7/13 SAP 182-101-018 agreement on how to proceed, the Contractor may proceed with pouring the curb and gutter. (3) After the curb has been correctly poured, the Contractor has set the sidewalk forms, and prior to placing the concrete curb ramps/sidewalks, the Contractor shall verify the requirements in Section S4. 1B will be achieved. If any of these requirements cannot be met the Contractor shall meet with the Engineer to determine the best solution. Once the Engineer and the Contractor reach agreement on how to proceed, the Contractor may proceed with the curb ramp/sidewalk pour. (D) It shall be the responsibility of the Contractor, or Contractor's Surveyor if applicable, to layout all proposed work at each intersection in accordance with the Plan and requirements listed in this Special Provision. The Contractor may confer with the Engineer for guidance in laying out the proposed work, but it will be the Contractor's responsibility to ensure the proposed work meets all the requirements of this Special Provision. This layout includes, but is not limited to placement of grade breaks, curb transitions, gutter flow lines, truncated dome placement, crosswalk marking placement, flares, landing limits, and ramp Brits. It is important that the Contractor layout this work properly to achieve the construction of a compliant pedestrian facility. This layout work shall be incidental with no extra compensation paid. If contractor surveying is not called for in the Contract, the owner's surveyor will only stake points and elevations provided in the Plan. For detail (i.e. custom) designs, other than specific dimensions provided in the Plan, the Contractor shall be expected to scale dimensions from the Plan as needed to construct the facility. If scaled dimensions do not allow for a facility to be constructed to meet the requirements of this Special Provisions, the Contractor shall follow the process listed in S -4.1B. (E) The Contractor shall utilize measures and methods when working near existing buildings and/or private landscaping that will avoid damaging the building's face or structure or other private property. The Contractor will be responsible for any damage to the building's face or structure, or other private property. Any damage resulting from Contractor operations will be repaired at the Contractor's expense to the satisfaction of the Engineer. (F) The Contractor shall round all joints and edges of the walk with a'/4 inch radius edging tool, contraction joints shall extend to at least 30 percent of walk thickness and shall be approximately 1/8 inch wide as per MnDOT 2521. The Contractor shall also have the option of providing saw cuts to construct the sidewalk joints. This work shall be considered incidental and no extra compensation paid. (G) In areas where the sidewalk is to be constructed around fixed structures and the grade has been changed, the sidewalk shall be finished around these structures to the satisfaction of the Engineer at no additional cost. If any of these conditions cannot be met, the Contractor shall consult with the Engineer to determine a resolution. Once the Engineer and the Contractor reach an agreement on how to proceed, the Contractor may proceed. If the Contractor constructs any pedestrian push button systems or pedestrian facilities which do not meet the criteria or the agreed upon resolution, the Contractor will be responsible for correcting the deficiencies with no compensation paid for the corrective work. To help ensure signal systems are properly constructed the Contractor must adhere to the following practices: All push button station bases and pedestal bases shall be poured either concurrently with or after the adjacent sidewalk pour. These bases shall be poured flush with all adjacent sidewalk within 1/4 inch maximum vertical deflection as shown in the plans and MnDOT Standard Plate 8112 and MnDOT pedestrian push button detail. Signal pole foundations which are being constructed in or adjacent to sidewalk shall be constructed in accordance with the applicable MnDOT Standard Plate 8120 or 8126. If a SPECL4L PROVISIONS - SP2005BOOK Page 6 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 push button is proposed to be mounted on a signal pole, the Contractor shall determine the finished grade of the top of proposed sidewalk prior to pouring the signal pole foundation. The signal pole foundation shall not be more than 8 inches above the finish grade of the sidewalk and must still meet the vertical clearance requirements of the applicable MnDOT Standard Plates 8120 or 8126. If this is not possible, the Contractor shall consult with the Engineer to determine the appropriate solution. S-5 (2105) EXCAVATION AND EMBANKMENT REVISED 9/12/12 .... SP2005-73 Roadway excavation and embankment construction shall be performed in accordance with the provisions of MnDOT 2105, except as modified below: S-5.1 MnDOT 2105.2A2 Rock Excavation is revised to read as follows: Rock excavation shall consist of all materials that cannot, in the Engineer's opinion, be excavated without drilling and blasting or without the use of rippers, together with all boulders and other detached rock each having a volume of 1 cubic meter (1 cubic yard) or more, but exclusive of those quantities that are to be paid for separately under the item of rock channel excavation. S-5.2 The last paragraph in MnDOT 2105.3B Preparation of Embankment Foundation, is revised to read as follows: Before backfilling depressions within the roadway caused by the removal of foundations, basements, and other structures, the Contractor shall enlarge the depressions as directed by the Engineer. S-5.3 The first and second sentences in the second paragraph in MnDOT 2105.313 Disposition of Excavated Material, are revised to read as follows: When the soils are so varied that selection and placement of uniform soils is not practical, the Contractor shall use disks, plows, graders or other equipment to blend and mix suitable soils to produce a uniform soil texture, moisture content and density; except that, all soils that contain 20 percent or more particles passing the 75 um (#200) sieve shall be blended, mixed and dried with a disk, within the entire upper 2 meters (6 feet) of embankment. The disk shall meet the requirements of 2123 N, Disk Harrow. A disk is also to be used below the upper 2 meters (6 feet) of the embankment fill area, if in the opinion of the Engineer, the Contractor is not producing a uniform soil texture. S-5.4 The fifth paragraph in MnDOT 2105.31) Disposition of Excavated Material, is revised to read as follows: Peat, muskeg, and other unstable materials that are not to be used in the roadbed embankments shall be deposited in the areas indicated in the Plans or elsewhere as approved by the Engineer. All other material that is considered unsuitable for use in the upper portion of the roadbed shall be placed outside of a 1:1 slope down and outward from the shoulder lines on fills under 10 m (30 feet) in height or outside of a 1 vertical to 1.5 horizontal slope down and outward from shoulder lines on fills over 10 m (30 feet) in height, or used to flatten the embankment slopes, or disposed of elsewhere as approved by the Engineer. S-5.5 The second sentence in the eighth paragraph of MnDOT 2105.31) Disposition of Excavated Material, is revised to read as follows: No stones exceeding 150 mm (6 inches) in greatest dimension will be permitted in the upper 1 m (3 feet) of the roadbed embankment. SPECIAL PROVISIONS - SP2005BOOK Page 7 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 S-5.6 The fourth to last paragraph in MnDOT 2105.3D Disposition of Excavated Material, which begins with "All combustible debris materials (stumps, roots, logs, brush, etc.) together with all..." is hereby deleted and replaced with the following: All noncombustible materials other than soils (oversized rock, broken concrete, metals, plastic pipe, etc.) shall be disposed of in accordance with 2104.3C. S-5.7 The ninth paragraph of MnDOT 2105.5 is hereby deleted and replaced with the following: If the Proposal fails to include a bid item for rock excavation or rock channel excavation, and . material is uncovered that is so classified, excavation of the rock will be paid for separately at the Contract price for common excavation or common channel excavation, plus an additional $26.00 per cubic meter ($20.00 per cubic yard) . If no bid item is provided for common channel excavation, excavation of materials classified as rock channel excavation will be paid for at the Contract price for common excavation plus an additional $28.00 per cubic meter ($21.50 per cubic yard). Such stipulated prices for rock excavation will apply up to a maximum of 200 m3 (260 cubic yards) of excavation per item or to such quantity as may be performed by mutual consent prior to execution of an Extra Work agreement. S-5.8 The eleventh paragraph of MnDOT 2105.5 is hereby deleted and replaced with the following: (a) That portion of the additional excavation that is removed from below a plane parallel to and 5 m (15 feet) below the natural ground surface will be measured in 2 m (5 foot) depth zone increments and paid for separately at adjusted unit prices. The adjusted unit price will be equal to the Contract bid price for muck excavation plus $0.39 per cubic meter ($0.30 per cubic yard) for the additional excavation within the 5-7 m (15-20 foot) depth zone and an additional $0.26 per cubic meter ($0.20 per cubic yard) for each additional 2 in (5 foot) increment of depth beyond 7 in (20 feet). S-6 (21231 EQUIPMENT RENTAL SP2005-89 The provisions of MnDOT 2123 are modified and/or supplemented with the following: S-6.1 The following is added to MnDOT 2123.3 SPECIFIC REQUIREMENTS: N Disk Harrow The disk harrow shall be of sufficient size and mass to manipulate the soils to a depth of approximately 300 mm [12 inches] and shall meet the approval of the Engineer. S-6.2 The following is added to MnDOT 2123.5 BASIS OF PAYMENT: 2123.610 Disk Harrow....................................................................................................hour S-7 (221.1.) AGGREGATE BASE REVISED 10/14/10 SP2005-94 Aggregate base courses shall be constructed in accordance with the provisions of MnDOT 2211 except as modified below: S-7.1 Compaction for driveways, sidewalks, trails and patches shall be achieved by the "Quality Compaction Method" described in MnDOT 2211.3C. SPECIAL PROVISIONS - SP2005BO011i Page 8 JUNE 30, 2006 Last Revision 2/7/13 SAP 182-101-018 S-7.2 Compaction for reconstructed streets shall be achieved by the "Modified Penetration Index Method". See Section S-7.5 and the current "MODIFIED DCP TEST PROCEDURE" and corresponding figures found at the following link http://www.dot.state.mn.us/materiaWgbmodpi.html for information about this compaction method. S-7.3 The second sentence in MnDOT 2211.1 Description, is revised to read as follows: The aggregate base shall be produced and placed under the Contractor's quality control program in accordance with the MnDOT Grading and Base Manual. S-7.4 The last paragraph in MnDOT 2211. 3C2 Quality Compaction Method, is revised to read as follows: The Engineer may elect to perform density tests as shown in the MnDOT Grading and Base Manual, as needed to assist inspection. The actual density obtained by testing the aggregate base must meet or exceed the requirements shown in 2211.3CI Specified Density or 2211.3C3 Penetration Index Method in order to be acceptable. S-7.5 The following is hereby added to MnDOT 2211.3C: C4 Modified Penetration Index Method The full thickness of each layer of Class 3, 5, 6, or 7 shall be compacted to achieve a penetration index value as described in the modified dynamic cone penetrometer (DCP) test procedure, as determined by a MnDOT standard dynamic cone penetrometer (DCP) device. For test purposes, a test layer will be described in the modified dynamic cone penetrometer (DCP) test procedure. Two DCP tests shall be conducted at selected sites within each 800m3 (1000 cubic yards) (CV) of constructed base course. If either of the tests fails to meet the specified requirements, the material represented by the test shall be recompacted and retested for penetration index compliance. Water shall be applied to the base material during the mixing and spreading operations so that at the time of compaction the moisture content is no less than 5 percent of dry weight. See the current "MODIFIED DCP TEST PROCEDURE" and corresponding figures found at the following link hM://www.dot.state.mn.us/materials/abmodpi.html. S-7.6 The first sentence in MnDOT 2211.3FI Gradation Control, is revised to read as follows: The Contractor and/or aggregate producer shall be responsible for maintaining a gradation control program in accordance with the random sampling acceptance method described in the MnDOT Grading and Base Manual. S-7.7 MnDOT 2211.3F2(d) under Acceptance Testing is hereby deleted and replaced with the following: (d) Samples for gradation testing will be taken randomly by the Engineer prior to compaction, in accordance with the random sampling method described in the Grading and Base Manual. All gradation tests will be reported to the nearest whole number, except the 75g [#200] sieve will be reported to the nearest one tenth of one percent (0.1 %). S-7.8 MnDOT 2211.3F20) under Acceptance Testing, is revised to read as follows: (j) One gradation sample will be taken from each sublot and tested. Payment will be based on the average results from the four sublot samples for each specified sieve. SPECIAL PROVISIONS - SP2005BOOK Page 9 JUNE 30, 2006 Last Revision 2/7/13 SAP 182-101-018 S-7.9 The third paragraph after MnDOT 2211.3F2(k) under Acceptance Testing, is revised to read as follows: A 5% price reduction will be assessed to both individual or averaged test Iots for each test result that fails to meet specified gradations for sieve sizes not listed in Tables 2211-B and 2211-C by more than 2%. These price reductions are cumulative and shall be analyzed both separately and averaged by lot when applicable. S-7.10 Table 2211-B in MnDOT 22113F2 Acceptance Testing, is hereby deleted and replaced with the following: Table 2211-13 AGGREGATE BASE PAYMENT SCHEDULE 4 Sublots/4 Samples) % Passing Outside Specified Limits* 4.75 mm (#4), 2.00 mm (#10), 75 gm (#200) Sieve Acceptance and 425 µm (## 40) Schedule Sieves (Price Reduction) 1 0.1 5% ------------- 0.2 6% ------------- 0.3 90/0 ------------- 0.4 11% ------------- 0.5 14% 2 0.6 15% > 2 > 0.6 Corrective Action *Based on average of 4 tests Price reductions for more than one failing sieve size shall be cumulative. The compensation due to the Contractor for the quantity of material represented by the failing test results shall be reduced by the sum of the respective percentages. The Contractor does not have the option of taking a price reduction in lieu of complying with the Specifications. S-7.11 The following is added to Table 2211-C in MnDOT 2211.3F2 Acceptance Testing: Substantial compliance will be applied to no more than one test failure. Substantial compliance will be eliminated when two or more test failures occur and test failures meeting substantial compliance will be subject to the next higher price reduction. One sieve failure = one test failure. Test failures for each material type will be treated separately. S-7.12 The following is added to Table 2211-D in MnDOT 22113F2 Acceptance Testing: Substantial compliance will be applied to no more than one test failure. Substantial compliance will be eliminated when two or more test failures occur and test failures meeting substantial compliance will be subject to the next higher price reduction. Test failures for each material type will be treated separately. S-8 (2211) OPEN GRADED AGGREGATE BASE (OGAB) SP2005-95 This work shall consist of constructing a permeable Open Graded Aggregate Base (OGAB) on temporary driveways as directed by the Engineer. The purpose of this permeable aggregate base and the associated SPECL4L PROVISIONS - SP2005BOOK Page 10 JUNE 30, 2006 Last Revision 2/7/13 SAP 182-10.1-018 Permeable Aggregate Base drain is to quickly dissipate water accumulating under the pavement. The OGAB shall be produced and placed in accordance with the provisions of MnDOT 2211, the Plan details and the following: S-8.1 MATERIAL REQUIREMENTS (A) Aggregate The aggregate shall comply with the following requirements: (1) Gradation Sieve Size Percent Passin 37.5 mm [1-1/2 inch] 100 25.0 mm 1 inch] 95- 100 19.0 mm [3/4 inch] 65-95 9.5 mm 3/8 inch] 30-65 4.75 mm [No. 4] 10-35 2.00 mm o.10 3-20 425 pm No. 01 0 - 8 75 pm [No. 2001 0 - 3 The aggregate shall have a coefficient of uniformity (D60'/D jo) equal to or greater than 4.0, where D60 is the diameter of the soil particle of which 60 percent is smaller, by weight, and D 10 is the diameter of the soil particle of which 10 percent is smaller, by weight. (2) Crushing A high percentage of crushing will be required to provide stability to the OGAB. If crushed natural gravel rather than quarry rock is used in total or in part for OGAB, at least 85 percent by weight of the natural gravel material retained on the 4.75 mm [No. 4] sieve shall be crushed and exhibit at least two (2) mechanically fractured faces. (3) Quality (a) Consist of sound, durable particles of crushed quarry rock, gravel, or combination thereof. (b) Crushed concrete or bituminous shall not be used for OGAB. (c) Los Angeles Rattler: 40 percent maximum loss, AASHTO T96. (d) Total of all spall materials (shale, iron oxide, unsound chert, and similar materials), by weight of total sample, shall not exceed 5 percent in gravel nor more than 2 percent in crushed quarry rock. (e) If crushed carbonate quarry rock (limestone or dolostone) is used in total or as add -rock, or carbonate particles in the plus 4 natural gravel exceed 55 percent by weight, the insoluble residue content of the carbonate material shall not exceed 10 percent. (The percent insoluble is based on the amount of minus 75 µm [200] sized residue. Procedure is on file in the chemistry laboratory, Office of Construction and Materials Engineering) S-8.2 CONSTRUCTION REQUIREMENTS SPECIAL PROVISIONS - SP2005BOOK Page 11 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 (A) Handling and Placement (1) Handling and stockpiling shall be minimized to reduce segregation. (2) The placement equipment shall neither rut the inplace base (filter layer) nor displace the geotextile filter for widening designs. Any ruts formed shall be repaired and leveled to the satisfaction of the Engineer prior to placing the OGAB, so that water draining through the OGAB will not pond and create soft spots in the base/subgrade. Once placed, no more than two (2) passes of the fine grader will be permitted without specific approval from the Engineer. (3) Equipment for placing the OGAB shall be capable of uniformly depositing and spreading the material, without seg_re ag tion, to the required thickness. At the time of placement, the aggregate shall have a moisture content of approximately 3-5 percent to minimize segregation. (4) This material shall be placed in one lift to the width and compacted depth shown in the Plan. (B) Compaction (1) Compaction of the OGAB shall be obtained by the "Quality Compaction" method, MnDOT 2211.3C2, unless otherwise directed by the Engineer. (2) Density can usually be achieved by two (2) passes of a double drum steel roller unless use of a single drum roller is approved by the Engineer and no rutting is produced by the wheels. Vibration will not be allowed unless specifically permitted by the Engineer to achieve stability. (3) After the OGAB has been placed, construction equipment, either loaded or empty, will not be permitted on the base. The only equipment permitted on the base will be that used to fine grade, compact, and the paver actually used to place the overlying pavement. OGAB placed for turnlanes or bypasses shall likewise not be traversed by construction equipment. Prior to placing OGAB extensions for turn lanes or bypasses, the OGAB that was placed to support the paving train on the mainline, will be evaluated by the Engineer and if it is in any way disturbed or contaminated it shall be removed and replaced with new OGAB at the expense of the Contractor. The in place OGAB shall not be used as a haul road for any purpose. (C) Pavement Construction (1) If additional near -surface stability is desired under the paver tracks, a thin coat of asphalt emulsion may be applied (sprayed) on the aggregate. The mixture and quantity shall be approved by the Engineer and no additional payment will be provided therefore. In no case shall emulsion quantities be used that will tend to plug the pore spaces in the aggregate and reduce drainage efficiency. Anchoring pins for dowel basket assemblies shall be long enough to penetrate through the OGAB to the subgrade so as to provide adequate resistance against displacement. (D) Permeable Aggregate Base Drain Installation (1) Prior to drain construction, the 'outlet" edge of the OGAB shall be kept open (daylighted), so that rain water is free to exit and will not be ponded within the OGAB. Both the OGAB and drainage trench shall be kept free of fine soils or other contaminates SPECIAL PROVISIONS - SP2005BOOK Page 12 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 during construction. Contaminated material shall be removed and replaced at no cost to the State. (2) The trench drain shall be constructed after the pavement is in place. Drains shall be constructed before any shoulder aggregate/base is placed. (See specifications for Subsurface Drains, Permeable Aggregate Base Type, elsewhere in these Special Provisions.) S-8.3 MEASUREMENT AND PAYMENT The Open Graded Aggregate Base (OGAB) approved by the Engineer will be measured as a placed volume as specified in the second paragraph of MnDOT 221 I.4A. Payment will be made under Item 2211.607 (Open Graded Aggregate Base (CV)) at the Contract bid price per cubic meter [cubic yard], which shall be compensation in full for all costs incidental thereto. S-9 235 BITUMINOUS TACK COAT REVISED 12/28/12 SP2005-13 8.1 The provisions of MnDOT 2357 are hereby deleted and replaced with the following: 2357.1 DESCRIPTION This work consists of applying bituminous material (emulsion or cutback asphalt) on a bituminous or concrete pavement prior to paving a new lift of Plant Mixed Asphalt. 2357.2 MATERIALS ABituminous Material.........................................................................................................................3151 The bituminous material for tack coat will be limited to one of the following kinds of emulsified asphalt. Use of medium cure cutback asphalt (MC -250) is allowed during the early and late construction season when it is anticipated the air temperature may drop below 32 degrees Fahrenheit. Allowable grades are as follows: Emulsified Asphalt AASHTO 208 Dilution of the emulsion to 7 parts emulsion to 3 parts water is only allowed by the supplier. No field dilution is allowed. The storage tank for diluted emulsion must have a recirculation system or agitator that will prevent settlement or separation of the material. Table 2357-1-- Residual Asphalt Content Minimum Residual As halt Content Emulsion Undiluted Diluted (7:3) CSS -1 or CSS-lh 57% 40% Cutback Asphalt Medium Cure Liquid Asphalt ....................... MC -250 Only Certified Sources are allowed for use. MnDOT's Certified Source List is located at the following link: http://www.dot.state.mn.us/products/index.html. 2357.3 CONSTRUCTION REQUIREMENTS A Restrictions Conduct tack coat operations in a manner that offers the Ieast inconvenience to traffic. Maintain movement in at least one direction at all times without pickup or tracking of the bituminous material. SPECIAL PROVISIONS - SP2005BOOK Page 13 JUNE 30, 2006 East Revision 217113 SAP 182-101-018 Do not apply the tack coat when the road surface or weather conditions are unsuitable as determined by the Engineer. Limit the daily application of tack coat to approximately the area on which construction of the subsequent bituminous course can reasonably be expected to be completed that day. B Equipment Apply the bituminous material with a distributor meeting the requirements of 2360.3.B.2.d. C Road Surface Preparations Apply the bituminous tack coat material to a dry and clean roadway surface. All necessary repairs or reconditioning must have been completed as provided for in the Contract and approved by the Engineer. Remove all foreign matter on the road surface before applying tack coat and dispose of as approved by the Engineer. Before placing an abutting bituminous course, provide a uniform coating of liquid asphalt or emulsified asphalt to the contact surfaces of all fixed structures and at the edge of the in-place mixture in all courses at transverse joints and in the final wearing course at longitudinal joints. D Application of Bituminous Tack Coat Material Unless otherwise indicated in the Plans or provisions, apply the bituminous tack coat material within the application rates shown below in Table 2357.3-D as based on pavement type or condition and type of bituminous material. Dilution of asphalt emulsion in the field is not allowed. All tack must break, turn from brown to black, before paving the subsequent lift or course. Do not allow vehicles to drive on tack that has not broken. Apply a uniform tack coat to the existing asphalt or concrete surface and to the surface of each course or lift constructed, except for the final course or lift. Tack each lift when placing multiple lifts in the same day. Uniform application will not have streaks (corn rows), bare spots, puddles, or other irregular patterns. The Engineer will compare the freshly sprayed emulsion to a brown sheet of construction paper or a black sheet of construction paper for broken tack to determine conformance with tack application uniformity. Using a distance of 1,000 feet [300 meter] perform a yield check at the beginning of each project to verify the application rate is correct. The Engineer may require additional yield checks be performed if the application rate is questioned. The Engineer may also require the Contractor to verify application is within 10% of the intended application rate by ASTM D 2995 test method A. Table 2357-2 Tack Coat Application Rates Application Rates -- gallons/square Xard [litera/square meter] Surface Type Undiluted Emulsion Diluted Emulsion MC Cutback' (7:3)1 New Asphalt 0.05 to 0.07[0.23 to 0.321 0.08 to 0.10 [0.36 to 0.451 0.05 to 0.07 0.23 to 0.321 Old Asphale and PCC 0.08 to 0.10 J0.41 to 0.501 0.13 — 0.15 0.59 to 0.68] 0.09 to 0.11 [0.41 to 0.50 Milled Asphalt and Milled PCC 0.07 to 0.11 [0.41 to 0.501 0.10 — 0.13 [0.45 to 0.59] 0.09 to 0.11 [0.41 to 0.501 1- As provided by the asphalt emulsion supplier 2- Use when approved by the Engineer 3- Older than 1 year E Bituminous Temperature SPECL4L PROVISIONS - SP2005BOOK Page 14 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 The application temperature of the bituminous material will be: CSS -1, CSS -111 .............................................70 to 160° F (21 to 71°C) MC -250 .........................................................165 to 220° F (74 to 104°C) F Bituminous Sampling Sample asphalt emulsion from either the spigot or a nozzle on the distributor according to the schedule of materials control. G Pedestrian Crossings Spread sand on newly tacked surfaces at regularly utilized and open for public use pedestrian crossings. H Acceptance of Tack Material Assess a monetary deduction of 5% of the mix price for failures related to 3151 or workmanship/application, as determined by the Engineer. The basis of measurement for deficiencies related to material and workmanship/application is full with of the lane by station. 2357.4 METHOD OF MEASUREMENT A Bituminous Material Bituminous material used for tack coat will be measured by volume at 15°C (60° F). 2357.5 BASIS OF PAYMENT Payment for the accepted quantity of asphalt emulsion and cutback shall be at the Contract price per unit of measure for undiluted asphalt emulsion and neat cutback. Furnishing and applying sand on newly tacked surfaces at pedestrian crossings shall be at no expense to the Department with no direct compensation being made therefore. Should the Contract fail to include a Contract Item covering payment for the bituminous material used for tack coat, all costs of furnishing and applying bituminous tack coat material will be included in the compensation provided for the bituminous mixture, with no measurement made of the bituminous material used and with no direct compensation being made therefore. Payment for the tack coat will be made on the basis of the following schedule: Item No. Item Unit 2357.502 Bituminous Material for Tack Coat .................................................. Liter (gallon) S-10 (2360) PLANT MIXED ASPHALT PAVEMENT (LOCAL AGENCY) (2013 version (,ev.l231:3)) REVISED 1123113 SP2005-140.1 MnDOT 2360 is hereby deleted from the MnDOT Standard Specifications and replaced with the attached 2360 (Plant Mixed Asphalt Pavement) Specification. S-10.1 The sentence "In addition to the list the above pavement surface must meet requirements of 2399 (Pavement Surface Smoothness) requirements." is deleted from 2360.3.E Surface Requirements of the attached 2360 (Plant Mixed Asphalt Pavement) Specification. The requirements of 2360.3.E Surface Requirements will apply. S-10.2 The first paragraph of 2360.2.G.4.b Sampling and Testing of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is revised as shown below: . Take QC samples at random tonnage or locations, quartered from a larger sample of mixture. Sample randomly and in accordance with the Schedule of Materials Control. Determine random numbers and tonnage or locations using the Bituminous Manual; Section 5-693.7 Table A or ASTM D 3665, Section 5, or, an SPECIAL PROVISIONS - SP2005BOOK Page 15 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 Engineer approved alternate method of random number generation. Sample mixture from behind the paver_ Samplina from the truck box at the plant site is not allowed unless approved by the Engineer. In addition to the OC saw le the Contractor will also bring an additional split of the mixture sample to thelant site and store for the Department for 10 calendar days. The procedure for truck box sampling is on the Bituminous Office website. The Contractor will obtain at least a 130 pound [60 kg] sample. Split the sample in the presence of the Inspector. The Inspector will retain possession of the Agency portion of each split sample that is taken and randomly submit a minimum of one sample, on a daily basis, to the District Laboratory for Verification testing (see 2360.2.G.3). Store compacted mixture specimens and loose mixture companion samples for 10 calendar days. Label these split companion samples with companion numbers. S-10.3 The first paragraph of 2360.3.D.1 of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is hereby deleted and replaced with the following: D.1 Maximum Density Compact the pavement to at least the minimum required maximum density values in accordance with Table 2360-19, "Required Minimum Lot Density (Mat)". S-10.4 Table 2360-20 Longitudinal Joint Density Requirement of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is hereby deleted. S-10.5 2360.3.D.1.h Mat Density Cores of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is hereby deleted and replaced with the following: D.1.h Mat Density Cores . Obtain four cores in each lot. Take two cores from random locations as directed by the Engineer. Take the third and fourth cores, the companion cores, within 1 ft [0.3 m] longitudinally from the first two cores. Submit the companion cores to the Engineer immediately after coring and sawing. If the random core location falls on an unsupported joint, at the time of compaction, (the edge of the mat being placed does not butt up against another mat, pavement surface, etc.) cut the core with the outer edge of the core barrel 0.3 meters [1 foot] away (laterally) from the edge of the top of the mat (joint). If the random core location falls on a confined joint (edge of the mat being placed butts up against another mat, pavement surface, curb and gutter, or fixed face), cut with the outer edge of the core barrel 150 mm 1 12.5 mm [6 inches t 0.5 inch] from the edge of the top of the mat (ex. center of 100 mrn [4 inch] core barrel 200 mm t 12.5 mm [8 f 0.5 inches] from the edge of the top of the mat). Cores will not be taken within 300 mm [1 foot] of any unsupported edge. The Contractor is responsible for maintaining traffic, coring, patching the core holes, and sawing the cores to the paved lift thickness before density testing. The Engineer may require additional density lots to isolate areas affected by equipment malfunction, heavy rain, or other factors affecting normal compaction operations. S-10.6 2360.3.D.1.j Companion Core Testing of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is hereby deleted and replaced with the following: The Department will select at least one of the two companion cores per lot to test for verification. S-10.7 2360.3.D.l.n Longitudinal Joint Density of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is hereby deleted. S-10.8 2360.3.D.l.p Shoulders of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is hereby deleted. SPECIAL PROVISIONS - SP2005BOOK Page 16 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 S-10.9 Table 2360-24 Payment Schedule for Longitudinal Joint Density (SP Non -Wear and SP Shoulders, 4% Void) of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is hereby deleted. S-10.10 Table 2360-25 Payment Schedule for Longitudinal Joint Density (SP Non -wear and SP Shoulders, 3% Void) of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is hereby deleted. S-10.11 2360.3.D.1.r Pay Factor Determination of the attached 2360 (Plant Mixed Asphalt Pavement) Specification is hereby deleted. S-11 (2461) STRUCTURAL CONCRETE (2013 c'ersioc) REVISED 12/28/12 SP2005-148 MnDOT 2461 shall be deleted and replaced with the following: 2461.1 DESCRIPTION This work consists of producing, providing, placing, curing, and protecting portland cement concrete for placement in structures, pavements and incidental construction. 2461.2 MATERIALS A Cementitious Materials list. Provide cementitious materials from certified sources listed on the Approved/Qualified Products Use Type I or Type IM portland cement to produce Type 1 non -air -entrained concrete. Use Type I or Type I/II portland cement and an air -entraining admixture listed on the Approved/Qualified Products List to produce Type 3 air -entrained concrete. Use Type III portland cement as allowed by the Contract or the Engineer. A.1 Portland Cement.......................................................................................................................3101 A.2 Ground Granulated Blast Furnace Slag.................................................................................3102 A.3 Blended Hydraulic Cement ....................... .......... .............................................................3103 A.4 Fly Ash.......................................................................................................................................3115 A.5 Cementitious Content Provide concrete with the minimum cementitious content for the grades and slumps of concrete in accordance with Table 2461-1: SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 20066 Last Revision 2/7/13 Table 2461-1 Minimum Cementitious Content, lb per cu. yd [kg per cu. m Specified Grades Slump Limit, in fmml U V W X Y A B C 1 [25] 800 730 475] [435] 830 765 660 630 570 530 490 420 2[50] [490] 4551 [390] [375] [340] [315][290 [250] 850 730 695 665 605 560 515 445 3[75] [505] 475 [410] [395 3601 [3 35] 305 [265] 730 700 640 590 540 470 > 3 [75] — _ 4751 [415] 380 [3501 [320 2801 Page 17 SAP 182-101-018 Except for grout mixtures, limit the maximum cementitious content for a cubic yard [cubic meter] of concrete to 850 lb [505 kg]. A.6 Cementitious Substitutions The Contractor may replace Type I or Type I/II portland cement with other cementitious materials in accordance with the following restrictions: (1) Maximum of 15 percent substitution of Class C or Class F Fly Ash, on a one for one basis, by weight of the designed portland cement; (2) For Department designed mixes, the Department will adjust the batch weight of coarse aggregates to compensate for volume changes due to cementitious substitutions; (3) Maximum of 33 percent substitution of Class C or Class F Fly Ash for concrete pavement, on a one for one basis, by weight of the designed portland cement; (4) Maximum of 35 percent substitution of slag, on a one for one basis, by weight of the designed portland cement; and (5) Ternary mixes (portland cement and two other supplementary cementitious materials) are allowed when approved by the Engineer, in conjunction with the Concrete Engineer, or required by or allowed in the Contract. BFine Aggregate..........................................................................................................................3126 CCoarse Aggregate......................................................................................................................3137 Unless otherwise required by the Contract, the Contractor may select the class of coarse aggregate as defined in 3137.2.13, "Classification." DWater..........................................................................................................................................3906 EConcrete Admixtures................................................................................................................3113 The Contractor may use the following admixtures listed on the Approved/Qualified Products List: (1) Type A, "Water Reducing and Mid Range Water Reducing Admixtures," (2) Type B, "Admixtures Identified as Hydration Stabilizers," (3) Type D, "Water Reducing and Retarding Admixtures" (4) Type S, "Viscosity Modifying Admixtures." SPECIAL PROVISIONS - SP200SBOOK JUNE 30, 2006 Last Revision 217113 Page 18 SAP 182-101-018 Use of any other admixtures in the concrete requires approval of the Concrete Engineer unless otherwise required by or allowed in the Contract. When incorporating admixtures into the concrete: (1) Use admixture dosage rates recommended by the manufacturer. (2) Add all admixtures at the plant. (3) Provide admixture additions at the job site that are the same products as originally incorporated into the mix. (4) Use calcium chloride in concrete as approved by the Engineer, in conjunction with the Concrete Engineer. Do not use calcium chloride in units containing prestressing steel or in bridge superstructure concrete. EA Use of Additional Admixtures On a case by case basis, the Engineer, in conjunction with the Concrete Engineer, will consider the use of the following admixtures, added either at the plant or at the job site, as listed on the Approved Products list: (1) Type C, "Accelerating Admixtures" (2) Type E, "Water Reducing and Accelerating Admixtures" (3) Type F, "Water Reducing, High Range Admixtures" (4) Type G, "Water Reducing, High Range and Retarding Admixtures" E.1.a Delivery Time Beyond 90 Minutes If the haul time does not facilitate mixing and placing the concrete within 90 minutes, perform the following procedures for pre -qualifying a concrete mix to extend the delivery time to 120 minutes. Extending the delivery time beyond 120 minutes will require additional testing at 30 minute intervals up to the maximum desired delivery time as directed by the Concrete Engineer. (1) Provide a Contractor unix design in accordance with 2461.3G2 for each combination of materials. (2) Specification 2461.3D is modified to allow up to 25% fly ash replacement for cement. All other requirements of 2461 apply. (3) Laboratory trial batching on the proposed mix includes the following testing requirements: (a) Perform all laboratory trial batching at an AMRL accredited laboratory. (b) Perform all plastic concrete testing after adding all admixtures to the concrete mixture. (c) Perform slump, air content, unit weight and temperature testing immediately after batching and at 90 and 120 minutes. (d) Fabricate concrete cylinders for compressive strength at 90 and 120 minutes (sets of 3) and cylinders for hardened air content testing at 90 and 120 minutes (sets of 5). (e) Test the cylinders for compressive strength at 28 days. (f) Determine the hardened air content (ASTM C457) at a minimum of 7 days. The Contractor is required to test at 2 samples representing 90 minutes and 2 samples representing 120 minutes and provide MnDOT with the other 6 samples for testing at their discretion. Retain any hardened concrete test specimens for a minimum of 90 days for MnDOT to examine at their discretion. (g) Ensure the admixture manufacturer's technical representative is present during the trial batching. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 19 SAP 182-101-018 (h) Contact the MnDOT Concrete Engineering Unit a minimum of 2 days prior to mixing. This same 2 day notification is required prior to any physical testing on hardened concrete samples. (i) Once accepted by the Concrete Engineer, the laboratory trial batching is considered acceptable for use for 5 years, unless it is determined the material sources have changed significantly since the initial laboratory testing and acceptance. In all cases, the Engineer will require field trial batching on a project specific basis. (4) Field trial batching on the proposed mix for each specific project shall include batching in the presence of the Engineer and the following: (a) Provide a QC Plan for extending the delivery time beyond 90 minutes. (b) Mix and transport the concrete using the same materials as were utilized in the laboratory trial batching. (c) Batch a minimum 5 cu. yd (4 cu. m) of concrete utilizing the same methods intended for use when supplying concrete placed into the permanent work. (d) Maintain the ready mix truck in transit; by either driving around the yard or on the roadway; and maintain the drum speed at 5 to 7 revolutions per minute for the entire 120 minutes. (e) Perform all plastic concrete testing after adding admixtures to the concrete mixture. (f) Perform slump, air content, unit weight and temperature testing at 90 and 120 minutes. (g) Fabricate concrete cylinders for compressive strength at 90 and 120 minutes (sets of 3) and cylinders for hardened air content testing at 90 and 120 minutes (sets of 2). (h) Test the cylinders for compressive strength at a minimum of 7 days. (i) Determine the hardened air content (ASTM C457) at a minimum of 7 days. The Contractor is required to test 1 sample representing 90 minutes and 1 sample representing 120 minutes and provide MnDOT with the other 2 samples for testing at their discretion. Retain any hardened concrete test specimens for a minimum of 90 days for MnDOT to examine at their discretion. (j} Incorporate the trial batch concrete into other work with the approval of the Engineer. (k) The Contractor must demonstrate to the Engineer the ability to properly mix, control and place the concrete. (5) The Concrete Engineer, in coordination with the Engineer, will review the trial batch results and all related concrete testing for compliance with the QC Plan and the Contract. Final approval of the mixture is based on satisfactory field placement and performance. F Concrete Mix Designs F.1 Department Designed The Department will provide the estimated composition of concrete mixes unless otherwise required by the Contract. The Department may adjust the mix composition of the concrete without adjusting the Contract unit price for any Contract items. F.La Concrete Yield The Department defines concrete yield as the ratio of the volume of mixed concrete, less accountable waste, to the planned volume of the work constructed. The Department will not assume responsibility for the yield from a given volume of mixed concrete. SPECL4L PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 F.1.b High -Early Strength Concrete Page 20 SAP 182-101-018 When the Engineer requires high -early strength concrete, the concrete is designed in accordance with the following: (1) Increasing the cement content of the concrete up to 30 percent; using an approved accelerator as allowed by the Engineer, in conjunction with the Concrete Engineer; or both. (2) Using 100 percent portland cement, unless allowed by the Contract or the Engineer. (3) A maximum cement content for a cubic yard [cubic meter] of concrete not to exceed 900 lb [535 kg]. (4) A water/cement ratio not to exceed 0.38 for Type 3 Concrete unless otherwise required by the Contract. F.2 Contractor Designed Design the concrete mix based on an absolute volume of 27.00 cu. ft + 0.10 cu. ft [1.000 cu. m:1- 0.003 cu. m] for the following: (1) Concrete paving mixes in accordance with 2301, "Concrete Pavement;" (2) Concrete mixes with an anticipated or required 28 -day compressive strength of at least 5,000 psi [34 MPa]; (3) Precast concrete in accordance with 2405, "Prestressed Concrete Beams," 2412, "Precast Concrete Box Culverts," 3236, "Reinforced Concrete Pipe," 3238, "Precast Concrete Box Culverts," 3621, "Concrete Masonry Units," 3622, "Sectional Concrete Manhole and Catch Basin Units," and 3630, "Precast Concrete Median Barriers;" (4) Colored concrete; (5) Stamped concrete; (6) Cellular Concrete Grout — Controlled Low Strength Material (CL SM); (7) Extended Delivery Times Beyond 90 minutes; and (8) Concrete as otherwise required by the Contract. Submit the concrete mixes using the MnDOT Contractor Mix Design Submittal Package available on the Department's website at least 21 calendar days before initial placement of the concrete mix. The Engineer, in conjunction with the Concrete Engineer, will provide specific gravity and absorption data for mix design calculations. The Concrete Engineer, in coordination with the Engineer, will review the mix design submittal and will approve the materials and mix design for compliance with the Contract. The Contractor assumes full responsibility for the mix design and performance of the concrete. The Engineer determines final acceptance of the concrete for payment based on satisfactory field placement and performance. F-3 Classification of Concrete The Department will classify concrete by type, grade, consistency, and aggregate size. Refer to the mix number and Table 2461-2 to determine the mix requirements for each item of work. SPECIAL PROVISIONS- SP2005BOOK JUNE 30, 2006 Last Revision 217113 Table 2461-2 Mix Number Identification First ,Second Third Maximum Water/Cement Type Digit Di it Digit Fourth Digit Additional Digits 1 2.0 <_ 0.68 for 1062 Coarse Class A coarse aggregate Type Grade rage aggregate when required, modified mix The water/cement ratio is defined as the ratio of the total water weight to the total cementitious weight. f Unless otherwise required by 2301 or elsewhere in the gradation range designation, or both Page 21 SAP 182-101-018 Refer to individual Contract items in the .Standard Specification for Mix Numbers. Deviations from the specified Mix Numbers require coordination with the Concrete Engineer. If the Contract does not show a concrete mix number, provide Type 3, Grade Y concrete with a slump and aggregate gradation determined by the Engineer. The Department will designate grout by type and grade followed by the word "GROUT." Do not provide grout containing coarse aggregate. If the plans do not show a type or grade for grout, provide 3A GROUT. F.3.a Type Designation Provide Type 1 or Type 3 concrete in accordance with Table 2461-3: Table 2461-3 Concrete Type Desi nation Concrete Target Air Maximum Water/Cement Type Content* % Ratio 5,600 39 V < 0.53 for 1A43 1 2.0 <_ 0.68 for 1062 5,000 34 X :S 0.64 for 1 C Grout 3 6.5 f :5 0.45t# * For concrete mix design purposes only. The water/cement ratio is defined as the ratio of the total water weight to the total cementitious weight. f Unless otherwise required by 2301 or elsewhere in the Contract. #The maximum water/cement ratio for machine placed concrete is 0.42. F.3.b Grade Designation The Department will designate concrete grade using a letter to represent the anticipated compressive strength and the minimum cementitious content in accordance with 2461.2.A.5, "Cementitious Content," and Table 2461-4: Table 2461-4 Concrete Grade Design tion Concrete Grade Type 1 Anticipated Compressive Strength, psi [MPal* Type 3 Anticipated Compressive Strength, psi MPa U 6,300 [431 5,600 39 V 6,000 41 5,300[371 W 5,700 [391 5,000 34 X 5,400 [371 4,700 32 Y 5,000 [341 4,300 30 A 4,500 [311 3,900 [27 SPECM PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217/13 Table 2461-4 Concrete Grade Design tion Type 1 Type 3 Anticipated Compressive Anticipated Compressive Concrete Grade Stren th, sl [MP41* Strength, psi LMPal B 4,100 28 3,400 23 C 3,200 22 2,700 19 * Anticipated minimum strength produced in accordance with the Department ' ecifications and cured for 28 days under laboratory conditions. Page 22 SAP 182-101-018 The Concrete Engineer, in coordination with the Engineer, may increase the cement content for concrete with test cylinder results less than the anticipated compressive strength in accordance with Table 24614, "Concrete Grade Designation." The Contractor may request an increase in the cement content as approved by the Engineer, in conjunction with the Concrete Engineer. 1~.3.c Slump Designation Refer to the slump designation for the upper limit of the slump range without a water reducer in accordance with Table 2461-5: F.3 -d Coarse Aggregate (CA) Designation Refer to the coarse aggregate designation for the range of optional coarse aggregates gradations allowed in the mix in accordance with Table 3137-4, "Coarse Aggregate Designation for Concrete," and Table 2461-6: Coarse Aggregate Table 2461-5 Slump Desi nation Slump Designation Slump Range without Water Reducer, hz [mm] 1 Va-1 12-25 2 1-2 25-50 3 1-3 25-75 4 2-4 SQ -100 5 2-5 50-125 6 3-6 75-15Q F.3 -d Coarse Aggregate (CA) Designation Refer to the coarse aggregate designation for the range of optional coarse aggregates gradations allowed in the mix in accordance with Table 3137-4, "Coarse Aggregate Designation for Concrete," and Table 2461-6: Coarse Aggregate Table 2461-6 Desi nation for Concrete Range Optional Coarse Aggregate Designation 0 CA -00 only 1 CA -15 to CA -50, inclusive 2 CA -15 to CA -60, inclusive 3 CA -35 to CA -60, inclusive 4 CA -35 to CA -60, inclusive 5 CA -45 to CA -60, inclusive 6 CA -50 to CA -70, inclusive 7 CA -70 only 8 CA -80 only F.3.e Additional Designations SPECIAL PROVISIONS - SP2005BOOK Page 23 JUNE 30, 2006 Last Revision 2/7/13 SAP 182-101-018 For mix designs that require a specified class of coarse aggregate as defined in 3137.23, "Classification," an additional letter will follow the fourth digit of the Mix Number such as "A" (Class A Aggregate Requirement). The Engineer may identify special concrete mix designations with additional letters following the last digit such as "HE" (High Early), "WC" (Water/Cement Ratio), "HPC" (High Performance Concrete), "MS" (Microsilica), or others. 2461.3 CONSTRUCTION REQUIREMENTS A Batching Equipment A.1 Mixer Requirements Provide stationary mixers or truck mixers. A.2 General Condition Maintain mixers as necessary to detect changes in condition due to accumulations of hardened concrete or mortar and examine to detect wear of blades. Replace or recondition pickup and throwover blades in mixers with a rated capacity less than 14 cu. ft [0.40 cu. m] showing a blade wear loss of greater than % in [ 13 nun], and pickup and throwover blades in mixers of greater capacity, showing a blade wear loss of no greater than % in [ 19 mm] from the original factory dimensions. A.3 Manufacturer's Rating Plate Provide mixers that include the manufacturer's rating plate, showing the following information: (1) Serial number of the unit, (2) Mixing speed of the drum or paddles, and (3) Maximum capacity in terms of volume of mixed concrete. A.4 Drum Speed for Stationary Mixers Operate the drum speed in the mixer as specified by the manufacturer or as directed by the Engineer. A.5 Auxiliary Equipment Requirements Provide mixers equipped with the following: (1) Timing device, (2) Discharge locking device, (3) Water measuring device that operates mechanically and automatically during each batching cycle, and (4) A graduated adjustable indicator device to represent the volume of discharge in increments no greater than '/4 gal [I L] in full view. A.6 Mixer Capacity Do not exceed the manufacturer's rated capacity of the mixer when mixing a single batch of concrete. SPECIAL PROVISIONS - SP2005BOOE Page 24 JUNE 30, 2006 Last Revision 2/7113 SAP 182-101-018 Batch concrete in volumes the mixer can accommodate without spilling, leaking, or segregating during the charging, mixing, or discharging operations. Provide mixers with a capacity of at least 1 sack [0.25 cu. m]. A.7 Mixing Time The Department defines the mixing time as the time period beginning when the cement and aggregates enter the mixer drum and ending when the discharge begins. Refer to the manufacturer's recommended minimum mixing time for single drum and dual drum mixers. In the absence of manufacturer's recommendation, the Engineer will designate the minimum mixing time. The minimum mixing time for any concrete batch is 60 s. The Contractor may reduce the manufacturer's recommended minimum mixing time or the Engineer designated mixing time if the Contractor obtains uniform mixing in accordance with 2461.3.13, "Mixing Requirements," and as approved by the Engineer, in conjunction with the Concrete Engineer. If there is evidence of inadequately mixed concrete (unmixed or partially mixed materials) during concrete placement, the Engineer may direct an increase in the mixing time. A.8 Turbine Type Mixers Provide turbine type mixers meeting the applicable requirements for conventional type mixers (2461.3.A.I through 2461.3.A.7) and in accordance with this subsection (2461.3.A.8). Maintain the mixer drum in a cylindrical shape within % in [19 nun] from the original factory dimensions at any point. Maintain the mixer discharge gate in a mortar tight condition in the closed position. Replace or recondition mixer paddles showing a wear loss greater than 1/2 in [13 mm] from the original factory dimensions. Add the mixing water to the batch materials in a manner that distributes the water to the inner or central areas of the drum. Start the flow of water before introducing the solid batch materials into the mixer drum. During mixing, operate the paddles at a speed between 20 revolutions and 30 revolutions per minute. After adding the batch materials to the drum, mix the concrete for an additional 60 s. A.9 Horizontal Axial -Revolving Blade Type Mixers Provide horizontal axial -revolving blade type mixers in accordance with the applicable requirements for conventional type mixers (2461.3.A.I through 2461.3.A.7) and in accordance with this subsection (2461.3.A.9). Charge the water, aggregates, and cement in the sequence approved by the Engineer. Test the concrete uniformity as directed by the Engineer. The Engineer will use concrete uniformity tests to determine the minimum mixing time. B Transportation Units B.1 General Requirements Equip transportation units intended for both mixing and agitating with watertight revolving drums mounted and powered and fitted with properly designed mixing blades in accordance with 2461.3.A. I through 2461.3.A.7. Provide units capable of combining all the ingredients into a homogeneous mixture and designed to provide two drum speeds, one for mixing and the other for agitating. Provide units capable of delivering the concrete without segregation or loss of any of the batch materials. SPECIAL PROVISIONS - SP2005BOOK Page 25 JUNE 30, 2006 Last Revision 2M13 SAP 182-101-018 Equip the mixer drum with a working counting device to record the number of revolutions. Equip dump trucks and agitator trucks with vibrators to aid in discharge. B.2 Capacity of Transportation Units Refer to the truck mixer manufacturer's certification plate attached to the unit for the maximum capacity of the unit. If the unit will not satisfactorily mix the maximum volume shown, reduce the batch volume to allow proper mixing or discontinue use of the mixing unit as directed by the Engineer until the problem is corrected. C Handling and Storing Materials C.1 Batch Material Requirements Do not change the source, kind or gradation of batch materials after the start of concrete production for the work unless otherwise approved by the Engineer. If the Engineer approves use of different material, completely exhaust the supply on hand before changing to the different material. If delivering freshly washed aggregates to the batching plant, drain the aggregates for at least 12 h before using in the batching operation. If draining freshly washed aggregates at the site of the batching plant, completely separate the drained material from the undrained materials, and provide for the disposal of water that accumulates from the drainage of materials. Provide smooth, firm, and well -drained stockpile sites cleared of vegetable and extraneous matter. Where the natural foundation is unsatisfactory, as determined by the Engineer, construct the stockpiles on suitable platforms. Construct suitable bulkheads or partitions to separate different kinds of aggregate, gradation, or water content. Construct stockpiles by methods that bold segregation and degradation to a minimum. If the Engineer sees segregation or degradation, the Engineer may designate that pile as unacceptable for use. Do not use aggregates used to construct runways for loading or hauling equipment in concrete batches. Use of aggregates from the bottom 1 ft [0.3 m] of a stockpile placed on an unprepared surface in concrete batches is allowed only under the Engineer's direct supervision and if the material meets all requirements of 3126, "Fine Aggregate for Portland Cement Concrete," and 3 13 7, "Coarse Aggregate for Portland Cement Concrete." Provide aggregates in accordance with the specified gradation requirements. The Engineer will consider aggregates unacceptable if the variation in moisture content carried by any of the aggregates causes a marked variation in the consistency of successive batches of the mixed concrete, and will suspend operations until corrected. C.2 Concrete Temperature Control Produce concrete at temperatures from 50 °F to 90 °F [10 °C to 30 °C] and maintain temperatures until deposited in the work. If necessary to maintain placement temperature, uniformly heat or cool the water, aggregates, or both, before introduction into the mixer. Control the temperature of the mixing water during heating or cooling. SPECLIL PROVISIONS - SP2005BOOK Page 26 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 Use aggregate at temperatures from 32 OF to 130 OF [0 °C to 55 °C]. Do not allow cementitious material to contact other batch material when the aggregate temperature exceeds 130 IF [55 °C]. Do not heat the cement, add salt, or add chemical admixtures to the concrete mix to prevent freezing. Use a heating system to heat batch materials as approved by the Engineer. Do not use steam jets to spot heat the material as the work progresses. Do not place mixer heaters intended for heating the batch materials in the mixer drum. D Batching Requirements Calibrate weighing equipment in accordance with 1901, "Measurement of Quantities" Inspect and calibrate the scales in accordance with the Concrete Manual. D.1 Batching by Weight D.1.a Proportioning Methods Proportion concrete batch materials by weight in a central plant or by volume as directed by the Engineer, in conjunction with the Concrete Engineer. D.Lb Weighing Equipment and Tolerances Weigh or measure concrete mixture ingredients using load cells or meters for ready -mix and paving concrete to within the targeted batch weight in accordance with the following: (1) Water— 1 percent, (2) Cement -- 1 percent, (3) Other cementitious materials — 3 percent, (4) Aggregates — 2 percent, and (5) Admixtures — 3 percent. D -Le Batching of Mixing Water Measure the mixing water on scales or water metering devices containing the following: (1) A discharge indicator capable of being set to within 1 gal [5 L] of a predetermined quantity, (2) A positive automatic shutoff valve, and (3) An approved inspection seal on the scale or water metering device dating the time of the previous calibration and adjustment An authorized service agency will calibrate the water meter every 6 months and make adjustments as necessary before use meeting the requirements of the weighing procedure in the Concrete Manual. Check the water meter for accuracy at least once each month as the work progresses. D.Ld Batching of Cementitious Materials Weigh the cementitious material independently of the aggregates in separate compartments or on separate scales. SPECIAL PROVISIONS - SP2005BOOK Page 27 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 If the Contractor weighs the cement first and then separately records the weights of each individual cementitious material, the Contractor may weigh the cementitious materials cumulatively as approved by the Engineer, in conjunction with the Concrete Engineer. D.Le Batching of Aggregates If the Contractor records each individual fraction weight of aggregates separately, the Contractor may weigh aggregates cumulatively as approved by the Engineer, in conjunction with the Concrete Engineer. DAA Admixture Proportioning If using two or more admixtures in a single concrete batch, add each admixture separately to prevent interaction of the different admixtures before mixing with other batch materials. Agitate admixtures to ensure homogeneous concentrations in accordance with the manufacturers recommendations. Incorporate admixtures to the batch mix in liquid form. Maintain admixture solutions at a uniform concentration at all times. Use the solution concentration and proportions designated by the manufacturer. If using a mechanical dispenser for proportioning Class I or Class II admixtures, provide a site gauge or meter. Have the admixture manufacturer check admixture dispensers yearly to determine accuracy and ensure unobstructed flow. D.2 Batching by Volume Proportion concrete for bridge deck overlays by volume or as required by the Contract. If the Contractor calibrates the mixer for the specific batch materials in use, the Contractor may proportion concrete on other items of work by volume as approved by the Engineer in writing. The Engineer will approve all methods and equipment used in volumetric proportioning. Determine all material proportions and calibration settings on the basis of 100 lb [ 100 kg] of cementitious material. Provide and use only sacked cement in the original mill containers unless the Contractor calibrates the mixer for the specific materials in use. Do not use fractional sacks. Increase the cementitious content by 10 percent in the computation of volume proportions unless the Contractor calibrates the mixer for the specific materials in use. E Mixing Requirements The Engineer may check the water measuring equipment for accuracy before mixing operations begin and at any other time the Engineer considers necessary. Mix concrete by one of the following methods: (1) A central plant (stationary plant), (2) Entirely or in part in truck mixers, or (3) At the construction site. Do not allow the mixing batch to merge or intermix with the subsequent dry batch during mixing. Discharge water remaining in the drums before batching. SPECIAL PROVISIONS - SP2005BOOK Page 28 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 Mix concrete to provide a mixture that is homogeneous and uniform in color. The Engineer will reject concrete batches that show a marked variation in consistency or evidence of improper mixing as unacceptable work in accordance with 1503, "Conformity with Contract Documents," and 1512, "Unacceptable and Unauthorized Work." After completely mixing the concrete, either in a central plant mixer or truck mixer, continuously agitate while in transit to the point of placement until the concrete is discharged from the unit, unless otherwise allowed by the Engineer, in conjunction with the Concrete Engineer. 1f the mixing does not appear uniform, perform slump tests at the 15 percentage point and the 85 percentage points during unloading. If the results show a slump variation greater than 1 %z in [38 mm], stop work and correct the mixing unit. Produce concrete in such quantity and at such a rate as proper placement and finishing will permit. Do not re -temper partially set concrete. Do not hand mix concrete. E.1 Mixing In Truck Mixer Charge the materials into the truck mixer drum by introducing sufficient water before adding solid materials. Perform charging operations without losing materials. Leave the truck mixer at the plant site for a minimum of 5 min or 50 revolutions during the mixing period. Transport the concrete at agitating speed to the point of placement. F Certified Ready -Mix Concrete F.1 Definitions The Department defines ready -mix concrete as one of the following: (1) Central -mixed concrete proportioned and mixed in a stationary plant and hauled to the point of placement in revolving drum agitator trucks or a truck mixer, or (2) Truck -mixed concrete proportioned in a stationary plant and fully mixed in truck mixers. Table 2461-7 defines commonly used certified ready -mix terms. Table 2461-7 Certified Ready -Mix Terminology Term Definition The maximum allowable water content for 1 cu. yd [1 cu. m] of Mix design water concrete in accordance with MnDOT Form TP 02406, Estimated Composition of Concrete Mixes. Total moisture factorFactor, used to determine total amount of water carried by a given ` wet re ate. Factor used to determine the water contained within the pores of Absorption factor the aggregate and is held within the particles by capillary force. Free moisture The water that is carried on the surface of the aggregate that becomes part of the total water. Batch water Water actually batched into the truck by the batcher. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 29 SAP 182-101-018 F.2 General Requirements Supply ready -mix concrete in accordance with 2461.3.F.3, "Certified Ready -Mix Plant Program. The Engineer will reject ready -mix concrete delivered to the work site that does not meet the specified requirements for delivery time, consistency, quality, air content, or other properties as unacceptable work in accordance with 1512, "Unacceptable and Unauthorized Work." Provide batches for a delivered load of concrete in sizes of at least 1 cu. yd [1 cu. m]. F.3 Certified Ready -Mix Plant Program Provide ready -mix concrete produced by a certified ready -mix plant. Perform quality control of concrete production under a certification program for ready -mix concrete plants. Complete all concrete plant documentation utilizing the Concrete Ready -mix PIant QC Workbook available from the MnDOT Concrete Engineering website. Electronically submit the QC Workbook to the Engineer by the Tuesday immediately following the previous week's production. F.3.a Plant Certification Before concrete production each season, ensure the producer performs the following: (1) Performs an on-site inspection at the concrete plant with the Engineer and completes a MnDOT Form 2163, Concrete Plant Contact Report. (2) Signs the report certifying compliance with the Certified Ready Mix requirements and continual maintenance of the plant. The Engineer will also sign MnDOT Form 2163, Concrete Plant Contact Report. (3) Provides a copy of the current Concrete Manual and retains it on-site. (4) Equips the Certified Ready -Mix Plant with a working facsimile machine or an email address. (5) Keeps plant reports, charts ,and supporting documentation on file at the plant site for 5 calendar years. (6) Provides electronic scales for weighing all materials. F.3.b Sampling and Testing Provide a MnDOT Certified Concrete Plant Level 2 Technician to oversee testing and plant operations and to remain on-site during concrete production or have cellular phone availability. Provide facilities in accordance with 1604, "Plant Inspection -- Commercial Facility," for the use of the plant technician in performing tests. Batch water added to free moisture. Total water may also include Total water the water used in diluting admixture solutions. Temper water Water added in mixer to adjust slump. The water in the concrete mixture at the time of placement from any source other than the amount absorbed by the aggregate. It Total actual water includes all batch water placed in the mixer, free moisture on the aggregate and any water added to the ready mix truck prior to lacement. Party that is producing the concrete for the Contract. It is Ready -Mix Producer or understood that the Ready -Mix Producer is the agent of the "Producer" Contractor. F.2 General Requirements Supply ready -mix concrete in accordance with 2461.3.F.3, "Certified Ready -Mix Plant Program. The Engineer will reject ready -mix concrete delivered to the work site that does not meet the specified requirements for delivery time, consistency, quality, air content, or other properties as unacceptable work in accordance with 1512, "Unacceptable and Unauthorized Work." Provide batches for a delivered load of concrete in sizes of at least 1 cu. yd [1 cu. m]. F.3 Certified Ready -Mix Plant Program Provide ready -mix concrete produced by a certified ready -mix plant. Perform quality control of concrete production under a certification program for ready -mix concrete plants. Complete all concrete plant documentation utilizing the Concrete Ready -mix PIant QC Workbook available from the MnDOT Concrete Engineering website. Electronically submit the QC Workbook to the Engineer by the Tuesday immediately following the previous week's production. F.3.a Plant Certification Before concrete production each season, ensure the producer performs the following: (1) Performs an on-site inspection at the concrete plant with the Engineer and completes a MnDOT Form 2163, Concrete Plant Contact Report. (2) Signs the report certifying compliance with the Certified Ready Mix requirements and continual maintenance of the plant. The Engineer will also sign MnDOT Form 2163, Concrete Plant Contact Report. (3) Provides a copy of the current Concrete Manual and retains it on-site. (4) Equips the Certified Ready -Mix Plant with a working facsimile machine or an email address. (5) Keeps plant reports, charts ,and supporting documentation on file at the plant site for 5 calendar years. (6) Provides electronic scales for weighing all materials. F.3.b Sampling and Testing Provide a MnDOT Certified Concrete Plant Level 2 Technician to oversee testing and plant operations and to remain on-site during concrete production or have cellular phone availability. Provide facilities in accordance with 1604, "Plant Inspection -- Commercial Facility," for the use of the plant technician in performing tests. SPECIAL PROVISIONS - SP2005BOOK Page 30 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 Ensure the producer provides technicians with certification at least meeting MnDOT Concrete Plant Level 1 to perform all of the duties in accordance with the Concrete Manual. The Engineer will provide technicians with certification at least meeting MnDOT Concrete Plant Level 1 to perform all of the duties in accordance with the Concrete Manual. Ensure the producer performs testing in accordance with the Concrete Manual and determines testing rates meeting the requirements of the Schedule of Materials Control. The Engineer performs testing in accordance with the Concrete Manual and determines testing rates meeting the requirements of the Schedule of Materials Control. Take samples randomly using ASTM D 3665, Section 5. Perform testing at the certified ready -mix plant site. Perform additional testing as directed by the Engineer. The Engineer may oversee the quality control sampling process. Provide equipment and perform calibrations meeting the requirements of the following: (1) AASHTO T 27, "Sieve Analysis of Fine and Coarse Aggregates," (2) AASHTO T 255, "Total Moisture Content of Aggregate by Drying," (3) AASHTO M 92, "Wire -cloth Sieves for Testing Purpose," and (4) AASHTO M 231, "Weighing Devices Used in the Testing of Materials." F.3.c Gradations Determine the gradation of the fine aggregates and the coarse aggregates as required by the Contract. Use mechanical shakers for sieve analysis of fine and coarse aggregates. Identify quality control companion samples with the following information: (1) Date, (2) Test number, (3) Time, (4) Type of material, (5) Plant, and (6) Sampling location. Document gradation results on MnDOT Form 2449, Weekly Concrete Aggregate Report. Chart all producer gradation results and Department verification gradation results of the coarse aggregate and the No. 8 [2.36 mm], No. 30 [600 gm], and No. 50 [300 µm] sieves of the fine aggregate. The producer may request a reduction in testing rates as approved by the Engineer, in conjunction with the Concrete Engineer. If the gradation tests on split samples from quality control or verification samples result in a variation between the producer and the Department greater than that set forth in Table 2461-8, the parties shall follow the procedures for test result dispute resolution available from the MnDOT Concrete Engineering website. Table 2461-8 Allowable Variations on Percent Passing Sieves Sieve Size Allowed Percentage 2in—%in 50 mm — 9.5 mml ±6 No. 4 — No. 30 4.75 mm — 600 pml t 4 SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Table 2461-8 Allowable Variations on Percent Passing Sieves Sieve Size Allowed Percentage No. 50 300 m f 3 No. 100 150 m ± 2 No. 200 75 tLml ± 0.6 F.3.c.(1)Non-conforming Material Page 31 SAP 182-101-018 Only place concrete meeting the gradation requirements in the work. If the Contractor places concrete not meeting the gradation requirements into the work, the Engineer will not accept nonconforming concrete at the Contract unit price. For concrete not meeting the required gradation, the Engineer will make determinations regarding the disposition, payment, or removal. The Department will adjust the Contract unit price for the concrete Contract item in accordance with Table 2461-9 and Table 2461-10. When there is not a separate Structural Concrete Contract unit price for an item of work or the concrete is a minor component of the Contract unit price, the Department will reduce payment based on a concrete price of $100.00 per cu. yd [$130.00 per cu. m] or the Contractor -provided invoice amiount for the concrete in question, whichever is less. Table 2461-9 General Concrete for Individual Aggregate Fractions Fine and Coarse Aggregate Specification Sieves other than Fine Aggregate No. 200 175 m Outside of Specification, % Adjusted Contract Unit Price 0.3 The Department will pay 98 percent of the :5 3 relevant Contract unit price for concrete laced as approved by the Engineer. 0.4-0.6 The Department will pay 95 percent of the 4-6 relevant Contract unit price for concrete laced as approved by the Engineer. 0.7-1.0 The Department will pay 90 percent of the 7-10 relevant Contract unit price for concrete laced as approved by the Engineer. > 1.0 The Department will pay 75 percent of the > 10 relevant Contract unit price for concrete laced as approved by the Engineer. Table 2461-10 General Concrete for No. 200 175 ILml Sieve of Fine Aggregate Outside of Specification, % Adjusted Contract Unit Price The Department will pay 98 percent of the 0.3 relevant Contract unit price for concrete laced as approved by the Engineer. The Department will pay 95 percent of the 0.4-0.6 relevant Contract unit price for concrete laced as approved by the Engineer. The Department will pay 90 percent of the 0.7-1.0 relevant Contract unit price for concrete laced as approved by the Engineer. The Department will pay for 75 percent of > 1.0 the relevant Contract unit price for concrete 0 laced as approved by the Engineer. SPECIAL PROVISIONS - SP2005BOOK Page 32 JUNE 30, 2006 Last Revision 2/7/13 SAP 182-101-018 If failure occurs on the fine aggregate No. 200 [75 µm] sieve and on other sieves concurrently, the Department will only reduce the price based on the larger percentage deduction. The Engineer, in conjunction with the Concrete Engineer, will determine adjusted Contract unit prices for coarse aggregate quality failures in accordance with 1503, "Conformity with Contract Documents," and 1512, "Unacceptable and Unauthorized Work." F.3.d Moisture Content Ensure the producer performs the following: (1) Determines the moisture content using the oven -dry method in all fractions of the aggregate. (2) Documents moisture tests on MnDOT Form 2152, Concrete Batching Report. (3) Charts the moisture content of each aggregate. In addition to the oven -dry moisture test, the producer may obtain the moisture content in the fine aggregate using a moisture probe. To obtain approval for the use of a moisture probe, ensure the producer calibrates the moisture probe before each construction season meeting the requirements of the Concrete Manual. Ensure the producer verifies and charts both the probe moisture content and the oven -dry verification moisture test. F.3.e Plant Diaries Provide daily plant diaries in accordance with the Concrete Manual using an approved form from the MnDOT's Concrete Engineering website. F.3.f Batch Weight Verification The Engineer will observe the batching process to verify weights shown on the Certificate of Compliance. The Engineer will observe the actual water batched during each collection of verification gradations in accordance with the following: (1) Watching the ready -mix truck reverse the drum after washing, (2) Verifying use of the current moisture test, (3) Verifying that any additional water added to adjust the slump is recorded, and (4) Validating water weights on the load batched and comparing the total water with the design water. The Engineer will document the actual water batched on MnDOT Form 24143, Weekly Certified Ready -Mix Plant Report and submit a copy to the Engineer to provide to the Concrete Engineer. The Engineer will provide plant diaries in accordance with the Concrete Manual. F.3.g Certificate of Compliance Provide a computerized Certificate of Compliance with each truckload of ready -mixed concrete at the time of delivery. The Department defines computerized to mean a document that records mix design quantities from load cells and meters. If the computer that generates the Certificate of Compliance malfunctions, the Engineer may allow the Contractor to fmish any pours in progress if the producer issues a handwritten MnDOT Form 0042, SPECL4L PROVISIONS - SP2005BOOK Page 33 JUNE 30, 2006 Last Revision 2/7/13 SAP 182-101-018 Certificate of Compliance with each load. Do not allow the producer to begin new pours without a working computerized Certificate of Compliance. Provide a computerized Certificate of Compliance from the producer for each item of information, including the following: (1) Name of the ready -mix concrete plant. (2) Name of the Contractor. (3) Date. (4) State Project Number (SP) or (SAP). (5) Bridge Number (if applicable). (6) Time concrete was batched. (7) Truck number. (8) Quantity of concrete in this load. (9) Running total of each type of concrete, each day for each project. (10) Type of concrete (MnDOT Mix Designation Number). (11) Cementitious materials using MnDOT Standard Abbreviations. (12) Admixtures using MnDOT Standard Abbreviations. (13) Aggregate sources using 5 digit State Pit Numbers. (14) Admixture quantity in fluid ounces per 100 lb [milliliters per kilogram] or ounces per cubic yard [milliliters per cubic meter]. (15) Batch information for materials using MnDOT standardized labels to represent each column in Table 2461-11. Present the information in the order listed across the page (a through k) or print the information using two lines provided that the materials are identified in each line of information. Table 2461-11 Standardized Certificate of Compliance Labels Formula Letter Formula Standard Label a Ingredients (aggregate, — Ingredient cementitious, water, admixtures b Product Source (MnDOT — Source Standard Abbreviation)b Total Moisture Factor (in — MCFac c decimals to 3 laces d Absorption Factor (in decimals _ AbsFac to 3 laces MnDOT mix design oven dry e (OD) weights, lb/cu. yd (kg/cu. — OD m f Absorbed moisture in the (e d) Abs aggregates, lb/cu. yd [kg1cu. m Saturated surface dry (SSD) g weights for aggregates, lb/cu. yd (e + f) SSD k/cu.m b Free moisture, lb/cu. yd [kg/cu. (c - d) a Free Mst m Target weights for one cubic i yard [cubic meter] of concrete, (g + h) CY Targ [CM Targ] lb/cu. ydfkgecu. m J Target batch weights, lb [kg] (cu. yd i) Target cu. m i I k Actual batch weights, lb ad — Actual NOTE: Actual cubic yards [cubic meters] batched may vary due to differences in air content, weight tolerances, s ecificvities of SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 34 SAP 182-101-018 aggregates, and other variables. (16) Total Water (Batch Water + Free Moisture) in pounds [kilograms]. (17) Water available to add [(Mix Design Water) (Target CY (CM)) — Total water] in gallons [liters]. (18) Space to note the water adjustment information, including: (18.1) Water in gallons [liters] added to truck at plant (filled in by producer, enter zero if no water is added). (18.2) Water in gallons [liters] added to truck at the jobsite (filled in by producer or Engineer, enter zero if no water is added), and (18.3) Total actual water in pounds [kilogram] (Total Water from Certificate of Compliance plus any additions). (19) The following information printed with enough room beside each item to allow the Engineer to record the test results: (19.1) Air content, (19.2) Air temperature, (19.3) Concrete temperature, (19.4) Slump, (19.5) Cylinder number, (19.6) Location or part of structure, (19.7) Time discharge, and (19.8) Signature of Inspector. (20) Location for the signature of the MnDOT Certified Plant 1 Technician representing the producer. The technician will review the first Certificate of Compliance for each mix type, each day, for accuracy and hand sign the Certificate of Compliance at a location designated for signature signifying agreement to the terms of this policy and to certify that the materials itemized in the shipment comply requirements of the Contract. F.3.h Decertification If the Contractor provides concrete from a plant that cannot produce concrete, fails to perform testing, fails to report accurate results, or fails to complete the required documentation, the Engineer may reject the concrete as unacceptable in accordance with 1503, "Conformity with Contract Documents," and 1512, "Unacceptable and Unauthorized Work." The Concrete Engineer, with coordination from the Engineer, may decertify the plant and halt production of concrete if the producer performs the following: (1) Procedural changes made after the completion of the Concrete Plant Contact Report and after starting the work that cause non-compliance with the program, (2) Continually produces concrete in non-compliance with this section, (3) Completely disregards the requirements of this section, and (4) Submits fi-audulent test reports. If decertifying the plant, the Concrete Engineer may perforin the following: (1) Revoke plant certification. (2) Revoke technician certification for individuals involved, (3) Revoke bidding privileges as determined by the Construction Engineer, and (4) Criminal prosecution for fraud as determined by the Attorney General. G Concrete Placement Do not produce concrete earlier than 60 min before the National Weather Service official sunrise, unless the Engineer approves otherwise. SPECIAL PROVISIONS -SP2005BOOK Page 35 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 Place concrete after the Engineer inspects and approves the foundation preparations, forms and falsework erection, placement of reinforcement steel, materials, equipment condition, and cold weather protection. Do not place concrete if portions of the base, subbase, or subgrade layer are frozen, or if the excessive moisture levels make the grade unstable. Maintain the surface temperature above freezing for forms, steel, and adjacent concrete that will come in contact with the poured concrete before concrete placement. Protect the concrete from freezing. Protect the concrete against damage from construction operations or traffic. Assume full responsibility for the acceptable production, placement, fmishing, and curing of all concrete under the conditions prevailing, regardless of the restrictions imposed. Provide any artificial lighting, rain or cold weather protection necessary at no additional cost to the Department. The Engineer may subject any defects in concrete or concrete surfaces resulting from weather conditions, inadequate lighting, or other causes to 1503, "Conformity with Contract Documents," and 1512, "Unacceptable and Unauthorized Work." G.1 Notice of Inspection Notify the Engineer at least 24 h before beginning concrete production to allow the Engineer time to provide inspection forces needed for the work and to approve preparations for concrete placement. If the Contractor fails to provide 24 h notice, the Engineer may delay concrete placement in accordance with 1503, "Conformity with Contract Documents" and 1512, "Unacceptable and Unauthorized Work." If the producer needs to change plants during placement, notify the Engineer and obtain approval before changing the plant. G.2 Placement Temperatures Do not place concrete when the air temperature at the point of placement is below 36 OF [2 °C] or is expected to fall below 36 OF [2 °C] within the following 24 h period unless approved cold -weather provisions are in-place. Discontinue concrete placement if the air temperature falls below 36 OF [2 °C]. Maintain concrete at a temperature from 50 OF to 90 OF [10 °C to 30 'Cl until placement. G.3 Delivery Requirements Place concrete into the work in accordance with the following: (1) Type 1 Concrete—within 90 min of batching, and (2) Type 3 Concrete— within 90 minutes of batching when all admixtures are added at the plant at the manufacturer's recommended dosage rates listed on the Approved Products list. If the haul time does not facilitate mixing and placing the concrete within 90 minutes, test the concrete in accordance with 2461.3E 1 a. The Contractor may transport Type 3 concrete in non -agitating equipment if the concrete is discharged within. 45 min of batching. Batch time starts when the batch plant or the transit mix truck adds the cement to the other batch materials. GA Field Adjustments SPECIAL PROVISIONS - SP2005BOOK Page 36 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 Do not add additional mixing water once the concrete is 60 min old. Mix the load a minimum of 5 minutes or 50 revolutions at mixing speed after addition of any admixture. For concrete with slumps of greater than 1 inch (25 mm) do not make water adjustments after approximately 1 cubic yard (1 m) is discharged. For concrete with slumps of 1 inch (25 mm) or less, the Engineer will allow water adjustments as necessary to facilitate placement. The Engineer will test the concrete for compliance with 2461.3.G.6, "Consistency," and 2461.3.G.7, "Air Content," in accordance with the following: (1) If the test taken by the Engineer passes, the Engineer will continue verification testing in accordance with the Schedule of Materials Control. (2) If the test taken by the Engineer fails, make adjustments and perform any quality control testing before the Engineer performs a final test. Acceptance or rejection of the truck is based on the Engineer's final test result. (3) The Engineer will test up to two additional trucks in accordance with items (1) and (2) above. (4) If the concrete does not meet the specification after those three trucks, the Engineer will reduce their verification testing rate to once per truck for acceptance for the remainder of the pour. G.5 Test Methods and Specimens The Engineer will furnish molds based on the maximum size aggregate for the test specimens in accordance with the following: (1) 4 in 8 in [100 mm 200 mm] cylinder molds, (2) 6 in 12 in [150 in 300 mm] cylinder molds for maximum aggregate sizes greater than 1'/< in [31.5 mm], and (3) 6 in 6 in 20 in [150 in 150 in 500 mm] beam molds and use other beam mold sizes as approved by the Engineer. Provide curing tanks of adequate size and number for curing all of the concrete test specimens in accordance with 2031.3.C, "Special Requirements." Supply the curing tanks with heaters to maintain a water temperature of 73 IF f 3 IF [23 °C f 2 °C]. If Contractor testing is required by the Contract, perform the following: (1) Determine the required testing rates in accordance with the Schedule of Materials Control, (2) Take samples after the first %. cu yd [cu. m] and before discharging the last'/, cu. yd [cu. m] of the batch, (3) Perform concrete sampling and testing meeting the requirements of the Concrete Manual, (4) Measure slump and air content, and make strength specimens when placing the concrete, (5) Record field measurements, including strength specimen identifications on MnDOT Form 2448, Weekly Concrete Report, to provide to the Concrete Engineer. The Engineer will transport the cylinders to the Department's Laboratory for testing G.5.a Standard Strength Cylinders SPECIAL PROVISIONS - SP2005BOOK Page 37 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 The Department will perform the following for standard strength cylinders. (1) Cast cylinders for testing at 28 days, (2) Mark cylinders for identification of the represented unit or section of concrete, (3) Cure the cylinders meeting the requirements of the Concrete Manual, and (4) Submit cylinders and a completed cylinder identification card to the Department's Laboratory. The producer of precast units is responsible for casting standard strength cylinders. G.S.b Control Strength Cylinders The Engineer will use control cylinders to determine when the sequence of construction operations is dependent upon the rate of concrete strength development. The Engineer will cast control cylinders to determine when the concrete attains the required strength for all desired control limitations. The Contractor is responsible for any additional control cylinders beyond the requirements of 2461.3.G.5.b (1). The Department will perform the following for control strength cylinders: (1) Cast up to three (3) control cylinders. (2) Cure the cylinders in the same location and under the same conditions as the concrete structure or unit involved meeting the requirements of the Concrete Manual, (3) Mark control cylinders for identification of the represented unit or section of concrete, and (4) Submit cylinders and a completed cylinder identification card to the Department's Laboratory. If the Department is unavailable to test the control cylinders, the Contractor shall submit the control cylinders to an independent testing facility for testing or perform the testing on the control cylinders on a portable mechanical or hydraulic testing machine checked and calibrated with a standard proving ring as approved by the Engineer and in the presence of the Engineer. The producer of precast units is responsible for casting control strength cylinders. G.S.c Strength Specimens for Concrete Paving Use flexural beams to determine strength or provide cylinders as allowed by the Contract or approved by the Engineer. Cast standard beams or cylinders for testing at 28 days. Cast a sufficient number of control beams or cylinders to determine when the concrete attains the required strength for all desired control limitations. Cure the standard beams or cylinders meeting the requirements of the Concrete Manual. Cure the control beams or cylinders in the same location and under the same conditions as the concrete structure or unit involved meeting the requirements of the Concrete Manual. The Engineer will test the flexural beams and record the results on MnDOT Form 2162, Concrete Test Beam Data. If using cylinders, the Engineer will submit cylinders and a completed identification card to the Department's Laboratory. SPECIAL PROVISIONS - SP2005BO011i Page 38 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 G.6 Consistency The Engineer will test the concrete for consistency using the slump test during the progress of the work. The Department may reject concrete batches with consistencies outside of the slump range in accordance with Table 2461-10. If any test shows the slump in excess of the upper limit of the slump range, the Engineer will reject the concrete represented by that test unless the Contractor makes adjustments to the concrete before use. Adjust the slump within the allowable range to optimize both placement and finishing. If not using a Department approved Type A water reducer at the manufacturer's recommended dosage rates Iisted on the Approved/Qualified Products List, meet the slump values for the slump range without water reducer in accordance with Table 2461-12. If using an Department approved Type A water reducer at the manufacturer's recommended dosage rates listed on the Approved/Qualified Products List, meet the slump values for the slump range with water reducer in accordance with Table 2461-12. Contact the Engineer if encountering unusual placement conditions that render the specified slump range unsuitable. The Department will provide mix composition modifications for Department designed mixes to provide the desired change in consistency while maintaining the other specified properties of the concrete mix. Do not add water solely to temporarily facilitate the placement of concrete. G.6 -a Concrete Placed by the Slip -Form Method Place concrete that does not slough and is adequately consolidated at a slump value that optimizes placement for the designated mixture. G.6.b Non -Conforming Material Only place concrete meeting the slump requirements in the work. If the Contractor places concrete not meeting the slump requirements into the work, the Engineer will not accept non -conforming concrete at the Contract unit price. For concrete not meeting the required slump, the Engineer will make determinations regarding the disposition, payment, or removal. The Department will adjust the Contract unit price for the Contract item of the concrete in accordance with Tables 2461-13, 2461-14, 2461-15 and 2461-16. When there is not a separate Contract unit price for Structural Concrete for an item of work or the concrete is a minor component of the Contract unit price, the Department will reduce payment based on a concrete price of $100.00 per cu. yd [$130.00 per cu. m] or the Contractor -provided invoice amount for the concrete in question, whichever is less. Table 2461-12 Slump Range Desigmnation Slump Designation Slump Range without Water Reducer, in mm Slump Range with Water Reducer, in mm 1 '/z— 1 12-25 '/z-1 12-25 2 1-2 25-50 1-3 25-75 3 1-3 r25-75 1-4 25-100 4 2-4 50-100 2-5 r50-125 5 2-5 50-125 2-6 50-150 6 3-6 75-150 3-7 75-175 Contact the Engineer if encountering unusual placement conditions that render the specified slump range unsuitable. The Department will provide mix composition modifications for Department designed mixes to provide the desired change in consistency while maintaining the other specified properties of the concrete mix. Do not add water solely to temporarily facilitate the placement of concrete. G.6 -a Concrete Placed by the Slip -Form Method Place concrete that does not slough and is adequately consolidated at a slump value that optimizes placement for the designated mixture. G.6.b Non -Conforming Material Only place concrete meeting the slump requirements in the work. If the Contractor places concrete not meeting the slump requirements into the work, the Engineer will not accept non -conforming concrete at the Contract unit price. For concrete not meeting the required slump, the Engineer will make determinations regarding the disposition, payment, or removal. The Department will adjust the Contract unit price for the Contract item of the concrete in accordance with Tables 2461-13, 2461-14, 2461-15 and 2461-16. When there is not a separate Contract unit price for Structural Concrete for an item of work or the concrete is a minor component of the Contract unit price, the Department will reduce payment based on a concrete price of $100.00 per cu. yd [$130.00 per cu. m] or the Contractor -provided invoice amount for the concrete in question, whichever is less. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 2/7/13 Page 39 SAP 182-101-018 Table 2461-13 General Concrete* Outside of Slump Range Adjusted Contract Unit Price Adjusted Contract Unit Price The Department will pay 95 percent of the Below slump range* relevant Contract unit price for materials approved by the Engineer. laced as approved by the Engineer. < 1 Y2 in [40 mm] above slump The Department will pay 75 percent of the — relevant Contract unit price for materials range laced as approved by the Engineer. 1% in [45 mm] — 2'/a in [55 mm] The Department will pay 50 percent of the above slump range relevant Contract unit price for materials remain in place as approved by the laced as a roved by the Engineer. > 2'/a in [55 mm] above slump The Department will pay 25 percent of the The Department will not pay for concrete. relevant Contract unit price for materials range laced as approved by the Engineer * If the Contractor places piling or footing concrete below the slump range, the Department will deduct $100 per cu. yd [$130 per cu. m] or the Contractor -provided invoice amount to the relevant Contract unit price of the concrete represented by the slump test, whichever is less. The Department will not reduce Contract unit price for low slump concrete placed with the stip-form method as approved b the Engineer. Table 2461-14 Bridge Deck Concrete Outside of Slump Range Adjusted Contract Unit Price Adjusted Contract Unit Price The Department will pay 95 percent of the Below slump range relevant Contract unit price for materials approved by the Engineer. laced as approved by the Engineer. The Department will pay 50 percent of the The Department will pay 75 percent of the < 1Vi in [40 mm] above slump range relevant Contract unit price for materials laced as approved by the Engineer. laced as approved by the Engineer. The Department will not pay for concrete The Department will pay 25 percent of the > 1'/z in [40 mm] above slump range relevant Contract unit price for materials remain in place as approved by the laced as approved by the Engineer. Table 2461-15 Low Slump Bridge Deck Concrete From % in to 1 in f12 mm to 25 mm Outside of Slump Range Adjusted Contract Unit Price Below slump range No deduction for materials placed as approved by the Engineer. The Department will pay 50 percent of the <_ V: in [12 mml above slump range relevant Contract unit price for materials laced as approved by the Engineer. The Department will not pay for concrete > Vz in — % in [12 mm — 20 mm] placed but will allow the concrete to above slump range remain in place as approved by the En ineer. The Department will not pay for concrete. Provide additional testing as directed by the > % in [20 mm] above slump range Engineer to determine if the concrete can remain in place or is subject to removal and replacement. SPECIAL PROVISIONS -SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 40 SAP 182-101-018 Table 2461-16 Low Slump Concrete — Patching From % in to 1 in 12 mm to 25 mm Outside of Slump Range Adjusted Contract Unit Price Below slump range No deduction for materials placed as approved by the Engineer The Department will pay 75 percent of the i/a in [12 mm] above slump range relevant Contract unit price for materials laced as approved by the Engineer. The Department will pay 25 percent of the > % in [20 mm] above slump range relevant Contract unit price for materials laced as approved t the Engineer. G.7 Air Content Maintain the air content of Type 3 general concrete at the specified target of 6.5 percent 1.5 percent of the measured volume of the plastic concrete in accordance with 1503, "Conformity with Contract Documents." Make any adjustments immediately to maintain the desired air content, Measure the air content at the point of placement but before consolidation. G.7.a Non -Conforming Material Only place Type 3 concrete meeting the air content requirements in the work. If the Contractor places Type 3 concrete not meeting the air content requirements into the work, the Engineer will not accept non -conforming concrete at the Contract unit price. For concrete not meeting the required air content, the Engineer will make determinations regarding the disposition, payment, or removal. The Department will adjust the Contract unit price for the Contract item of the concrete in accordance with Table 2461-17. When there is not a separate Contract unit price for Structural Concrete for an item of work or the concrete is a minor component of the Contract unit price, the Department will reduce payment based on a concrete price of $100.00 per cu. yd [$130.00 per cu. m] or the Contractor -provided invoice amount for the concrete in question, whichever is less. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 2/7113 Page 41 SAP 182-101-018 Table 2461-17 General Concrete (Target Air Content 6.5% Air Content % Adjusted Contract Unit Price 1.0 The Department will pay 75 percent of the Contract > 10.0 unit price for the concrete represented for material 4 in — 6 in 100 mm — 150 mml laced as a roved by the Engineer. > 6 in 150 mm The Department will pay 95 percent of the Contract >8.0 —10.0 unit price for the concrete represented for material Compressive strength 3,000 psi — 8,000 psi [20.6 Wa — 55.2 MPa], average of 3 laced as approved by the Engineer. The Department will pay 100 percent of the 5.0-8.0 Contract unit price for the concrete represented, for material laced as approved by the Engineer. The Department will pay 75 percent of the Contract >4.0 — <5.0 unit price for the concrete represented for material laced as a roved by the Engineer. The Department will pay 25 percent of the Contract unit price for the concrete represented and placed as approved by the Engineer. If the Engineer, in conjunction with the Concrete Engineer, >3.5 — 4.0 determines the surface is exposed to freeze -thaw cycling, coat the concrete with an approved epoxy penetrant sealer from the Approved/Qualified Products List. Remove and replace concrete in accordance with 1503, "Conformity with Contract Documents," and 1512, "Unacceptable and Unauthorized Work," as directed by the Engineer. If the Engineer, in conjunction with the Concrete Engineer, < 3.5 determines the concrete can remain in place, the Engineer will not pay for the concrete and if the Engineer determines the surface is exposed to salt - brine freeze -thaw cycling, coat with an approved epoxy penetrant sealer from the A roved/ ualified Products List. G.8 Allowable Testing Tolerances Allowable tolerances are based on the results from two different testers and two different pieces of equipment from the same sample. Perform the test within the allowable tolerances in accordance with Table 2461-18. Table 2461-18 Allowable TestingTolerances Test Allowable Tolerance Air content, % volume of concrete 1.0 Average slump: < 4 in 100 mmil 1.0 in 25 mm 4 in — 6 in 100 mm — 150 mml 1.5 in 38 mm > 6 in 150 mm 2.0 in 50 mm Unit weight, per cu. ft [cu. m], calculated to an air -free basis 1.0 lb/cu. ft [16 kg/cu. m.] Compressive strength 3,000 psi — 8,000 psi [20.6 Wa — 55.2 MPa], average of 3 500 psi [3.4 MPa] SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Table 2461-18 Allowable Testing Tolerances Test ! Allowable Tolerance tests 2461.4 METHOD OR MEASUREMENT Page 42 SAP 182-101-018 The Engineer will measure fresh concrete produced as required by the Contract by the theoretical volume. The Engineer will deduct accountable waste from the concrete measurement. The Engineer will measure concrete mixtures on the basis of the dimensions of the structure shown on the plans. If the plans do not include a Contract item for concrete used in miscellaneous items, include the cost of the concrete with the relevant Contract items. 2461.5 BASIS OR PAYMENT The Department will include the cost of the Certified Ready -Mix Plant Program with other relevant Contract items. The Contract cubic yard [cubic meter] price for Concrete, Mix No. includes the cost of production, placement, finishing, curing, and protection of concrete. The Department will pay for structural concrete on the basis of the following schedule: Item No.: Item• Unit: 2461.501 Concrete, Mix No._ cubic yard [cubic meter] S-12 X2573) STORM WATER MANAGEMENT REVISED 1114109 SP2005-242 The provisions of MnDOT 2573 are supplemented and/or modified with the following: S-12.1 The second paragraph of MuDOT 2573.3A1 Erosion Control Supervisor, is revised to read as follows: The Erosion Control Supervisor shall be a responsible employee of the prime Contractor and/or duly authorized by the prime Contractor to represent the prime Contractor on all matters pertaining to the NPDES construction stormwater permit compliance. The Erosion Control Supervisor shall have authority over ali Contractor operations which influence NPDES permit compliance including grading, excavation, bridge construction, culvert installation, utility work, clearing/grubbing, and any other operation that increases the erosion potential on the Project. In addition, the Erosion Control Supervisor shall implement the Contractor's quality control program and other provisions in accordance with 1717.2 and be available to be on the Project within 24 hours at all times from initial disturbance to final stabilization as well as perform the following duties: S-12.2 MnDOT 2573.3 A2, Construction of Temporary Storm Water Basins, is revised to read as follows: Temporary storm water basins shall be constructed concurrently with the start of soil disturbing activities whenever practicable. The basins must be made fully functional and have storm water runoff from the Iocalized watershed directed to the basins. The exposed sidesiopes of the basins must be mulched and/or seeded within the time periods as set forth in 1717, or as directed by the Engineer. SPECIAL PROVISIONS - SP2005BOOK Page 43 JUNE 30, 2006 Last Revision 217/13 SAP 182-101-018 S-12.3 The second paragraph of MnDOT 2573.3 A5, Vehicle Tracking Onto Paved Surfaces, is revised to read as follows: The Contractor is responsible for insuring paved streets are clean at the end of each working day or more often as necessary to provide safety to the traveling public. Tracked sediment on paved surfaces must be removed by the Contractor within 24 hours of discovery, in accordance with 1717.2. Payment for street sweeping to provide safe conditions for the traveling public, environmental reasons or regulatory requirements shall be as provided in accordance with 1514. S-12.4 The first sentence of MnDOT 2573.3E2 is revised to read as follows: The bioroll shall be installed and anchored with wood stakes. The stakes shall be at a minimum nominally 25 mm x 50 mm (1 inch x 2 inch) and a minimum of 400 mm (16 inches) long with a pointed end. S-12.5 The first paragraph of MnDOT 2573.3) Filter Log Installation, is revised to read as follows: 3 Filter Log Installation Filter logs shall be placed in accordance with the Plan. Straw and wood fiber filter logs shall be staked in place with wood stakes. Wood stakes shall be at a minimum 25 x 51 mm (1 x 2 inch) nominal size by 400 mm (16 inches) long. The stakes shall be driven through the back half of the log at an angle of approximately 45 degrees with the top of the stake pointing upstream. When more than one log is needed for length, the ends shall be overlapped 150 mm (6 inches) with both ends staked. Staking shall be every 0.3 m (1 foot) along the Iog unless precluded by paved surface or rock. S-12.6 MnDOT 2573.5 Basis of Payment, is revised to read as follows: Payment for storm water management and sediment control items will be compensation in full for all labor, materials, equipment, and other incidentals necessary to complete the work as specified, including the costs of maintenance and removal as required by the Contract. The Contractor will receive compensation at the appropriate Contract prices, or in the absence of a Contract bid price, according to the following unit prices, or in the absence of a Contract price and unit price, as Extra Work. In the absence of a Contract item for Erosion Control Supervisor, this work shall be considered incidental. S-12.7 MnDOT 2573.5 E, Unit Prices, is revised to read as follows: The Department will pay the following unit prices for temporary sediment control items in the absence of a Contract bid price: (1) Bale Barrier............................................................................................. $13.45/m ($4.10 per linear foot) (2) Silt Fence, Heavy Duty................................................................................$10/m ($3.00 per linear foot) (3) Flotation Silt Curtain, Type: Still Water, 1.2 in (4 foot) depth ............. $54.10/m ($16.50 per linear foot) (4) Sediment Trap Excavation...................................................................... $7.20/m3 ($5.50 per cubic yard) (5) Bituminous Lined Flume......................................................................$6.00/mZ ($5.00 per square yard) (6) Silt Fence, Type Machine Sliced.............................................................. $6.50/m ($2.00 per linear foot) (7) Sediment Removal, Backhoe.................................................................................................$175 per hour (8) Filter Log, Type Straw Bioroll.................................................................................. $1.00/m ($3.001foot) (9) Filter Log, Type Rock Log...................................................................................... $16.50/m ($5.001foot) (10) Flocculant Sock.........................................................................................................................$300 each SPECL4L PROVISIONS - SP2005BOOK JUNE j0, 2006 Last Revision 217/13 Page 44 SAP 182-101-018 S-13 (2575) RAPID STABILIZATION SPECIFICATIONS RENUMBERED 7/2/09 REVISED 11/12/08 SP2005-245.3 This work shall consist of operations necessary to rapidly stabilize small critical areas, to prevent off site sedimentation and/or to comply with permit requirements. The work may be performed at any time during the Contract and will be conducted on small areas that may or may not be accessible with normal equipment. This work shall be done in accordance with the applicable MnDOT Standard Specifications, the details shown in the Plan, and the following: S-13.1 BASIS OF PAYMENT In the absence of a Contract bid price, the Department will pay the following unit prices for Rapidly Stabilizing Small Scattered Critical Areas directly abutting Waters of the State during rough grading and as required in the NPDES permit. These unit prices shall be construed to include mobilizations for this activity. Rapid Stabilization Pre -Approve Prices Method 1 $900/ha ($400/acre) Approved price reflects small quantities. Quantities installed per Project visit are assumed to require approximately 0.4 to 0.8 ha 1 to 2 acres of coverage. Method 2 $2220/ha ($898/acre) Approved price reflects small quantities. Quantities installed per Project visit are assumed to require approximately 0.4 to 0.8 ha [1 to 2 acres] of coverage. Method 3 $149.50/m ($566/M Approved price reflects small quantities. Quantities installed gallon) per Project visit are assumed to require approximately 11.4 to 34 m3 3000 to 9000gallons] of product sl Method 4 $3.00/m. ($2.50/SY) Approved price reflects small quantities. Quantities installed per Project visit are assumed to require approximately 150 to 650 m2 1200 to 800 SY of coverage. Method 5 $48.60/metric ton Approved price reflects small quantities. Quantities installed ($45/ton) per Project visit are assumed to require approximately 9 to 18 metric tons [10 to 20 tons of 6prap. S-14(3103) BLENDED HYDRAULIC CEMENT (201-3 ve: s'.on) NEW WRITEUP 12/28/12 SP2005-249.2 MnDOT 3103 is hereby deleted and replaced with the following: 3103.1 SCOPE Provide blended hydraulic cement material for use in concrete applications. 3103.2 REQUIREMENTS Provide blended hydraulic cement from the certified source listed on the Approved/Qualified Products List, meeting the requirements of AASHTO M 240, Type IS, Type IP, or Type IL and the following modifications: (1) Fly ash constituent of the blended cement no greater than 25 percent, (2) Slag constituent of blended cement no greater than 35 percent, (3) Silica fume constituent of blended cement no greater than 7 percent, (4) Total alkalis in the blended cement no greater than 5.0 lb per cu. yd [3.0 kg per cu. m], and SPECIAL PROVISIONS - SP2005BOOK Page 45 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 (5) Include the following standardized cement certification statement with delivery invoices: "(insert company name) certifies that the cement produced at (insert plant and location) conforms to AASHTO M 240 and MnDOT 3103 for type (insert type) cement." Do not change the source or color, or both, of cement on a project without the written approval of the Engineer. 3103.3 SAMPLING AND TESTING Provide samples for testing meeting the requirements of the Schedule of Materials Control. S-15 (311.5) FLY ASH FOR USE IN PORTLAND CEMENT CONCRETE (23�,3 vers3aa) NEW WRITEUP 12/28/12 SP2005-249.3 MnDOT 3115 shall be deleted and replaced with the following: 3115.1 SCOPE Provide fly ash for use in concrete -applications. 3115.2 REQUIREMENTS Provide fly ash from the certified source listed on the Approved/Qualified Products List, meeting the requirements of ASTM C 618, Class F or Class C, except as modified by the following table: Table 3115-1 Mn/DOT Modified fly Ash Requirements Requirement Class F Class C Chemical requirements: Loss on ignition < 3.0 % <_ 3.0 % Available alkalies as Na2O :5 3.0 % <_ 3.0 % Physical requirements: Specific gravity, maximum variation from established value * c ±0.12 < ±0.12 * The established value for specific gravity is that value which is stated in the source approval given by the Materials Manufacturer. The use of fly ash produced at plants where lime is directly injected into the boiler for sulfur removal, is prohibited in Portland cement concrete. Ensure the following standardized Fly Ash Certification Statement is included with delivery invoices: "(insert company name) certifies that the fly ash produced at (insert power plant and location) conforms to ASTM C 618 and MnDOT 3115 for Class (insert class) fly ash." Do not change the source or color, or both, of fly ash on a project without the written approval of the Engineer. The Department will consider fly ash meeting the requirements of both Class C and Class F as Class C fly ash. 3115.3 SAMPLING AND TESTING Provide samples for testing meeting the requirements of the Schedule for Materials Control. SPECIAL PROVISIONS - SP2005BOOK Page 45 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 S-16 (3126) FINE AGGREGATE FOR PORTLAND CEMENT CONCRETE !20.3 vers!on) NEW WRITEUP 12/28/12 SP2005-249.4 MuDOT 3126 shall be deleted and replaced with the following: 3126.1 SCOPE Provide fine aggregate for use in portland cement concrete. 3126.2 REQUIREMENTS A General Provide fine aggregate consisting of clean, sound, durable particles, uniform in quality and free from wood, bark, roots and other deleterious material. The Engineer may consider the following as the basis for acceptance of fine aggregate for portland cement concrete: (1) Results of laboratory tests, (2) Behavior under natural exposure conditions, (3) Behavior of other portland cement concrete with aggregate from the same or similar geological formations or deposits, and (4) Any other tests or criteria as deemed appropriate by the Engineer in conjunction with the Concrete Engineer. B Composition Provide fine aggregate from natural sand. If producing fine and coarse aggregates simultaneously from natural gravel deposits during the same operation, the Contractor may provide fine aggregate containing particles of crushed rock. C Washing Wash the fine aggregate. D Deleterious Material Provide fine aggregate containing a cumulative quantity of deleterious materials in accordance with Table 3126-1. Table 3126-1 Deleterious Materials Quality Test Maximum Percent by Wei ht Shale, Alkali, Mica, and Soft and j Flaky Particles, Cumulative Total 2.5 Coal and Lignite, Cumulative Total 0.3 E Organic Impurities Provide fine aggregate free of injurious quantities of organic impurities. The Engineer will reject aggregates that produce a color darker than the standard color when tested in accordance with AASHTO T 21, unless the mortar specimens pass the mortar strength requirements specified in 3126.2.F, "Structural Strength." SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 F Structural Strength Page 47 SAP 182-101-018 The Engineer will test the structural strength of fine aggregate in mortar specimens in accordance with AASHTO T 71 and Table 3126-2. The Engineer will prepare control mortar specimens using Ottawa sand with a Fineness Modulus (FM) from 2.30 to 2.50. Table 3126-2 Structural Strength in Fine Aggregate Mortar Specimens Containing: Compressive Strength Type I/II Portland Cement > 90% of control at 7 days Type III Portland Cement >— 90% of control at 3 days G Gradation Requirements Produce fine aggregate in accordance with the gradation requirements in Table 3126-3. Table 3126-3 Fine Aggregate Gradation Requirements Sieve Size Percent Passing* % in 9.50 mml 100 No. 4 4.75 mml 95-100 No. 8 2.36 mml 80-100 No. 16 1.18 mml 55-85 No. 30 600 m 30-60 No. 50 300 m 5-30 No. 100 150 m 0-10 No. 200 [75 m] kl—Percent 0-2.5 assin by weight through square openinS sieves. H Requirements for Uniformity of Grading The uniformity of grading is determined by the Fineness Modulus (FM) of the fine aggregate. Both the Engineer and Contractor will determine the FM of fine aggregate by adding the cumulative percent passing the following sieves, dividing by 100, and subtracting from 7: (1) % in [9.50 mm], (2) No. 4 (4.75 mm], (3) No. 8 [2.36 mm], (4) No. 16 [ 1.18 mm], (5) No. 30 [600 µm], (6) No. 50 [300 µm], and (7) No. 100 [150 µm]. Do not allow the material to deviate from the FM by greater than 0.20. Contact the Engineer, in conjunction with the Concrete Engineer, for an adjustment if the FM approaches the tolerance limit. 3126.3 SAMPLING AND TESTING Provide fine aggregates in accordance with Table 3126-4. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Table 3126-4 Preliminary Rine Aggregate Testin Aggregate Notification and Testing Required Concrete Manual Notify the Engineer at least 1 month New source before use. Perform new source Laboratory Manual Method 1207 concrete aggregate testing. Concrete Manual Notify the Engineer at least 2 weeks AASHTO T 21 before use. Perform additional testing Previously tested aggregate as required by the Engineer in Laboratory Manual Method 1205 conjunction with the Concrete Laborato Manual Method 1222 Engineer. Sample and test fine aggregate in accordance with Table 3126-5. Table 3126-5 Fine Aggregate Test Methods Test Testing Method Sampling Concrete Manual Sieve analysis Concrete Manual Deleterious substances Laboratory Manual Method 1207 Quantity of material passing the No. 200 75 m sieve Concrete Manual 2aani impurities (color late) AASHTO T 21 Structural strength AASHTO T 71 S ecific gravity and absorption Laboratory Manual Method 1205 Alkali silica reactivity Laborato Manual Method 1222 Page 48 SAP 182-101-018 S-17 (3137) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE (2311 "Iersiorr (Rev. Pr -07/1.-)) REVISED 4127111 RENUMBERED 12/28/12 SP2005-249.5 MnDOT 3137 shall be deleted and replaced with the following: 3137.1 SCOPE Provide coarse aggregate for use in portland cement concrete. 3137.2 REQUIREMENTS A General Provide coarse aggregate consisting of clean, sound, durable particles, uniform in quality, and free from wood, bark, roots, and other deleterious material. The Engineer, in conjunction with the Concrete Engineer, may consider the following as the basis for acceptance of coarse aggregate for portland cement concrete; (1) Results of laboratory tests, (2) Behavior under natural exposure conditions, (3) Behavior of other portland cement concrete with aggregate from the same or similar geological formations or deposits, and (4) Any other tests or criteria as deemed appropriate by the Engineer, in conjunction with the Concrete Engineer. SPECIAL PROVISIONS - SP2005BOOK Page 49 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 B Classification Provide coarse aggregate meeting the requirements of one of the following classifications: (1) Class A: Crushed quarry rock including quartzite, gneiss, and granite, or mine trap rock including basalt, diabase, gabbro, and other igneous rock types. Class A aggregate may contain no greater than 4.0 percent non -Class A aggregate. The Department will not allow the intentional blending or adding of non -Class A aggregate. (2) Class B. All other crushed quarry or mine rock types including carbonates, rhyolite, and schist. (3) Class C. Natural or partly crushed gravel obtained from a natural gravel deposit. (4) Class D: Mixture of at least two classes of coarse aggregate. The Engineer, in conjunction with the Concrete Engineer, will determine the suitability of the Class D aggregate for the proposed use including proportioning. (5) Class R: Aggregate obtained from recycling concrete. The Engineer, in conjunction with the Concrete Engineer, will determine the suitability of the Class R aggregate for the proposed use including proportioning. C Washing Wash Class B, Class C, Class D, and CIass R coarse aggregate. Wash Class A aggregate as needed to comply with the requirements of Table 3137-1. D Quality Quality requirements are based on each individual aggregate fraction unless otherwise allowed by the Engineer, in conjunction with the Concrete Engineer with the exception of the following: (1) When 100 percent of the fractions from a single source pass the 1 in [25 mml sieve, quality requirements are based on the composite value of the combined aggregates. (2) When less than 100 percent of the fractions from a single source pass the 1 inch [25 mm] sieve: (a) Those fractions passing the 1 inch [25 mm] sieve are combined and based on the composite value; (b) The fractions greater than or equal to 1 inch [25 mm] are based on each individual aggregate fraction. D1 Coarse Aggregate for General Use Provide coarse aggregate for general use concrete in accordance with Table 3137-1. SPECL4L PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 2/7/13 Page 50 SAP 182-101-018 D2 Coarse Aggregate for Bridge Superstructure Provide coarse aggregate in accordance with 3137.2DI except as modified by Table 3137-2 for use in the following: (1) Bridge superstructure (deck, railing, posts, curbs, sidewalks, and median strips); (2) Approach panels; and (3) Precast concrete panel facings for Mechanically Stabilized Earth walls. Table 3137-1 Coarse Aggregate for General Use Quality Test Maximum Percent by Wei ht a Shale: Fraction retained on the 1/2 in 12.5 mml sieve 0.4 Fraction retained on the No. 4 [4.75 mm] sieve, as a percentaa of the total material 0.7 (b) Soft iron oxide particles (paint rock and ochre) 0.3 (c) Totals all materials*: Fraction retained on the %2 in 12.5 mm sieve 1.0 Fraction retained on the No. 4 [4.75 mm] sieve, as a percentage of the total material 1.5 d Soft particles 11 2.5 (e) Clay balls and lumps 0.3 (fl Sum of (c) total spall materials, (d) soft particles, and (e) 3.5 clay balls and lurn st Slate 3.0 h Flat or elongated piecesl 15.0 (iQuantity of material passing No. 200 75 sieve: Class A and Class B aggregates# 1.5 Class C and Class D aggregates§ 1.0 Los Angeles Rattler, loss on total sample 40.0 (k) I Soundness of magnesium sulfate** 15.0 * Includes the percentages retained by shale and soft iron oxide particles, plus other iron oxide particles, unsound cherts, pyrite, and other materials with similar characteristics. Exclusive of shale, soft iron oxide particles, and total spall materials. Sum of the total spall materials, soft particles, and clay balls and lumps. For total spall materials, use the percent in the total sample retained on the No. 4 [4.75 mm] sieve. $ Thickness less than 25 percent of the maximum width. Length greater than 3 times the maximum width. # Each individual fraction at the point of placement consists of dust from the fracture and free of clay or shale. § For each individual fraction at the point of placement. ** Loss at 5 cycles for any fraction of the coarse aggregate. Do not blend materials from multiple sources to obtain a fraction meeting the sulfate soundness requirement. D2 Coarse Aggregate for Bridge Superstructure Provide coarse aggregate in accordance with 3137.2DI except as modified by Table 3137-2 for use in the following: (1) Bridge superstructure (deck, railing, posts, curbs, sidewalks, and median strips); (2) Approach panels; and (3) Precast concrete panel facings for Mechanically Stabilized Earth walls. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 2M13 Page 51 SAP 182-101-018 Table 3137-2 Coarse Aggregate for Brid a Superstructure Quality Test Maximum Percent by Weight (a) Shale: (b) Carbonate in Class C aggregate b weight 30.0 Fraction retained on the %2 in [12.5 mm] 0.2 sieve Fraction retained on the No. 4 [4.75 mm] 0.3 sieve as a percentage of the total material (b) Soft iron oxide particles (paint rock and ochre) 0.2 (c) Totals all materials*: Fraction retained on the No. 4 [4.75 mm] 0.5 sieve as a percentage of the total material d Soft particles 11 2.5 (e) Clay balls and lumps 0.3 Sum of (c) total spall materials, (d) soft particles, and (e) clay balls and lumps, use the 3.0 ( percent in the total sample retained on the No. 4 4.75 minj sieve Absorption for Class B aggregate 1.10 Carbonate in Class C and Class D aggregates by 30.0 (h) weight * Includes the percentages retained by shale and soft iron oxide particles, plus other iron oxide particles, unsound cherts, pyrite, and other materials with similar characteristics. I� Exclusive of shale, soft iron oxide particles, and total spall materials. Sum of the total spall materials, soft particles, and clay balls and lumps. For total spall materials, use the percent in the total sample retained on the No. 4 4.75 mml sieve. D3 Coarse Aggregate for Concrete Pavement Provide coarse aggregate in accordance with 3137.2D1, except as modified by Table 3137-3, for use in the following: (1) Concrete pavement, and (2) Concrete pavement rehabilitation. Coarse Aggregate Table 3137-3 for Concrete Pavement Quality Test Maximum Percent by Weight a Absorption for Class B aggregate 1.75 (b) Carbonate in Class C aggregate b weight 30.0 E Gradation Provide coarse aggregate in accordance with Table 31374 including all sizes within the specified limits. The Department defines coarse aggregate as the uniform product of the producing plant, unless some sizes are removed to meet the gradation requirements. Do not use broken or noncontinuous gradations. If the coarse aggregate has less than 100 percent passing the 1 in [25 mm] sieve, proportion the coarse aggregate using at least two fractions. Gradation requirements are based on the composite value of the combined coarse aggregates. SPECIAL PROVISIONS - SP200SBOOK JUNE 30, 2006 Last Revision 2/7/13 Page 52 SAP 182-101-018 If producing Class R aggregate, remove reinforcing steel from the concrete and any concrete material passing the No 4 [4.75 mm] sieve. 3137.3 SAMPLING AND TESTING Sample and test coarse aggregate fractions separately in accordance with Table 3137-5. Table 3137-5 Preliminary Coarse Aggregate Testin Aggregate Table 3137-4 Coarse Aggregate Designation for Concrete, percent 6 eight passing square o ing sieves Notify the Engineer at least 1 month before use. Aggregate 2 in 50 mm 1'/s in 37.5 mm 1'/. in 1 in % in % in '/2 in 31.5 mm 25.0 mml 119.0 mm 16.0 mm 12.5 mm % in 9.5 mm No.4 4.75 mm CA -00 — — — 100 95-100 — — — 0-10 CA -15 100 95-100 — — 35-65 — 5-25 0-7 CA -25 100 95-100 — — 50-80 — 20-40 0-7 CA -35 — 100 95-100 — 55--85 — — 20-45 0-7 CA -45 — — 100 95-100 65-95 — 25-55 0-7 CA -50 — — — 100 85-100 — — 30-60 0-12 CA -60 — — — — 100 85-100 -- 40-70 0-12 CA -70 – — — — — 100 85-100 50-100 0-25 CA -80* — – — — — — — 100 55-95 * Do not allow greater than 5 percent to pass the No. 50 300 m sieve. If producing Class R aggregate, remove reinforcing steel from the concrete and any concrete material passing the No 4 [4.75 mm] sieve. 3137.3 SAMPLING AND TESTING Sample and test coarse aggregate fractions separately in accordance with Table 3137-5. Table 3137-5 Preliminary Coarse Aggregate Testin Aggregate Notification and Testing Requirement Notify the Engineer at least 1 month before use. New source perform new source concrete aggregate testing in accordance with the procedure on the Department's website. Notify the Engineer at least 2 weeks before use. Previously tested aggregate Perform additional testing as directed by the Engineer, in conjunction with the Concrete Engineer. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Sample and test coarse aggregate in accordance with Table 3137-6. Page 53 SAP 182-101-018 Table 3137-6 Coarse Aggregate Test Methods Test Testing Method Sampling h1nDOT Concrete Manual Sieve analysis MnDOT Concrete Manual Shale test N1nD0T Laboratory Manual 1207 Quantity of material passing the No. 200 75 sieve MnDOT Concrete Manual Specific gravity and absorption MnDOT Laboratog Manual 1204 Density AASHTO T 19 or MnDOT Laboratory Manual 1211 Los Angeles Rattler loss AASHTO T 96 Void content AASHTO T 19* or MnDOT Laboratory Manual 1211 Deleterious materials MnDOT Laboratory Manual 1209 Soundness; magnesium sulfate MnDOT Laboratory Manual 1219 Soft particles kInDOT Laboratory Manual 1218 Flat or elongated pieces ASTM D 4791 Clay balls or lumps MnDOT Concrete Manual * Base the void content on an oven -dry and compacted -by -rodding condition of the aggregate and a value of 62.4 lb per cu. ft [1,000 kg per cu. m] for water. S-18 (3138) AGGREGATE FOR SURFACE AND SASE COURSES REVISED 10/27/09 SP2005-250 The provisions of MnDOT 3138 are hereby modified as follows: S-18.1 The second paragraph of MnDOT 3138.211 Gradation Tables 3 13 8-1 and 2, is revised to read as follows: If Class 7 is substituted for Classes 1, 3, 4, 5, or 6, it shall meet the gradation requirements of the substituted class (Table 3138-1); except that, for Class 5 and 6, up to 5 percent by mass (weight) of the total composite mixture may exceed 25.0 mm (1 inch) sieve but 100 percent must pass the 37.5 mm (1.5 inch) sieve. Surfacing aggregate mixtures containing salvaged materials shall meet the gradation requirements of the materials specified in the Plan. All gradations will be run on the composite mixture before extraction of the bituminous material. S-18.2 TABLE 3138-1 in MnDOT 3138.2B Gradation Tables 3138-1 and 2, is hereby deleted and replaced with the following: SPECIAL PROVISIONS - SP2005BO011i JUNE 30, 2006 Last Revision 2/7/13 TABLE 3138-1 BASE AND SURFACING AGGREGATE Total Percent Passing Page 54 SAP 182-101-018 (A) When salvaged materials are substituted for another class of aggregate, it shall meet the gradation requirements of the class being replaced except as amended in 3 13 8.2 B. (B) The gradation requirements for aggregates containing 60% or more crushed quarry rock may be amended with the concurrence of the Project Engineer and the Grading and Base Engineer. S-18.3 The first paragraph of MnDOT 3138.3 Sampling and Testing, is hereby deleted and replaced with the following: Samples for testing to determine compliance with the aggregate gradation specifications for base and shoulder surfacing shall be obtained from the roadway at a time when the material is ready for compaction. However, Class 1, 2, and 7 shoulder surfacing aggregates may be sampled from a stockpile, tested, and accepted before roadway placement, provided that: (a) No more than 25 percent of the stockpile samples fail to meet gradation requirements. (b) The average of all stockpile tests meet requirements. (c) The Contractor mixes the material during placement to the satisfaction of the Engineer. S-18.4 The fifth, paragraph of MnDOT 3138.3 Sampling and Testing, is revised to read as follows: The stockpile shall be sampled at the rate of one field gradation test per 1,000 metric tons (tons) of aggregate used on the Project. S-19 (3139) GRADED AGGREGATE FOR BITUMINOUS MIXTURES (231? Version", REVISED 3/30/12 Class Class Class Class Class Class Sieve 1 2 3 4 5 6 Size (A) (A) (A) (A)(B) (A)(B) 75 mm 3 inches) - 50 mm 2 inches -- -- 100 100 -- -- 37.5 mm 1 % inches). - 25.0 mm 1 inch -- -- -- -- 100 100 19.0 mm 3/4 inch 100 100 -- -- 90-100 90-100 9.5 mm 318 inch 65-95 65-90 -- -- 50-90 50-85 4.75 mm 40-85 35-70 35-100 35-100 35-80 35-70 o. 4 mm o (No . 10 25-70 25-45 20-100 20-100 20-65 20-55 425 µm 1045 12-30 5-50 5-35 10-35 10-30 o. 40 75 µm 8.0-15.0 5.0-13.0 5.0-10.0 4.0-10.0 3.0-10.0 3.0-7.0 o. 200 Page 54 SAP 182-101-018 (A) When salvaged materials are substituted for another class of aggregate, it shall meet the gradation requirements of the class being replaced except as amended in 3 13 8.2 B. (B) The gradation requirements for aggregates containing 60% or more crushed quarry rock may be amended with the concurrence of the Project Engineer and the Grading and Base Engineer. S-18.3 The first paragraph of MnDOT 3138.3 Sampling and Testing, is hereby deleted and replaced with the following: Samples for testing to determine compliance with the aggregate gradation specifications for base and shoulder surfacing shall be obtained from the roadway at a time when the material is ready for compaction. However, Class 1, 2, and 7 shoulder surfacing aggregates may be sampled from a stockpile, tested, and accepted before roadway placement, provided that: (a) No more than 25 percent of the stockpile samples fail to meet gradation requirements. (b) The average of all stockpile tests meet requirements. (c) The Contractor mixes the material during placement to the satisfaction of the Engineer. S-18.4 The fifth, paragraph of MnDOT 3138.3 Sampling and Testing, is revised to read as follows: The stockpile shall be sampled at the rate of one field gradation test per 1,000 metric tons (tons) of aggregate used on the Project. S-19 (3139) GRADED AGGREGATE FOR BITUMINOUS MIXTURES (231? Version", REVISED 3/30/12 SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 SP2005-250.1 MnDOT 3139 is hereby deleted and replaced with the following: 3139 Graded Aggregate for Bituminous Mixtures 3139.1 Scope Provide graded aggregate for use in bituminous mixtures. 3139.2 PLANT MIXED ASPHALT Requirements Page 55 SAP 182-101-018 A Composition Provide graded aggregate composed of any combination of the following sound durable particles as described in 3139.2B. Do not use graded aggregate containing objectionable materials including: (1) Metal, (2) Glass, (3) Wood, (4) PIastic, (5) Brick, or (6) Rubber. Provide coarse aggregate free of coatings of clay and silt. Do not add soil materials such as clay, loam, or silt to compensate for a lack of fines in the aggregate. Do not blend overburden soil into the aggregate. Feed each material or size of material from an individual storage unit at a uniform rate. Do not place blended materials from different sources, or for different classes, types, or sizes together in one stockpile unless approved by the Engineer as a Class E aggregate. B Classification B.1 Class A Provide crushed igneous bedrock consisting of basalt, gabbro, granite, gneiss, rhyolite, diorite, and andosite. Rock from the Sioux Quartzite Formation may contain no greater than 4.0 percent non -Class A aggregate. Do not blend or add non -Class A aggregate to Class A aggregate. B.2 Class B Provide crushed rock from other bedrock sources such as carbonate and metamorphic rocks (Schist). B.3 Class C Provide natural or partly crushed natural gravel obtained from a natural gravel deposit. B.4 Class D SPECIAL PROVISIONS - SP2005BOOK Page 56 JUNE 30, 2006 Last Revision 2/7113 SAP 182-101-018 Provide 100 percent crushed natural gravel produced from material retained on a square mesh sieve with an opening at least twice as large as Table 3139-2 allows for the maximum size of the aggregate in the composite asphalt mixture. Ensure the amount of carryover, material finer than the selected sieve, no greater than 10 percent of the Class D aggregate by weight. B.5 Class B Provide a mixture consisting of at least two of the following classes of approved aggregate: (1) CIass A, (2) Class B, and (3) Class D. B.6 Steel Slag Steel slag cannot exceed 25% of the total mixture aggregate and be free from metallic and other mill waste. The Engineer will accept stockpiles if the total expansion is no greater than 0.5 percent as determined by ASTM D 4792 B.7 Taconite Tailings Obtain taconite tailings from ore mined westerly of a north -south line located east of Biwabik, Minnesota (R15W-R16W) or from ore mined in southwestern Wisconsin. B.8 Recycled Asphalt Shingles (RAS) Provide recycled asphalt shingles manufactured from waste scrap asphalt shingles (MWSS) or from tear -off scrap asphalt shingles (TOSS). Consider the percentage of RAS used as part of the maximum allowable Recycled Asphalt Pavement (RAP) percentage. See Table 3139-3. B.8.A RAS Gradation................................................................... MnDOT Laboratory Procedure 1801 Provide RAS in accordance with the following gradation requirements: Table 3139-1 RAS Gradation Sieve size Percent passing '/z in 12.5 mm 100 No. 4 4.75 mm 90 B.8.B Binder Content Determine the binder content using chemical extraction meeting the requirements of MnDOT Lab Procedure 1851 or 1852. B.8.0 Bulk Specific Gravity The Contractor may use an aggregate bulk specific gravity (Gsb) of 2.650 in lieu of determining the shingle aggregate Gsb in accordance with MnDOT Lab Procedure 1205. B.8.D Waste Materials SPECIAL PROVISIONS - SP2005BOOK Page 57 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 Do not allow extraneous materials including metals, glass, rubber, nails, soil, brick, tars, paper, wood, and plastics greater than 0.5 percent by weight of the graded aggregate as determined by material retained on the No. 4 [4.75 mm] sieve as specified in MnDOT Laboratory Procedure 1801. B.8.E Stockpile Do not blend an RAS stockpile with other salvage material. Do not blend MWSS and TOSS. The Contractor may blend virgin sand material with RAS to minimize agglomeration if the Contractor accounts for the blended sand in the final mixture gradation. BAY Certification Ensure the processor provides RAS certification on the following Department form "Scrap Asphalt Shingles from Manufacture Waste" or "Tear -Off Scrap Asphalt Shingles" at www.dot.state.rnn.us/materials/biturninous.htmi B.9 Crushed Concrete and Salvaged Aggregate The Contractor may incorporate no greater than 50 percent of crushed concrete and salvaged aggregate in non -wear mixtures. Do not use crushed concrete in wearing courses. B.10 Ash Sewage sludge ash and waste incinerator ash are allowed as an aggregate source at a maximum of 5% of the total weight of the mixture. Sewage sludge ash for use as an aggregate source in wear or non -wear courses must be approved by examination with the Hazard Evaluation Process by MnDOT's Office of Environmental Stewardship. B.11 Recycled Asphalt Pavement (RAP) BALA Aggregate Angularity Provide combined RAP and virgin aggregates that meet the composite coarse and fine aggregate angularity for the mixture being produced. rubber. 1815. B.11.B Objectionable Material Do not use RAP containing objectionable materials including metal, glass, wood, plastic, brick, or B.11.0 Asphalt Binder Content Determine the asphalt binder content using the MnDOT Lab Manual Method 1851 and 1852: B.11.1) Bulk Specific Gravity Determine the bulk specific gravity in accordance with MnDOT Laboratory Procedure 1205 or C Quality CA Los Angeles Rattler Test .................................................... MnDOT Laboratory Procedure 1210 Ensure a coarse aggregate loss no greater than 40 percent. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 C.2 Soundness (Magnesium Sulfate) Page 58 SAP 182-101-018 MnDOT Laboratory Procedure 1219 Maximum loss after 5 cycles on the coarse aggregate fraction (material retained on No. 4 [4.75 mm] sieve for any individual source within the mix) as follows: (1) Percent passing the % in [19 mm] sieve to percent retained on the %z in [12.5 mm] sieve, :5 14%, (2) Percent passing the '/2 in [12.5 mm] sieve to percent retained on the % in [9.5 ram]sieve, 518%, (3) Percent passing the % in f9.5 mm] sieve to percent retained on the No. 4 [4.75 mm] sieve, 5 23%, (4) For the composite if all three size fractions are tested, the composite loss :5 18%, and acceptance will be granted if: (4.1) If the Contractor meets the composite requirement, but fails to meet at least one of the individual components, the Engineer may accept the source if each individual component is no greater than 110 percent of the requirement for that component. (4.2) If the Contractor meets each individual component requirement, but fails to meet the composite, the Engineer may accept the source if the composite is no greater than 110 percent of the requirement for the composite. Coarse aggregate that exceeds the requirements in this section for material passing the No. 4 [4.75 mm] sieve cannot be used. C.3 Spall Materials and Lumps ............................................... MnDOT Laboratory Procedure 1219 Stop asphalt production if the percent of spall or lumps measured in the stockpile or cold feed exceeds the values listed in Table 3139-3. Determine lump compliance by dry batching. CA Insoluble Residue Test ....................................................... MnDOT Laboratory Procedure 1221 If using Class B carbonate materials ensure the portion of the insoluble residue passing the No. 200 [75 gm] sieve is no greater than 10 percent. D Gradation Ensure the aggregate gradation broad bands meet the following requirements in accordance with AASHTO T -I 1 (passing the No. 200 [75 µm] wash) and AASHTO T-27. Table 3139-2 Aggregate Gradation Broad Bands(percent passingof total washed radation Sieve size A B C D 1 in 25.0 mm] - — 100 ! -- 3/4in[19.0 mm — 100* 85-100 1— %a in 12.5 mm] 100* 85-100 45-90 — % in 9.5 mm] 85-100 35-90 — 100 No. 4 4.75 mm 60-90 30-80 30-75 65-95 No. 8 2.36 mm] 45-70 25-65 25-60 45-80 No. 200 [0.075 mml 2.0-7.0 2.0-7.0 2.0-7.0 3.0-8.0 * The Contractor may reduce the gradation broadband for the maximum aggregate size to 97 percent passing for mixtures containing RAP, if the oversize material originates from the RAP source. Ensure the virgin material meets the requirement of 100 percent passing the maximum aggregate sieve size. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 59 SAP 182-101-018 Table 3139-3 Mixture Aggregate Requirements Traffic Traffic Traffic Traffic Aggregate Blend Property Level 2 Level 3 level 4 Level 5 3-10 10-30 20 year Design ESAL's <1 million 1 - 3 million million million Min. Coarse Aggregate Angularity (ASTM D5821) (one face / two face), %- Wear 301- 551- 85/80 95/90 (one face / two face), %- Non -Wear 301- 55/- 601- 80175 Min. Fine Aggregate Angularity (FAA) (AASHTO T304, Method A) %- Wear 40 42 44 45 %-Non-Wear 40 40 40 40 Flat and Elongated Particles, max % by 10 10 10 weight, (ASTM D 479 1) _ (5:1 ratio (5:1 ratio) 5:1 ratio) Min. Sand Equivalent (AASHTO T 176) - - 45 45 Max. Total Spall in fraction retained on the #4 [4.75mm] sieve — Wear 5.0 2.5 1.0 1.0 Non -Wear 5.0 5.0 2.5 2.5 Maximum Spall Content in Total Sample — Wear 5.0 5.0 1.0 1.0 Non -Wear 5.0 5.0 2.5 2.5 Maximum Percent Lumps in faction 0.5 0.5 0.5 0.5 retained on the #4 4.75mm] sieve Class B Carbonate Restrictions Maximum% 44 [-4.75mm] Final Lift/All other Lifts 100/100 100/100 80/80 50/80 Maximum% +#4 [+4.75mm] Final Lift/All other Lifts 100/100 100/100 501100 0/100 Max. allowable scrap shingles—MWSS 515 515 5/5 5/5 Wear/Non Wear Max. allowable scrap shingles TOSS(`) 5/5 515 0/5 0/0 Final UWAll other Lifts (1) MWSS is manufactured waste scrap shingle and TOSS is tear -off scrap shingle. 3139.3 Permeable Asphalt Stabilized Stress Relief Course (PASSRC) and Permeable Asphalt Stabilized Base (FASB) Requirements A Restrictions Do not use recycled materials including glass, concrete, bituminous, shingles, ash, and steel slag. B Gradation The Gradation limits are also considered the Job Mix Formula (JMF) limits. B.1 PASB SPECL4L PROVISIONS - SP200SBOOK JUNE 30, 2006 Last Revision 217113 Page 60 SAP 182-101-018 Table 31394 PASB Aggre ate Gradation Sieve Size Percent Passing 1 %z inch 37.5 mm 100 1 inch 25.0 mm] 95-100 % inch [ 19.0 R= 85-95 318 inch [9.5 mm] 30-60 No. 4 [4.75 mm 10-30 No. 8 [2.36 mm] 0-10 No. 30 [600 m] 0-5 No. 200 75 m 0-3 B.2 PASSRC Table 3139-5 PASSRC Aggregate Gradation Sieve Size Percent Passing 518 inch [ 16.0 mm] 100 112 inch [12.5 mm 85-100 318 inch [9.5 mm] 50-100 No. 4 [4.75 mm] 0-25 No, 8 2.36 mm] 0-5 C Quality Requirements will meet all of 3139.2.C. D Mixture Quality Requirements Table 3139-6 Mixture Aggregate Re uirements for PASSRC & PASB Aggregate Blend Property Coarse Aggregate Angularity (ASTM D5821) (one face/two face) % PASSRC(') 95/- PASB (�) -/65 Fine Aggregate Angularity (FAA) AASHTO T304, Method A % NA Flat and Elongated Particles, max(2) % by weight, (ASTM D 4791 NA Clay Content 2 AASHTO T 176) NA Total Spall in fraction retained on the 4.75mm [#41 sieve 3.0 Maximum Spall Content in Total Sample 5.0 Maximum Percent Lumps in fraction retained on the 4.75mm [#4 sieve 0.5 (1) Carbonate Restrictions: if Class B (as defined in 3139.2.B.2), crushed carbonate quarry rock (limestone or dolostone), is used in the mixture, or if carbonate particles in the SPECIAL PROVISIONS - SP2005BOOK Page 61 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 material retained on the 4.75 mm [No. 4] sieve exceeds 55 percent, by weight, the minus 0.075 mm [# 200] sieve size portion of the insoluble residue shall not exceed 10 percent. 3139.4 Ultra Thin Bonded Wearing Course (UTBWC) Requirements. A. Restrictions Do not use recycled materials including glass, concrete, bituminous, shingles, ash, and steel slag. B. Coarse Aggregate Provide a Class A aggregate, as defined in 3139.2.B.1, in accordance with the following requirements: Table 3139-7 UTBWC Coarse Aggregate Re uirements Tests MnDOT Laboratory Limit, % Manual Method Flat and elongated ratio at 3:1 1208 :5 25 Los Angeles Rattler Test (LAR) 1210 <_ 40 Bulk Specific Gravity 1204 C. Fine Aggregate Provide fine aggregate, passing the No. 4 [4.75 mm] sieve in accordance with the following requirements: 3139.5 SAMPLING AND TESTING Perform sampling, sieve analysis, lumps, crushing, and shale testing meeting the requirements of the MnDOT Laboratory Manual. S-20 (37531 TYPE 1-D MEMBRANE CURING COMPOUND (2011 Version) NEW WRITEUP 12122110 SP2005-262 The following is hereby added to the MnDOT Standard Specifications: 3753 TYPE 1-D MEMBRANE CURING COMPOUND 3753.1 SCOPE Provide clear or translucent liquid membrane forming curing compounds with a Type 1-D fugitive dye for spray application on portland cement colored or stamped surfaces, where a finished white surface would mask the decorative finished concrete surface when exposed to the air. 3753.2 REQUIREMENTS Table 3139-8 Fine Aggregate Requirements Tests Method Limit, Sandequivalent* AASHTO T 176 >_ 45 Uncom acted void content MnDOT Laboratory Manual 1206 >_ 40 Bulk Specific Gravity MnDOT Laboratory Manual 1205 3139.5 SAMPLING AND TESTING Perform sampling, sieve analysis, lumps, crushing, and shale testing meeting the requirements of the MnDOT Laboratory Manual. S-20 (37531 TYPE 1-D MEMBRANE CURING COMPOUND (2011 Version) NEW WRITEUP 12122110 SP2005-262 The following is hereby added to the MnDOT Standard Specifications: 3753 TYPE 1-D MEMBRANE CURING COMPOUND 3753.1 SCOPE Provide clear or translucent liquid membrane forming curing compounds with a Type 1-D fugitive dye for spray application on portland cement colored or stamped surfaces, where a finished white surface would mask the decorative finished concrete surface when exposed to the air. 3753.2 REQUIREMENTS SPECIAL PROVISIONS - SP2005BOOK Page 62 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 A General Provide membrane curing compound meeting the following requirements: • All membrane -curing compounds pre -approved by the Department before use. The most current approved lots and batches with product expiration dates are available from the Approved Products list, • Meets the requirements of the MnDOT Curing Compound Manufacturer Approval Program, as listed in the MnDOT Approved Products List, including pre -testing of materials by the manufacturer, • Meets the requirements of ASTM C 309, Type 1-D Curing Compound, and • The Engineer will not allow the use of curing compound that is over I year from the manufacture date. The Contractor may use Type 1-D curing compound in other concrete applications as approved by the Engineer or as shown on the Special Provisions. Use of any other Type 1 curing compound is at the discretion of the Engineer in conjunction with the Concrete Engineer, 3753.3 SAMPLING AND TESTING Provide samples for testing meeting the requirements of the Schedule of Materials Control. Test the material at an application rate of 200 sq. ft. per gal [5 sq. m per L]. S-21 3754 POLY -ALPHA METHYLSTYRENE AMS MEMBRANE CURING COMPOUND (20:1 ';rersior) REVISED AND RENUMBERED 12/22/10 SP2005-263 MnDOT 3754 is hereby deleted and replaced with the following: 3754 POLY -ALPHA METHYLSTYRENE (AMS) MEMBRANE CURING COMPOUND 3754.1 SCOPE Provide poly -alpha methylstyrene liquid membrane curing compounds for spray application on portland cement concrete surfaces exposed to the air. 3754.2 REQUIREMENTS Provide membrane -curing compound meeting the following requirements: (1) All membrane -curing compounds pre -approved by the Department before use. The most current approved lots and batches with product expiration dates are available from the Approved Products list. (2) Meets the requirements of the MnDOT Curing Compound Manufacturer Approval Program, including pre -testing of all materials by the manufacturer. (3) Meets the requirements of ASTM C 309 for the type required by the Contract. (4) The Engineer will not allow the use of curing compound that is over 1 year from the manufacture date. (5) White pigmented Type 2, Class B. (6) Resin is 100 percent poly -alpha methylstyrene. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 63 SAP 182-101-018 Table 3754-1 Requirements for 3754 AMS Curing Compound Properties Range Total solids, % by weight of compound >_ 42 % reflectance in 72 h ASTM E 1347 >_ 65 Loss of Water, kg/sq. m in 24 h ASTM C 156 :S 0.15 Loss of Water, kg/sq. m in 72 h (ASTM C 156) :50.40 Settling Test, ml/100 ml in 72 h* < 2 V.O.C. Content, < 350 Infrared Spectrum, vehicle 100% a. methylstyrene * Test in accordance with the method on file at the Materials Laboratory. I� Match the infrared scan for the dried vehicle from the curing compound to the infrared scan on file at the Materials Laboratory 3754.3 SAMPLING AND TESTING Provide samples for testing meeting the requirements of the Schedule of Materials Control. Test the material at an application rate of 200 sq. ft per gal [5 sq. m per L]. S-22 (3755) LINSEED OIL MEMBRANE CURING COMPOUND (23:1 Versio: ) NEW WRITEUP 12!22110 SP2005-264 The following is hereby added to the MnDOT Standard Specifications: 3755 LINSEED OIL MEMBRANE CURING COMPOUND 3755.1 SCOPE Provide extreme service white pigmented, heavy bodied linseed oil emulsion for application as a membrane cure and sealer. 3755.2 REQUIREMENTS Provide membrane curing compounds meeting the following requirements: (1) All membrane -curing compounds pre -approved by the Department before use. The most current approved lots and batches with product expiration dates are available from the Approved Products list. (2) Meets the requirements of the MnDOT Curing Compound Manufacturer Approval Program, including pre -testing of materials by the manufacturer, (3) Composed of a blend of boiled linseed oil and high viscosity, heavy bodied linseed oil emulsified in a water solution meeting the requirements of ASTM C 309, Type 2, except the Department will waive the drying time, (4) The Engineer will not allow the use of curing compound that is over I year from the manufacture date, (5) Sprayable at temperatures of at least 40° F [4° C], and (6) Chemical requirements in accordance with the following table: Table 3755-1 Chemical Requirements of Linseed Oil Membrane Curing Compound volumes exclusive of added pigment) Material Requirements I Percent by Weight SPECIAL PROVISIONS - SP2005BOOK ,TUNE 30, 2006 Last Revision 2/7/13 Oil phase 50% =L 4% by volume): Boiled linseed oil 80 Z-8 viscosity linseed oil 20 Waterphase (50% t 4% by volume) 100 3755.3 SAMPLING AND TESTING Page 64 SAP 182-101-018 Provide samples for testing meeting the requirements of the Schedule of Materials Control. Test membrane curing compound at an application rate of 200 sq. ft per gal [5 sq. m per L1. S-23 (3876) SEED REVISED 8127109 RENUMBERED 12/22/10 SP2005-266 The provisions of MnDOT 3876 are supplemented and/or modified with the following: S-23.1 The second paragraph of MnDOT 3876.1 is hereby deleted and replaced with the following: Pure live seed (PLS) is the percent of seed germination plus dormant and/or hard seed times the percent of seed purity of each species divided by 100. S-23.2 MnDOT 3876.2A General Requirements is hereby deleted and replaced with the following: A General Requirements All seed lots shall conform to the latest seed law of the State (Minnesota Statutes 21.80-21.91, last revised 812106), and any applicable federal regulations, including those governing labeling and weed seed tolerances. Seed lots sold or offered for sale in the state of Minnesota are subject to inspection, sampling, and testing for verification of label claims and compliance with the Minnesota Seed Law by the Department of Agriculture (M.S. 18.1.04). Tolerances for germination and purity factors will be applied as established in Rules 1510.0050, 1510.0060, 1510.0070, 1510.0080, 1510.0090 and 1510.0100 to seed lots sampled and tested by official methods. For all seed used in MnDOT mixes or projects, tests for viability (including germination and TZ tests) are valid for 12 months from the test date, exclusive of the month the test was completed. Seed shall be installed while tests are still valid. All legume seed, including native legumes, shall have been pre -inoculated with the proper bacterial culture for the species being inoculated and with the bacteria culture designed for this purpose (pre -inoculation), in the manner and within the time specified by the manufacturer. Al Labeling Contractor shall supply seed that is labeled according to the labeling requirements for agricultural seed as set forth in the Minnesota Seed Law, section 21.82. The Contractor shall supply seed that also contains the following information: a) County of genetic origin for each native component (List at least two counties for germplasm comprising accessions from multiple counties) b) PLS percent for each mix component (Purity x Total Germination and Hard or Dormant Seed/100) for each mix component (For PLS component of mix's) C) Total PLS weight for the bag. The tag shall identify this as the pay item. (For PLS component of mix's) d) Total bulk weight for the bag e) Area covered by the amount of seed in the bag when applied at the rate specified for the mix f) All information pertaining to individual components in a mix is required for all components, including those that constitute less than 5% of the total mix. SPECIAL PROVISIONS - SP2005BOOK Page 65 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 Tags must not be hand written. If any of the above mentioned information is not included on the tag the material will be subject to specification 1503. When multiple bags are required to keep certain species or groups of species separate for the purpose of seeding those bags may be placed inside of a larger bag as long as each bag is labeled separately and the outer bag is labeled with the name of the mix. Each package of seed must include a "Certified Vendor" tag that is issued by MnDOT Erosion Control unit. This will indicate that the seed has come from a MnDOT Approved Seed Vendor as described in 3876.3. A2 Seed Cleaning Contractor shall use seed that has been cleaned to an extent sufficient to allow its passage through appropriate seeding equipment. Seed of introduced species must be suitable for use in conventional seeders. Seed of native species must be suitable for use in native seed drills without plugging up the boxes, drop tubes, or planting units of the seed drills. Contractor shall not use seed that has been conditioned so much that it suffers reduced viability as a result. A3 Substitutions Alternate species or germplasm may only be used by requesting permission from the Office of Environmental Services Turf and Erosion Control Engineering Unit. Requests for permission must include written proof from three potential suppliers that the specified germplasm is not available. Approved substitutions will be named in a memo at the time they are approved. All currently approved substitutions will be posted on the Office of Environmental Services Erosion Control Unit website. Use of germplasm not listed herein will be considered unacceptable and will be subject to 1503. A4 Requirements for seed of native species Contractor shall supply and plant all seed in the 300 series mixes as pure live seed (PLS). This includes the cover crop, grass, sedge, and forb components. All seed in the cover crop component of mixes in the 300 series must be certified by the Minnesota Crop Improvement Association (MCIA) or the appropriate seed certifying agency in the seed's state of origin, if other than Minnesota. All native seed used in mixes in the 300 series shall be certified by the Minnesota Crop Improvement Association (MCIA) in the Source Identified class. The genetic origin for this seed shall be within Minnesota or eastern North Dakota, eastern South Dakota, northern Iowa, or western Wisconsin. Source Identified seed shall be accompanied by the appropriate quality mark documentation from the MCIA, in the form of a MCIA-labeled yellow tag or certification certificate. County of genetic origin shall be clearly identified on the seed label for all native seed. Selected class and Tested class germplasm of native species listed in Table 3876-1 located on the website of the Office of Environmental Services Erosion Control unit may be used in 100 and 200 series seed mixtures. If a specified species or germplasm is not available, substitutions will be granted for native seed in the 300 series mixes according to the following order of preference: 1) First preference, MCIA certified Source Identified class with a genetic origin in Minnesota or eastern North Dakota, eastern South Dakota, northern Iowa, or western Wisconsin 2) Second Preference: Source Identified seed certified by a seed certifying agency other than MCIA but with a genetic origin in Minnesota or eastern North Dakota, eastern South Dakota, northern Iowa, or western Wisconsin 3) Third Preference: Certified seed of varieties/germplasm listed in Table 3876-1. 4) Fourth Preference: Wild Type from Minnesota or eastern North Dakota, eastern South Dakota, northern Iowa, or western Wisconsin. Wild type seed is defined as seed of a local or regional ecotype that has originated from remnant native stands and that has not undergone any intentional selection process. SPECL4L PROVISIONS - SP2005BOOK JUNE 30, 2006 Page 66 Last Revision 217113 SAP 182-101-018 S-23.3 MnDOT Table 3876-1 is hereby deleted and replaced with the following: TABLE 3876-1 NATIVE GRASSES SEED COUN'T'S AND ACCEPTABLE GERMPLASM Trade Name Scientific Name+ Acceptable Varieties/Germplasm* Seeds Per Pound Big Bluestem Andropogon gerardi Bonilla, Bison 131,200 Sideoats Grama. Bouteloua curtipendula 96,000 Blue Grama Bouteloua gracilis 640,000 Fringed Brome Bromus ciliatus 160,000 Kaltn's Brome Bromus kalmii 128,000 Hairy wood chess Bromus purgans 121,600 Buffalo grass Buchloe dactyloides 51,200 Blue -joint grass Calamagrostis Canadensis 3,360,000 Bottle Brush Sedge Carex comosa 384,000 Tussock Sedge Carex stricta 848,000 Fox Sedge Carex vulpinoldea 1,440,000 Canada Wild Rye Elymus canadensis Mandan 67,200 Bottle brush grass Elymus hystrix 75,200 Slender Wheat Grass Elymus trachycautus Revenue 135,000 Virginia Wild Rye Elymus A.rginicus 62,400 Western Wheat Grass Elytrigia smithit 113,600 Reed Manna Grass Glyceria grandis 1,280,000 Fowl Manna Grass Glyceria striata 2,560,000 Common rush Juncos effusus 16,000,000 June Grass Koeleria macrantha 2,400,000 Switch Grass Panicum virgatum Forestburg, Dacotah 224,000 Fowl Bluegrass Poa palustris 2,080,000 Canada Bluegrass Poa compressa 2,400,000 Little Bluestem Schizachyrium scoparium Itasca Germplasm 140,800 Green Buhush Scirpus atrovirens 2,240,000 Wool -grass Scirpus cyperinus 2,880,000 Soft -stem Bulrush Scirpus validus 496,000 Indian Grass Sorghasirum nutans Tomahawk 132,800 Prairie Cordgrass Spartina pectinata Red River Germplasm 105,600 Rough Dropseed Sporobolus asper 480,000 Sand Dropseed Sporobolus cryptandrus 3,200,000 Prairie Dropseed Sporobolus heterolepsis 224,000 Green Needle Grass Stipa viridula I20,000 * Varieties listed are approved for use in 100 and 200 series mixes. Their substitution for MCIA Source Identified seed in 300 series mixes is only allowed upon satisfaction of the requirements of 3876.2 A5. When multiple varieties are listed for a single species, they are listed in order of preference. SPECLgL PROVISIONS - SP2005BOOK Page 67 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 S-23.4 Delete MnDOT 3876.2B Requirements for Native Grasses, Sedges, Rushes (label and paragraphs) and replace with: B Requirements for Native Grasses, Sedges, and Rushes ...........................................Table 3876-1 (Keep table 3876-1) S-23.5 Delete MnDOT 3876.2E Requirements for Native Forbs (Wildflowers): (label and paragraphs) and replace with: F Requirements for Native Forbs (Wildflowers)......................................................... Table 3876-4 (Keep table 3876-4) S-23.6 Mixtures 260 and 270 in MnDOT Table 3876-5 are hereby deleted and replaced with the following: Mixture: 260 Common Name Bulk Rate % of Mix Component kg/ha lb/ac Bluegrass, Kentucky "Certified Park" 35.8 40 32.0 Bluegrass, Canada 11.2 12.5 10.0 Bluegrass, Kentucky - Low Maintenance 33.6 37.5 30.0 Fescue, hard 9.0 10 8.0 Rye-grass, perennial 22.4 25 20.0 GRAND TOTALS: 112 125 100.0 Any accepted low maintenance Kentucky Bluegrass Except 'Park" Purpose: Commercial Turf Mixture: 270 Common Name Bulk Rate % of Mix Component kg/ac lb/ae Bluegrass, Kentucky - Elite 33.6 37.5 25.0 Bluegrass, Kentucky - Improved 33.6 37.5 25.0 Bluegrass, Kentucky - Low Maintenance 33.6 37.5 25.0 Red fescue, creeping 10.8 12 8.0 Rye-grass, erennial 22.8 25.5 17.0 GRAND TOTALS: 134.4 150 100.0 Purpose. Residential Turf SPECIAL PROVISIONS - SP2005BOOK Page 68 JUNE 30, 2006 Last Revision 217113 SAP 182-101-018 S-23.7 The 300 series mixes from MnDOT Table 3876-5 are hereby deleted and replaced with the following: Table 3876-5 Mixture: 310 Common Name PLS Rate % of Mia Component kg1ha lb/ac Bluestem, biR 2.8 2.5 25.0 Indian grass 2.8 2.5 25.0 Wild -rye, Virginia 2.2 2.0 20.0 Switch grass 0.6 0.5 5.0 Blue -joint grass 0.3 0.25 2.5 Green bulrush 0.3 0.25 2.5 Wool grass 0.3 0.25 2.5 Giant bur reed 0.3 0.25 2.5 Cordgrass, prairie 1.7 1.5 15.0 Grass Totals: 1 11.3 10.0 100.0 kg/ha lb/ac Winter Wheat* 62.7 56.0 80.0 Rye-grass, annual 12.5 11.2 16.0 Wheat ss, slender 3.1 2.8 4.0 Cover Crop Totals: 78.3 70 100.0 Wet Forbs Mixture (Table 3876 2.2 2.0 100.0 GRAND TOTALS: 91.8 82.0 100.0 *Oats to be substituted forspring plantings Purpose: Native mix for wetter areas. Infiltration ponds, dry ponds, wet ditches. Tall height. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Mixture: 325 Common Name k PLS Rate ha lb/ac % of Mix Component Bluestem, big 1.7 1.5 15.0 Fringed brome 1.7 1.5 15.0 Wheat grass, slender 1.7 1.5 15.0 wild -Tye 1.7 1.5 15.0 -Virginia Switch grass 0.6 0.5 5.0 Fowl blue ass 1.7 1.5 15.0 Indian grass 1.7 1.5 15.0 Prairie cord grass 0.6 0.5 5.0 Grass Totals: 11.4 10.0 100.0 Common Name PLS Rate ha lb/ac % of Mix Component Blue -joint grass 0.22 0.2 10.0 Bottlebrush sedge 0.34 0.3 15.0 Tussock sedge 0.22 0.2 10.0 Fox sed a 0.22 0.2 10.0 Reed manna grass 0.22 0.2 10.0 Fowl manna grass 0.22 0.2 10.0 Green bulrush 0.22 0.2 10.0 Wool grass 0.22 0.2 10.0 Soft -stem bulrush 0.34 0.3 15.0 Sedge Totals: 2.22 1 2.0 100.0 Common Namekg/ha PLS Rate lb/ac % of Mix Component Winter Wheat* 61.6 56 80.0 annual 12.3 11.2 16.0 -11ye-grass, Wheat ass, slender 3.1 2.8 4.0 Cover Crop Totals: 77 70 100.0 Wet Forbs Mixture Table 3876-6) 2.2 2.0 100.0 GRAND TOTALS: 1 92.8 1 84.0 100.0 *Oats to be substituted forspring plantings Purpose: Native sedge/prairie meadow mix. Reaches a height of 915 mm to 1220 mm (36 to 48 inches). Developed for use on hydric soils and for wetland restoration. Page 69 SAP 182-101-018 SPECIAL PROVISIONS - SP.2005BOOK JUNE 30, 2006 Last Revision 217113 Page 70 SAP 182-101-018 Mixture: 328 Common Name PLS Rate kg/ha Ib/ac % of Mix Component Bluestein, big 2.2 2 12.5 Brome, fringed 2.2 2 12.5 Wild -rye, Virginia 4.4 4 25.0 Switch ass 1.1 1 6.3 Bluegrass, fowl 1 5.5 1 5 31.2 Indian s 2.2 2 12.5 Grass Totals: 17.6 16.0 100.0 Common Name PLS Rate kg/ha lb/ac % of Mix Component Winter Wheat* 61.6 56.0 80.0 Rye-grass, annual 12.3 11.2 16.0 Wheat ass, slender 3.1 2.8 4.0 Cower Crop Totals: 77 70 100.0 Common Name PLS Rate kg/ha lb/ac % of Mix Component Milkweed, marsh 0.33 0.3 15.0 Prairie clover, purple 0.33 0.3 15.0 Tic -trefoil, showy 0.33 0.3 15.0 Sunflower, early 0.33 0.3 15.0 Black-eyed Susan 0.55 1 0.5 25.0 Vervain blue 0.33 0.3 15.0 Econom Forbs Totals: 2.2 2.0 100.0 GRAND TOTALS: 96.8 88.0 100.0 *Oats to be substituted forspring lantin s Purpose: Native mix for infiltration ponds, dry ponds, temporary wet ditches. Tall height Page 70 SAP 182-101-018 SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Mixture: 330 Common Name PLS Rate kg/ha lblac % of Mix Component Crrama, sideoats 3.4 3.0 21.5 CGrama, blue 2.8 2.5 18.0 Bluestein, little 3.9 3.5 25.0 June grass 1.1 1.0 7.0 Dro seed, sand 1.1 1.0 7.0 Canadian 3.4 1 3.0 21.5 -Wild-rye, Grass Totals: 15.7 14.0 100.0 -Bluegrass, June pyass 0.6 0.5 3.5 Common Name PLS Rate kg/ha lb/ac % of Mix Component Winter Wheat* 62.7 56.0 80.0 annual 12.5 11.2 16.0 -Rye-grass, Wheat ass, slender 3.1 2.8 4.0 Cover Crop Totals: 78.3 70 100.0 -Rye-grass, Wheat ass, slender 3.1 2.8 4.0 Dry Forbs Mixture Table 3876-6 0.6 0.5 100.0 GRAND TOTALS: 94.6 84.5 100.0 Dry Forbs Mixture Table 3876-6 0.6 0.5 *Oats to be substituted for 52ring plantings GRAND TOTALS: Application: Native mix for Sandy/dry Sandy/dry areas. Short height. Mixture: 340 Common Name PLS Rate a lb/ac % of Mix Component Bluestein, big 3.3 3.0 21.5 Bluestein, little 2.8 2.5 18.0 Wild- e, Canadian 2.2 2.0 14.0 Grama, sidcoats 2.2 2.0 14.0 Switch Eass 0.6 0.5 4.0 Dro seed, sand 0.6 0.5 3.5 Canada 3.4 3.0 21.5 -Bluegrass, June pyass 0.6 0.5 3.5 Grass Totals: 1 15.7 14.0 100.0 Common Name PLS Rate /ha Ib/ac % of Mix Component Winter Wheat* 62.7 56.0 80.0 annual 12.5 11.2 16.0 -Rye-grass, Wheat ass, slender 3.1 2.8 4.0 Cover Crop Totals: 78.3 70 1 100.0 Dry Forbs Mixture Table 3876-6 0.6 0.5 100.0 GRAND TOTALS: 94.6 84.5 100.0 *Oats to be substituted for spi#g plantings -Purpose: Native mix for Sandy/DEy areas. Mid -height. Page 71 SAP 182-101-018 SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 72 SAP 182-101-018 S-23.8 MnDOT Table 3876-6 is hereby deleted and replaced with the following: Table 3876-6 Mixture: 350 Common Name PLS Rate /ha lb/ac % of Mix Component Bluestein, big 3.4 3.0 21.5 Indian grass 2.8 2.5 18.0 Bluestem, little 2.8 2.5 18.0 Grama, sideoats 3.4 3.0 21.5 Wild -rye, Canadian 1 2.2 2.0 14.0 Switch ass 1.1 1.0 7.0 Grass Totals: 15.7 14.0 100.0 Liatrispyenostachya 5.0 Bergamot, wild Monarda astulosa Common Name PLS Rate kg1ha lb/se % of Mix Component Winter Wheat* 62.7 56.0 80.0 -Rye-grass, annual 12.5 11.2 16.0 Wheatgrass, slender 3.1 2.8 4.0 Cover Crop Totals: 78.3 70 100.0 Vervain, hoary Verbena stricta 5.0 Alexanders, heart -leaved Mesic Forbs Mixture Table 3876fi 0.6 0.5 100.0 GRAND TOTALS: 1 94.6 84.5 100.0 Rate: 0.6 ha (% pounds per acre) PLS. *Oats to be substituted forspring plantings Application: Native mix for general roadside areas. S-23.8 MnDOT Table 3876-6 is hereby deleted and replaced with the following: Table 3876-6 Mixture: Mesic Forbs Common Name Botanical Name % of Mix Aster, smooth -blue Aster laevis 5.0 Milkvetch, Canada Astragalus canadensis 5.0 Prairie clover, white Dalea candidum 5.0 Prairie clover, purple Dales purpureum 5.0 Tick -trefoil. Showy Desmodium canadense 5.0 Coneflower, narrow -leaved Echinacea angustifolia 5.0 Ox -eye, common Helio sis helianthoides 5.0 Coneflower, grey -headed Ratibida pinnata 5.0 BIazin star, rough Liatris aspera 5.0 Blazin star, tall Liatrispyenostachya 5.0 Bergamot, wild Monarda astulosa 5.0 Penstemon showy Penstemon grandiflorum 5.0 Mint, mountain P cnathemum v' nianum 5.0 Coneflower, columnar Ratibida column era 5.0 Black-eyed Susan Rudbeckia hirta 5.0 Goldenrod, stiff Solids o rigida 5.0 Vervain, blue verbena hastata 5.0 Vervain, hoary Verbena stricta 5.0 Alexanders, heart -leaved Zizea aptera 5.0 Alexanders, golden Zizia aurea 5.0 Total. 100.0 Rate: 0.6 ha (% pounds per acre) PLS. SPECIAL PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 73 SAP 182-101-018 Mixture: Dry Forbs Common Name Botanical Name % of Mix Leadplant Amor ha canescens 10.0 Milkweed, butteffly Asclepias tuberosa 2.0 Aster, heath Aster ericoides 4.0 Tic -seed, stiff Coreo sis palmate 2.0 Yarrow Achillea mille olium 2.0 Long -leaved bluets Hed ods longifolia 1.0 Bushclover, round -headed Les edeza capitata 3.0 Blazin star, rough Liatris aspera 4.0 Blazin star, dotted Liatris punctata 3.0 Lupine, wild Lupinus perennis 5.0 Prairie clover, white Dalea candidum 5.0 Prairie clover, purple Dales ur ureum 16.0 Prairie rose Rosa arkansana 1.0 Black-eyed susan Rudbeckia hirta 18.0 Goldenrod, gray Salida o nemoralis 3.0 Goldenrod, upland Salida o tarmicoides 1.0 Goldenrod, stiff Solids o rigida 2.0 Goldenrod, showy Salida o speciosa 2.0 Vervain, hoary Verbena stricta 14.0 Alexander's, olden Zizea aures 2.0 Total: 100.0 Rate: 0.6 /ha '/ pounds per acre PLS SPECLU PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 74 SAP 182101-018 S-24 X3877) TOPSOIL BORROW NEW WRITEUP 5115112 SP2005-266.1 MnDOT 3877 is hereby modified as follows: S-24.1 MnDOT 3877.2A (Topsoil Borrow) is hereby deleted and the following substituted therefore: A Topsoil Borrow Topsoil borrow for general use as a turf growing medium shall meet the requirements of Table 3877-1: Mixture: Wet Forbs j Common Name Botanical Name % of Mix Hyssop, fra ant giant A astache geniculum 2A Water plantain Alisma subcordatum 4.0 Meadow garlic Allium canadense 1.0 Anemone, Canada Anemone Canadensis 1.0 Milkweed, marsh Asclepias incarnata 2.0 Aster, panicled Aster simplex 3.0 Aster, New England Aster novaean liae 3.0 Aster, red -stalked Asterpuniceus 3.0 Aster, flat-topped Aster umbellatus 1.0 Tick trefoil, Canada Desmodium glutinosum 1.0 Joe- a weed Eu atorlum maculatum 17.0 Boneset Eupatorium perfoliatum 10.0 Goldenrod, ass -leaved Solids o graminifolia 2.0 Sneezeweed Helenium autumnale 1.0 Giant sunflower Helianthus giganteus 2.0 Ox -eye, common Helio sis hehanthoides 1.0 Great St John's wort H ericum pyyamidatum 2.0 Iris, wild Iris versicolor 1,0 Blazin star, tall Liatris pycnostaca 8.0 Ber amo4 wild Monardafistulosa 1.0 Prairie clover, white Dalea candidum 1.0 Prairie clover, purple Daleapurpureurn 2.0 Mountain mint P cnathemum vir inianum 1.0 Black-eyed susan Rudbeckia hirta 6.0 Goldenrod, stiff Solidago rigida 2.0 Tall meadow rue Thalictrum Ygsycarpum 2.0 Vervain, blue Verbena hastata 14.0 Ironweed Veronia asciculate 1.0 Culver's root Veronicastrum vir inicum 3.0 Alexander's, golden Zizea aurea 2.0 Total: 100.0 Rate: 2.2 k ha 2 oundslacre PLS S-24 X3877) TOPSOIL BORROW NEW WRITEUP 5115112 SP2005-266.1 MnDOT 3877 is hereby modified as follows: S-24.1 MnDOT 3877.2A (Topsoil Borrow) is hereby deleted and the following substituted therefore: A Topsoil Borrow Topsoil borrow for general use as a turf growing medium shall meet the requirements of Table 3877-1: SPECL4L PROVISIONS - SP2005BOOK JUNE 30, 2006 Last Revision 217113 Page 75 SAP 182-101-018 S-24.2 MnDOT 3877.2B (Select Topsoil Borrow) is hereby deleted and the following substituted therefore: B Select Topsoil Borrow Select topsoil borrow for use as a plant growing medium in designated areas, such as landscape beds, shall meet the requirements of Table 3877-2: TABLE 3877-1 TOPSOIL BORROW REQUIREMENTS Requirement Range Test Method Material passing 114 inch [6.35 mm] > 85% — Clay 5%-30% ASTM D 422 Silt 10%-70% ASTM D 422 Sand 10% 70% ASTM D 422 Organic matter 3%-20% ASTM D 2974 H 6.1--7.8 ASTM G51 S-24.2 MnDOT 3877.2B (Select Topsoil Borrow) is hereby deleted and the following substituted therefore: B Select Topsoil Borrow Select topsoil borrow for use as a plant growing medium in designated areas, such as landscape beds, shall meet the requirements of Table 3877-2: S-24.3 MuDOT 3877.2C (Premium Topsoil Borrow) is hereby deleted and the following substituted therefore: C Premium Topsoil Borrow Premium topsoil borrow for use as a plant growing medium in critical areas and top dressing erosion stabilization mats shall meet the requirements of Table 3887-2 and shall be screened and pulverized. S-25 (3889) TEMPORARY DITCH _CHECKS RENUMBERED 12/22/10 SP2005-267 The provisions of MnDOT 3889 are supplemented and/or modified with the following: S-25.1 MnDOT 3889.2B Type 2: Bioroll, is revised to read as follows: Type 2 ditch checks shall consist of 3897 Filter Log Type; Straw Bioroll or Wood Fiber Bioroll. S-25.2 MnDOT 3889.2C Type 3: Bioroll Blanket System, is revised to read as follows: Type 3 ditch checks shall consist of two components; Filter Log Type; Straw Bioroll or Wood Fiber Bioroll in accordance with 3897, staked on top of a Category 3, specification 3885 erosion control blanket. The blanket shall form a minimum width of 3.7 m (12 feet) perpendicular to the ditch gradient. TABLE 3877-2 SELECT TOPSOIL BORROW Requirement Range Test Method Material passing 114 inch 6.35 mm >:90% — Clay 5%-30% ASTM D 422 Silt 10%-50% ASTM D 422 Sand 20%-70% ASTM D 422 Organic matter 3%-20% ASTM D 2974 H 6.1-7.5 ASTM G51 Soluble salts < 0.15 siemenslm [1.5 mmho/em] American Society Agronomy Chapter 62.2 S-24.3 MuDOT 3877.2C (Premium Topsoil Borrow) is hereby deleted and the following substituted therefore: C Premium Topsoil Borrow Premium topsoil borrow for use as a plant growing medium in critical areas and top dressing erosion stabilization mats shall meet the requirements of Table 3887-2 and shall be screened and pulverized. S-25 (3889) TEMPORARY DITCH _CHECKS RENUMBERED 12/22/10 SP2005-267 The provisions of MnDOT 3889 are supplemented and/or modified with the following: S-25.1 MnDOT 3889.2B Type 2: Bioroll, is revised to read as follows: Type 2 ditch checks shall consist of 3897 Filter Log Type; Straw Bioroll or Wood Fiber Bioroll. S-25.2 MnDOT 3889.2C Type 3: Bioroll Blanket System, is revised to read as follows: Type 3 ditch checks shall consist of two components; Filter Log Type; Straw Bioroll or Wood Fiber Bioroll in accordance with 3897, staked on top of a Category 3, specification 3885 erosion control blanket. The blanket shall form a minimum width of 3.7 m (12 feet) perpendicular to the ditch gradient. PREFORMED RIGID PVC CONDUIT LOOP DETECTOR PROVISIONS August 10, 2010 DIVISION SS SS -1 (1802) QUALIFICATION OF WORKERS The provisions of Mn/DOT Specification 1802 are hereby supplemented with the following: Signal and Lighting Certification will be required for all Contractors, Supervisors or Foreman involved in the field installation of the Traffic Signal and/or Lighting portion of this Project. Signal and Lighting Certification, Level II, is available through the Mn/DOT Office of Traffic, Safety, and Technology (OTST). Questions regarding certification or past certification may be directed to the Mn/DOT Office of Traffic, Safety, and Technology (OTST) at Telephone No. (651) 234-7055. Certified Contractor personnel shall be on the Project work site at all times to perform or directly supervise the installation of a Traffic Signal System or a Lighting system.. SS -2 (2565) LOOP DETECTORS This work shall consist of furnishing, installing, and making operational new loop detectors due to milling and roadway construction in accordance with the applicable provisions of MnMOT 2565; Standard Plate 8132; with the current edition of the National Electrical Code; with the Plans; as directed by the Engineer; and as follows: SS -2.1 GENERAL The intersection layouts indicating the affected loop detectors to be replaced are included elsewhere in these Special Provisions "For Information Only". The signals on the Project where damage to the loop detectors is anticipated are owned by MnDOT. Acceptance of the new loops installed is subject to MnDOT approval. Any work being completed near the signal loops must be coordinated with MnDOT prior to any disturbances. Coordination can be accomplished via the Engineer. SS -2.2 MATERIALS Loop Detector Splices The Contractor shall furnish and install qualified loop detector splice kits. The qualified splice kits may be found at the Office of Traffic, Security, and Operations (OTSO) WEB site under the Qualified Products List. h=://www.dot.state.mn.us/trafficenp-/desiptools/index.html 1 -SS PREFORMED RIGID PVC CONDUIT LOOP DETECTOR PROVISIONS August 10, 2010 THE CONTRACTOR SHALL INSTALL LOOP DETECTOR SPLICES ACCORDING TO THE MANUFACTURER'S INSTRUCTIONS. SS -2.3 CONSTRUCTION REQUIREMENTS A Loop Detector Installation The Contractor shall install loop detectors in accordance with Standard Plate 8132; as marked by the Engineer; and with the applicable provisions of Mn/DOT 2565.3G. The loop detector roadway conductors and the loop detector lead-in cable conductors shall be properly prepared and cleaned before splicing. Prior to installing the approved loop detector splice kit, the Contractor shall solder the ends of the loop detector lead-in conductors to the roadway loop detector conductors, and shall furnish and install an appropriate sized wire nut to the soldered ends prior to installation of the splice kit. Splice kits shall be installed in handholes in such a manner as to ensure that each splice kit is suspended and/or secured near the top of the handhole to the satisfaction of the Engineer (placing splice kits on top of the electrical cables and conductors is NOT acceptable). Loop detectors shall be spliced using an approved splice kit as specified elsewhere in these Special Provisions. ALL LOOPS DETECTORS SHALL BE SPLICED AND MADE OPERATIONAL WITHIN ONE (1) DAY AFTER THE LOOP DETECTOR INSTALLATION. B Loop Detector Test Report The Contractor shall furnish to the Engineer, in triplicate, a signed and dated "LOOP DETECTOR TEST REPORT" for each loop detector furnished and installed as part of this Contract with the following information: State Project Number and Intersection. 2. Loop Detector Number (as directed by the Engineer), Dimensions of Loop Detector (Length and Width in feet) as installed, and Number of Turns of Wire in Loop Detector as installed. 3. CONTINUITY TEST --- The loop detector shall be tested for continuity at the handhole prior to splicing with the loop detector lead-in cable (shall have a value less than 0.5 ohms). 4. INDUCTANCE TEST - - The loop detector shall have an inductance test measured at the handhole prior to splicing with the loop detector lead-in cable (shall have a value greater than 50 microhenries). 2 -ss PREFORMED RIGID PVC CONDUIT LOOP DETECTOR PROVISIONS August 10, 2010 5. INSULATION RESISTANCE TEST --- The loop detector shall have an insulation resistance test at high voltage measured at the loop detector location prior to splicing with the loop detector lead-in cable (shall have a value greater than 100 megohms). The three (3) final loop detector test reports shall be distributed by the Engineer as follows: 1. Original report to the official project file. 2. Copy in cabinet. 3. Copy to the District Traffic Office. All loop detector tests shall be made by the Contractor at his own expense to demonstrate to the satisfaction of the Engineer that the materials and installation of each loop detector are in accordance with the requirements of the Plans and these Special Provisions. The Contractor shall provide, without cost to the Department such electrical instruments, apparatus, tools, and labor as may be necessary to make the required loop detector tests on each loop detector. Such electrical instruments, apparatus, and tools shall remain the property of the Contractor after the tests are completed. In the event that the loop detector "fails" any one of the above-mentioned loop detector tests, the Engineer may direct the Contractor to replace any part of or the entire loop detector, all at the Contractor's own expense (NO Supplemental Agreement will be written for replacing any part of or the entire loop detector). All of the above-mentioned loop detector tests shall be repeated and recorded for the "revised" loop detector. Each loop detector furnished and installed as part of this Contract shall "pass" the above- mentioned loop detector tests. These tests shall not preclude the Department from testing each loop detector with their own test equipment to ensure proper operation. SS -2.4 MEASUREMENTS AND PAYMENTS PREFORMED RIGID PVC CONDUIT LOOP DETECTOR 6'x 6' Furnishing, installing, and making operational loop detectors as specified herein at the locations indicated in the Plans will each be measured as an integral unit complete in place and operating and will be paid for separately under Item No. 2565.602 (NMC LOOP DETECTOR 6'X 6') at the Contract price per EACH, which price shall be compensation in full for all costs incidental thereto. 3 -SS PREFORMED RIGID PVC CONDUIT LOOP DETECTOR PROVISIONS August 10, 2010 THIS ITEM INCLUDES THE FOLLOWING: All required roadway pavement milling or removal as part of the loop detector installation. 2. Rigid PVC conduit and conduit fittings for loop detectors. 3. Roadway loop detector conductor. 4. Rigid PVC conduit from loop detector to handhole. 5. Splice in handhole using splice kit as specified herein. 6. Installing loop detector as detailed herein. 7. Loop detector testing and reporting. 8. Traffic Control. 4 -SS �t 1 2013 INFRASTRUCTURE IMPROVEMENTS PROJECT CITY PROJECT NO. 906 This construction notification is to inform the residents and businesses who will be impacted, either directly or indirectly, by the street and utility construction work during the 2013 Street Infrastructure Improvement Project. The contractor S.R. Weidema has indicated they will likely begin construction on Boone Avenue beginning Thursday, April 11th. The contractor will be milling Boone Avenue from Bass Lake Road south to the rail road crossing. Milling involves grinding the asphalt surface of the road to a gravel -like consistency. Disruptions during the milling process will be limited to the time the machine crosses over entrances to your building/facility. Once the milling is complete, the road will be drivable. We will make every effort to allow local traffic to travel freely along Boone Avenue during this process. Please note that any rain may delay the milling schedule. The schedule will resume as soon as possible after the rain event(s). When the project gets underway, Boone Avenue will be open to local traffic only. This will be done to improve safety for the construction crew as well as those who utilize the road for business purposes. When sections of the sidewalk are under repair, they will be closed to pedestrian traffic. Once the milling portion of the project is complete, storm sewer infrastructure improvements will begin at the intersection of Boone Avenue and East Research Center Road. Additional information will be made available to the residents/businesses as it becomes available. We will make every attempt to inform you of actions/requests that will directly affect you during the course of the project. During construction, Adam Martinson will be representing the city as the project inspector. Every effort will be made to keep residents informed of specific situations that will affect them. If you have any questions about the progress of the project or potential conflicts with events please contact Adam Martinson, Project Inspector, at 651-247-2273. You may also call the following with any other questions of concerns. Adam Martinson (Stantec Engineering) (651) 247-2273 New Hope Public Works (763) 592-6777 Your cooperation and patience during this improvement project is greatly appreciated. CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Jag. • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 • TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 ..e.r�r _Q I — -; L�-%' I MEDIA AFFIDAVIT OF PUBLICATION STATE OF MINNESOTA ) ) SS. COUNTY OF HENNEPIN ) Richard Hendrickson, being duly sworn on an oath, states or affirms that he is the Chief Financial Officer of the newspaper(s) known asGV, NH, Crystal, Robbinsdale Sun -Post and has full knowledge of the facts stated below: (A) The newspaper has complied with all of the requirements constituting qualifica- tion as a qualified newspaper as provid- ed by Minn. Stat. §331A.02, §331A.07, and other applicable laws as amended. (B) The printed public notice that is at- tached was published in said newspa- pers) once each week, for one suc- cessive week(s); it was first published on Thursday, the 21 day of February , 2013, and was there- after printed and published on every Thursday to and including Thursday, the day of , 2013; and printed below is a copy of the lower case alphabet from A to Z, both inclu- sive, which is hereby acknowledged as being the size and kind of type used in the composition and publication of the notice: a bcd efg h ij k l m n o pq rst u v wxyz BY: CFO Subscribed and sworn to or affirmed before me on this 21 day of February , 2013. (1/ Notary Public JULIA f. HELKENN NOTARY PUBUG • MINNESOTA My Comm. EXP. Jars, 31, 2015 City of New Hope (Official Publication) CITY OF NEW HOPE ADVERTISEMENT FOR BIDS Sealed Bids will be received by the City of New Hope, Minnesota, in the City Hall at 4401 Xylon Avenue North, until 10 A.M., CDT, Tuesday, March 19, 2013, at which time they will be publicly opened and read aloud for the furnishing of all labor, materials, and all else necessary for the following: 2013 Infrastructure Improvements In general, Work consists of the replacement of water main, services, spot re- placement of sanitary sewer and storm sewer, and improvements to the streets within the industrial area located in the northwest part of the city. The Project consists of the following approximate quantities: 350 LIN FT 6" HDPE Sanitary Sewer Forcemain — Directional Drill 850 LIN FT 8" & 10" PVC Sanitary Sewer 10,100 LIN FT 4" -12" DIP Water Main 2,900 LIN FT 12" to 60" RCP Storm Sewer 40EACH Storm Sewer Structures 34,000 CLI YD Common Excavation 41,000 SO YD Geotextile Fabric Type V 41,000 Cu YD Select Granular Borrow 32,000 CU YD Class 5 Aggregate Base 26,000 TON Bituminous Pavement 9,500 LIN FT Concrete Curb and Gutter 4,000 SQ FT Concrete Sidewalk 600 SQ FT Sign Panels 46,000 LIN FT Striping (Epoxy and Paint) Along with miscellaneous utility improvements, removals, restoration, signing, striping and correlated appurtenances. A Pre -Bid Conference will be held at 9:30 A.M CDT, on March 7, 2013 at New Hope Public Works located at 5500 International Parkway. Representatives of Owner and Engineer will be present to discuss the Project. Bidders may attend and participate in the conference. Engineer will transmit to a!I prospective Bid- ders of record such Addendum as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. Complete digital Bidding Documents are available at www.questcdn.com for $20 by inputting QuesICDN eBidDoc #2474880 on the website's Project Search page. Paper Bidding Documents may also be viewed at the City of New Hope and at Stantec, 2335 Highway 36 West, St. Paul, MN 55113, (651) 636-4600. Direct inquiries to Engineer's Project Manager Jason Petersen at (651) 967-4630. Bid Security in the amount of 5 percent of the amount of the Bid must accompa- ny each Bid in accordance with the Instructions to Bidders. The Owner reserves the right to retain the deposits of the 3 lowest Bidders for a period not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period of 60 days after the date and time set for the Opening of Bids. The Owner reserves the right to reject any and all Bids, to waive irregularities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. Kirk McDonald, City Manager, City of New Hope, Minnesota (Feb. 21, 2013) P2-Infrastructureimpvmnts PROJECT NO. 906 2013 Street Infrastructure Item 8.5 7/23/12 Motion authorizing the preparation of a feasibility report for construction of a 2013 street infrastructure project (improvement project no. 906) Res. 12-162 11/13/12 Resolution authorizing an application for a Hennepin County grant through the 2013 bikeway development participation program; and committing to the long term maintenance of the Boone Avenue trail infrastructure (Project 906) Res. 12-165 11/13/12 Resolution accepting feasibility report on 2013 infrastructure improvement No. 906, provide for public hearing to consider ordering project, and authorizing preparation of plans and specs for project (2013 infrastructure improvement project) Res. 12-166 11/13/12 Resolution relating to financing certain proposed expenditures relating to reconstruction of streets, water mains, sanitary sewer, and storm sewers; establishing compliance with reimbursement bond regulations under the internal revenue code (2013 Infrastructure Improvement Project No. 906) Item 7.2 12/10/12 Postpone ordering the project until 1/28/13 council meeting (to allow for add'l research on quiet zone options and discussion at 1/22/13 work session) Res. 13-13 1/14/13 Resolution requesting municipal state aid streets funds advance (improvement project no. 906) Res. 13-36 2/11/13 Resolution approving plans and specifications and ordering advertisement for bids for public improvement no. 906 (2013 infrastructure improvement project) Res. 13-52 3/25/13 Resolution awarding contract for construction of public improvement No. 906 (2013 street and infrastructure improvement project) Res. 13-59 4/8/13 Resolution accepting an easement for the 2013 street and infrastructure improvements (project no. 906) Res. 13-73 4/22/13 Resolution accepting an easement for the 2013 street and infrastructure improvements (project No. 906) Res. 13-81 5/13/13 Resolution approving a construction cooperative agreement between the city of New Hope and County of Hennepin for the construction of bicycle lanes along Boone Avenue North, between County State Aid Highway 10 (Bass Lake Road) and 49th Avenue North (2013 street and infrastructure improvement project no. 906) Res. 13-83 5/13/13 Resolution relating to a $1,035,000 general obligation water bond, series 2013; authorizing issuance and sale, fixing the form and details, and providing the security thereof (improvement project no. 906) pvt�, ? 0 � MINNESOTA DEPARTMENT OF HEALTH Division of Environmental Health tee. REPORT ON PLANS Plans and specifications on watermain: Infrastructure Improvements 2013, New Hope, Hennepin County, Plan No. 130312 OWNERSHIP: New Hope City Council, c/o Mr. Kirk McDonald, Manager, New Hope City Hall, 4401 Xylon Avenue North, New Hope, Minnesota 55428 SUBMITTER(S): Stantec Consulting Services, Inc., c/o Mr. Jason Petersen, 2335 Highway 36 West, St. Paul, Minnesota 55113 Date Received: March 15, 2013 Date Reviewed: March 24, 2013 SCOPE: This report covers the design of this project insofar as the safety and sanitary quality of the water for public consumption may be affected, and applies to this project only and not to the entire system or any other part thereof. The examination of plans is based upon the supposition that the data on which the design is based are correct, and that necessary legal authority has been obtained to construct the project. The responsibility for the design of structural features and the efficiency of equipment must be taken by the project designer. Approval is contingent upon satisfactory disposition of any requirements included with this report. It is the project owner's responsibility to retain the plans at the project location. Water supply plans are examined with regard to the location, construction and operational features of the design and maintenance of all parts of the system which may affect the safety and sanitary quality of the water. Examination is based on the standards of this department. It is the contractor's responsibility to contact the Minnesota Department of Health (MDH) for inspections as indicated in the report pertaining to inspections. If you have any questions regarding information contained in this report, please contact me at 6511201-3972. Please direct all questions regarding plumbing inspections to the Minnesota Department of Labor and Industry at 6511284-5067 The project consists of the installation of the following: 1. 6,820 lineal feet of 12 -inch ductile iron watermain. 2. 1,245 lineal feet of 8 -inch ductile iron watermain. 3. 900 lineal feet of 6 -inch ductile iron watermain. 4. 100 lineal feet of 4 -inch ductile iron watermain. 5. 16 hydrants. 6. 13 butterfly valves. 7. 48 gate valves. Infrastructure Improvements 2013 Watermain Plan No. 130312 Page 2 March 24, 2013 Requirement(s): 1. When temporary watermains and water services are used, the following requirements must be met: a. Piping used for temporary watermain shall meet the requirements of the MDH. The temporary watermain shall be disinfected in accordance with AWWA C 651, with the exception that a minimum chlorine residual of 50 ppm shall be used. The watermain and service lines must be tested for bacteriological quality prior to use in accordance with AWWA Standard C 651. b. The temporary water service piping shall be approved by the local administrative authority. The MDH requires that the temporary water service line meet the National Sanitation Foundation Standard 61. Otherwise, the service line material must meet the requirements of the Plumbing Code, Minnesota Rules, Chapter 4715, and must be approved by the manufacturer for above ground use. The temporary water service Iines must be disinfected in accordance with either AWWA Standard C 651 (with the exception listed above), or the service lines must be tested for bacteriological quality prior to use in accordance with AWWA Standard C 651. 2. Since this project is participating in the Drinking Water Revolving Fund (DWRF), we request that the project owner or owner's agent notify the MDH district engineer of any preconstruction meetings. In addition, the district engineer must conduct a final inspection. Please contact the district engineer from your area at least two weeks in advance to schedule an inspection. Note(s): 1. This plan appears to conform to the current requirements of the DWRF program, including federal Davis - Bacon and state of Minnesota prevailing wages and requirements, and the Disadvantaged Business Enterprise (Women and Minority Business) requirements. The project engineer should verify that the proper Minnesota prevailing wage schedule(s) and federal Davis -Bacon wage determination(s) are included in the project specification and identify which schedule(s) or determination(s) applies to each major project component. 2. The project engineer is responsible for updating the Minnesota prevailing wage schedule(s) and Davis -Bacon wage determination(s) as needed/required before lock -in dates. In addition, the Disadvantaged Business Enterprise documents that are included in the project specifications have not yet been completed. It is the project engineer's responsibility to make sure that all documents are satisfactorily completed. COMPLIANCE: No construction shall take place except in accordance with the approved plans. If it is desired to make deviations from the approved plans, the MDH should be consulted and approval of the changes obtained before the construction is started; otherwise, such construction is installed without proper approval, and, in addition, may create dangers to public health. Infrastructure Improvements 2013 Watermain Plan No. 130312 Page 3 March 24, 2013 Authorization for construction in accordance with the approved plans may be withdrawn it construction is not undertaken within a period of two years. The fact that the plans have been approved does not necessarily mean that recommendations or requirements for change will not be made at some later time when changed conditions, additional information, or advanced knowledge make improvements necessary. Chad M. Kolsta P.E, DWRF ProgranCoordinator Section of Drulking Water Protection P.O. Box 64975 St. Paul, Minnesota 55164-0975 651/201-3972 CMK:nkk cc: Mr. Jason Petersen, Stantec Consulting Services, Inc. COUNCIL ='{` Request for Action l;G w Originating Department Approved for Agenda Agenda Section Development and Public Works March 25, 2013 Planning Item No, By: Guy Johnson I By: Kirk McDonald, City Manager 8.2 Resolution awarding contract for construction of public improvement No. 906 (2013 street and infrastructure improvement project) Requested Action Staff requests approval of a resolution awarding a contract for construction of public improvement No. 906 to the low and responsible bidder, S. R. Weidema Inc., in the amount of $5,996,668.49. This price is the total of the base bid of $5,974,281.93, plus alternate 1, $22,386.56. The engineer's estimate for the base bid and the alternate was $6,115,101. Alternate 1 is the proposed construction of a quiet zone at the Boone Avenue railroad crossing. S. R. Weidema Inc. is a very competent company and constructed the city's 2010 and 2011 street infrastructure projects. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan has identified this area for maintenance activities. Background The proposed 2013 infrastructure project will involve street and utility infrastructure improvements. Based upon the analysis of street condition ratings, GoodPointe Technology staff identified 49th Avenue from TH 169 to Boone Avenue; Boone Avenue from 49th Avenue to Bass Lake Road; and the industrial streets between Boone Avenue and the TH 169 service road for maintenance activities in 2013. Council authorized preparation of a feasibility report for construction of a 2013 street infrastructure project on July 23, 2012. Additional discussions regarding the funding and prioritization of the water main replacement took place at the Council's October 15, 2012, work session. Motion by 014LAP 0Second %b�y To: ' a �, 5,1� V V L.� - a tom, L•\RFA\PUBW0RKS\2013\906 2013 Street Infrastructure Award Contract.doc Request for Action March 25, 2013 Page 2 On November 13, 2012, the city engineer presented the feasibility report for the proposed 2013 infrastructure improvement project. Council reviewed the report and scheduled a public hearing for December 10, 2012. The city clerk notified the property owners regarding the proposed assessment project and the public hearing was held on December 10, 2012. Council discussed funding and prioritization of the water main replacement again at its December 10, 2012, meeting. With updated estimated project costs and funding restrictions, Council accepted staff's recommendation that Alternate 1 and Alternate 2 streets be milled and overlaid with spot water main, sanitary sewer, and storm water infrastructure corrections completed where necessary. Due to cost, Council also accepted staff's recommendation of a street striping layout for the project area of Boone Avenue that follows the city's complete streets policy and allows for bike lanes in both directions. Also at the December 10, 2012, meeting, Council reviewed and discussed options for a possible quiet zone at the Boone Avenue railroad crossing. Council requested that staff continue to work with the Federal Railroad Administration, Minnesota Department of Transportation Railroad Administration, and Canadian Pacific Railroad to minimize the impact to the abutting companies' operations. Staff sent a notice of intent by certified mail for a quiet zone and met onsite with representatives from the Federal Railroad Administration, Minnesota Department of Transportation Railroad Administration, and Canadian Pacific Railroad on Monday, January 7, 2013, to complete a diagnostic team review. Comments from the diagnostic team review were required to be included in the city's Federal Railroad Administration application submittal to use alternate safety measures such as shorter median lengths. Further quiet zone discussions took place at the Council work session on January 22, 2013, and Council agreed with staffs recommendation that the city continue to pursue the Boone Avenue railroad quiet zone as an alternate to the 2013 infrastructure improvement project. A public informational meeting concerning this project was held on Tuesday, January 15, 2013. Council ordered construction of the 2013 street infrastructure improvement project and authorized the preparation of plans and specifications at its meeting on January 28, 2013. Council approved plans and specifications and ordered advertisement for bids at the February 11 Council meeting. The proposed project schedule is: • Review bids and award contract on March 25, 2013 • Start construction in April 2013 Funding Bids were received from four firms on March 19, 2013, with the low bidder being S. R. Weidema Inc. at $5,996,668.49. 1:\RFA \PUBWORKS12013\906 2013 Street Infrastructure Award Contract.doc 'Request for Action March 25, 2013 Page 3 In accordance with New Hope's assessment policy, the breakdown for estimated revenue sources from the feasibility report for the base 2013 infrastructure project is: • Proposed assessment amount $233,000.00 Proposed city assessment amount $429,000.00 • State aid $3,672,973.69 • Street infrastructure fund $93,163.05 Q Storm water fund $292,552.95 • Sanitary sewer fund $136,530.25 • Water main replacement — PFA loan $1,035,000.00* ■ Water main infrastructure — water fund $82,062.00 Subtotal Estimate $5,974,281.93 Quiet Zone Alternate-.- Street lternate: Street infrastructure fund $22,386.56 TOTAL Estimate $5,996,668.49 *The city has received notice of approval that the project is on the public facilities authority's (PFA) 2013 intended use plan (IUP). The 2013 IUP identifies projects the PFA intends to fund from the clean water revolving fund. The city has also received notice that the city has been approved for a $13,500 Hennepin County grant for installation of on street bike lanes along Boone Avenue. Attachments The engineer's memorandum, copies of the bid tabulations, and the resolution prepared by the city attorney awarding the contract are attached. C: \ Users \ gjohnson\ AppData \Local \ Microsoft \ Windows \ Temporary Internet Files \Content.Outlook\MOHUEBAX\Draft_906 2013 Street Infrastructure Award Contract.doc City of New Hope RESOLUTION NO. 13-__52 RESOLUTION AWARDING CONTRACT FOR CONSTRUCTION OF PUBLIC IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That bids for the construction of the 2013 Infrastructure Improvement Project No. 906 were duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 10:00 a.m. on the 19th day of March, 2013, as heretofore authorized by this Council. 2. That advertisement for bids for the construction of said improvement was published in the New Hope -Golden Valley Sun -Post, the official newspaper of the City, on the 21 St day of February, 2013, and in Finance & Commerce on the 21St and 28th days of February, 2013. 3. It is hereby found and determined by this Council that the bid of S.R. Weidema, Inc. for the construction of said project in the amount of $5,996,668.49 is the lowest responsible bid submitted for the construction of said improvement. This bid consists of a $5,974,281.93 base bid and a $22,386.56 bid for alternate 1 of the project; that Stantec Consulting Service, Inc., Engineers for the City, have recommended to this Council the said low bid of S.R. Weidema, Inc. for the award of the contract for construction of the project as the designated lowest responsible bidder. 4. The Mayor and Manager are authorized and directed to enter into an improvement contract for the construction of said improvement in the name of the City with the lowest responsible bidder, subject to the said contractor furnishing a public contractor's surety bond, conditioned as required by law. Adopted by the City Council this 25th day of March, 2013. Attest: 1;1'a� i ILI'tL Valerie Leone, City Clerk Kathi Hemken, Mayor PA atorney1SAS\1 Client Files\2 City of New HopcM-6". 61 (2413 street projcet)SResoiu6on Awarding Connad,doe -1- sta March 19, 2013 Stantec Consulting Services Inc. 2335 Highway 36 West 5t. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Honorable Mayor and City Council City of New Hope 4401 Xyion Ave. N New Hope, MN 55428 Re: 2013 Infrastructure Improvements Project City Project No. 906 Stantec Project No. 193801579 Bid Results Dear Honorable Mayor and City Council: Bids were opened for the Project stated above on march 19, 2013. Transmitted herewith is a copy of the Bid Tabulation for your information and file. Copies will also be distributed to each Bidder once the Project has been awarded. There were a total of 4 Bids. The following summarizes the results of the Bids received; Contractor Low S.R. Weldema, Inc. #2 Hardrives, Inc. #3 C.S. McCrossan Const., Inc #4 Thomas & Sons Const., Inc. Base Bid Altemate Bid $5,974,281,93 $22,386.56 $5,981,752.47 $17,058.26 $6,009,732.10 $19,317.50 $6,150,598.28 $16,144.40 Total Base Bid w/Alternate $5,996,668.49 $5,998,810.73 $6,029,049.60 $6,166,742.68 The low Bidder on the Project was S.R. Weldema, Inc. with a Total Base Bid Amount of $5,974,281.93 and Total Alternate Bid of $22,386.56, for a Total Bid w/Alternate of $5,996.668.49. This compares to the Engineer's Estimate of $6,097,909.85 for the Base Bid and $17,190.56 for Alternate #1. These Bids have been reviewed and found to be in order. If the City Council wishes to award the Project to the low Bidder, then S.R. Weidema, Inc should be awarded the Project on the Total Base Bid Amount of $5,974,281.93. Should Council choose to include the work under Alternate #1 in the contract, S.R. Weidema, Inc. would still be the low Bid for the Total Base Bid w/Alternate Amount of $5,996,668.49. Alternate #1 includes the work to complete the Quiet Zone improvements at the Boone Avenue railroad crossing. We recommend approval of the alternate based on the assumption that the Federal Railroad Administration (FRA) will approve the proposed quiet zone safety improvements prior to project completion in 2014. Should you have any questions, please feel free to contact me at 651-967-4630. Sincerely, STANTEC CONSULTING SERVICES INC. Pte. Jason Petersen, P.E. Enclosure Project Name: 2013 InfrastructureImprovements Iherebycal*D[atthis&anex&t nvro n of btals rete/ved. Client Project No.: 906 Project No.: 193801579 Bid Opening: Tuesda Mard1 19 2013 at 10 A.M. CDT Owner: _City of New Hope MM- Petersen License No. 50142 Bidder No, i Bldder No. 2 Bidder No. 3 Bidder No. 4 010 TABULATION S.R. Weldema Hardrives, Inc. C.S. NcCrossan Const. Inc Thomas & Sons Const„ Inc. Item Mum Item Units QtV Unit Price Total Unit Price Total Unit Price Total Unit Price Total BASE 810. 1 MOBILIZATION LS 1 $292,953.00 $292,953.00 $264,000.00 $264,000.00 $300,000.00 $300,000.00 $1.36,0D0.00 $136,000.00 2 PORTABLE TOILETS EA S $125.00 $625.00 $2,217.47 $11,087,35 $1,02040 $5,100.00 #500.00 #3,000.00 3 CLEARING TREE 9 $360.00 $3,240.00 $373.94 $3,365.46 $410.00 $3,690.00 $400.00 $3,600.00 4 GRUBBING TREE 9 $90.00 $810.00 $93.49 $841.41 $105.00 ;945.00 ;100,00 $900.00 5 CLEARING AND GRUBBING LS 1 $600,00 $800.00 $519.37 $519.37 $570.00 $570.00 $550.00 $550.00 6 PAVEMENT MARKING REMOVAL LF 260 $1.50 $390.00 $2.18 $566.80 $0.65 $169.00 $1.75 $455,00 7 REMOVE CONCRETE CURB AND GUTTER LF 12,298 $3.00 $36,894.00 $5.84 $71,820.32 $2.90 $$,664.20 $3.00 $36,894.00 8 REMOVE SEWER PIPE (SANITARY) LF 900 $435 $3,915.00 $2.23$2,007.00 $11.00 $99 ,900.00 $5.00 $4,50040 9 REMOVE SEWER PIPE (STORM) LF 1,953 $8.55 $16,698.15 $7.43 $14,510.79 $11.00 $21,483.00 $1040 $19,530.00 10 REMOVE CONCRETE SIDEWALK SF 18,672 $0.50 $9,286.00 $1.35 $25,072.20 $0.70 $13,000.40 $0.60 $11,143.20 11 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 550 $3.60 $1,980.00 $1.13 $2,271.50 $6.40 $3,520.00 $3.50 $1,925.00 12 REMOVE BITUMINOUS PAVEMENT SY 37,624 $2.05 $77,129.20 $1.95 $73,366.60 $1.50 $56,436.00 $2,50 $94,060.00 13 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 1,592 $3.50 $5,572.00 $4.30 $6,845.60 $6.40 $10,188.80 $8.50 $13,532.00 14 REMOVE AND REPLACE CASTING AND RINGS EA 53 $711.00 $37,683.00 $882.92 $46,794.76 $760.00 $40,280.00 $765.00 $40,545.00 15 REMOVE SANITARY MANHOLE EA 3 $481.00 $1,443.00 $446.66 $1,339.98 $275.04 $825.00 $500.00 $1,500.00 16 REMOVE STORM MANHOLE OR CATCHBASIN EA 64 $329,00 $21,056.00 $368.75 $23,600.00 $275.00 $17,600.00 $250.00 $16,000.00 17 REMOVE WATER VALVE MANHOLE EA 5 $463.00 $2,415.00 $638.62 $3,194.10 $275.00 $1,375.00 $500.00 $2,500.00 18 REMOVE HYDRANT EA 15 $378.00 $5,670.00 $389.53 $5,842.95 $935.00 $14,025.00 $450.00 $6,750.00 19 REMOVE VALVE AND BOX EA 35 $189.00 $6,615.00 $197.36 $6,907.60 $110.00 $3,850.00 $150.00 $5,250.00 20 SAWING BITUMINOUS PAVEMENT LF 1,280 $3.15 $4,032,00 $1.82 $2,329.60 $2.50 $3,200.00 $3.75 $4,80040 21 REMOVE SIGN EA 161 $25.00 $4,025.00 $20.77 $3,343.97 $32.50 $5,23250 $22.00 $3,542.90 22 REMOVE SANITARY CONE SECTION & ABANDON EA 1 $924.00 $924,00 $758.28 $758.28 $275.00 $275.00 $1,000.00 $1,000.00 23 SALVAGE AND REINSTALL MAILBOX EA a $150.00 $1,2DD.00 $103.87 $830.96 $75.00 $600.00 $250.00 $2,000.00 24 SALVAGE AND REINSTALL SIGN EA 31 $100.00 $3,1DD.00 $103.87 $3,219.97 $170.00 $5,270.00 $110.00 $3,410.00 25 REMOVE RAILROAD TRACK, TIES AND BALLAST LF 54 $55.75 $3,010.50 $20.56 $1,110.24 $39.50 $2,133.00 $20.00 $1,080.00 26 ABANDON EXISTING SANITARY SEWER FORCEMAIN LF 375 $5.85 $2,193.75 $3.69 $1,383.75 $8.20 $3,075.00 $6.50 $2,437.50 27 ABANDON SANITARY SEWER PIPE LF 245 $8.50 $2,082.50 $6.65 $1,629.25 $5.50 $1,347.50 $10.00 $2,450.00 28 ABANDON WATERMAIN LF 9,760 $4.80 $46,84840 $3.64 $35,526.40 $4.20 $40,992.00 $3.25 $31,720.00 29 ABANDON WATER SERVICE LF 780 $3.90 $3,042.00 $5,56 $4,336.80 $7.30 $5,694,00 $3.00 $2,340.00 30 COMMON EXCAVATION (EV) CY 31,574 $7.15 $225,754.10 $9.31 $293,953.94 $7.00 $221,018.00 $11.00 $347,314.00 31 TOPSOIL BORROW (LV) CY 3,300 $21.00 $69,300.00 $16.64 $61,512,00 $29.00 $95,700.00 $21,00 $69,300.00 32 CONSTRUCT RAIN GARDEN LS 1 $3,975.D0 $3,975.00 $12,464.81 $12,464,81 $1,020.00 $1,020.00 $8,000.00 $8,000.00 33 GEOTECTILE FABRIC TYPE V SY 37,624 $1.85 $69,604.40 $2.38 $89,545.12 $2.00 $75,248.00 $1.S0 $56,436.00 34 GEOTECTILE FABRIC TYPE V, RAIN GARDEN SY 250 $2.50 $625.00 $5.04 $1,260.00 $11.00 ;2,750.00 ;6.00 $1,500.00 35 SELECT GRANULAR BORROW (MODIFIED) TON 42,700 $9.50 $405,650.00 $10.37 $442,799.00 $11.00 #469,700.00 $9.50 $405,650.00 36 BOULEVARD EXCAVATION SY 1,600 $6.70 $10,720.00 $3.38 $5,408.00 $6.40 $10,240.00 $2.50 $4,000.00 37 STREET SWEEPER (WITH PICKUP BROOM) HR 170 $130.00 $22,100.00 $143.86 $24,456.20 $105.00 $17,850.00 $130.00 $22,100.00 38 WATER FOR DUST CONTROL MGAL 800 $38.00 $30,400.00 $29.94 $23,952.00 $22.00 $17,600.00 $35.00 $28,000,00 39 AGGREGATE BASE, CLASS 5 TN 29,014 $18.35 $532,406.90 $13.05 $378,632.70 $13.00 $377,182.00 $14.75 $427,956.50 40 OPEN GRADED AGGREGATE BASE TN 1,045 $28.00 $29,260.00 $30.25 $31,611.25 $32.00 $33,440.00 $24.00 $25,080.00 41 MILL BITUMINOUS SURFACE (2") BY 58,995 $0.90 $53,095.50 $0.72 $42,476.40 $0.40 $23,598.00 $0,72 $42,476.40 42 BITUMINOUS MATERIAL FOR TACK COAT GAL 6,992 $3.00 $20,976.00 $2,55 $17,629.60 $5.30 $37,057.60 $2.65 $18,528.80 43 TYPE SP 12.5 WEARING COURSE MIXTURE (4.E) TN 11,347 $63.35 $718,832.45 $60.00 $680,820.00 $60.50 $686,493.50 $62.40 $708,052.80 44 TYPE SP 12.5 NONWEARING COURSE MIXTURE (4,B) TN 10,830 $S6.90 $616,227,00 $57.80 $625,974.00 $52.00 $563,160.00 $60.40 $654,132.00 45 TYPE SP 12.5 BITUMINOUS MIXTURE FOR PATCHING (4,B) TN 3,764 $72.64 $273,416,96 $72.37 $272,400.68 $110.00 $414,040.00 $76.50 $287,946.00 46 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 180 $152.75 $27,495.00 $93.20 $16,776.00 $100.00 $18,000.00 $97.40 $17,532.00 47 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL (2,B) TN 200 $100.05 $20,010.00 $80.32 $16,054.00 $63.50 $12,700.00 $83.95 $16,790.00 48 IMPROVED PIPE FOUNDATION LF 900 $0.01 $9.00 $5.04 $4,536.00 $15,50 $13,950.00 $4.00 $3,600.00 49 15" RCP FLARED END SECTION EA 1 $441.00 $441.00 $425.88 $425.88 $470.00 $470.00 $650.00 $650.00 50 30" RCP FLARED END SECTION EA 1 $693.00 $693.00 $789.44 $789.44 $655.00 $655.00 $850.00 $850.00 51 60" RCP FLARED END SECTION EA 1 $1,635.00 $1,635.00 $1,719.10 $1,719.10 $1,310.00 $1,310.00 $2,500.00 $2,500.00 52 4" CORRUGATED PERFORATED HOPE DRAINTTLE W I SOCK LF 16,800 $2.30 $38,640.00 $7.01 $117,758.00 $6.90 $115,920.00 $4.50 $75,600.00 53 4" PERFORATED PVC DRAINTILE, SCH. 40 LF 1,260 $8.75 $11,025,00 $9.35 $11,781.00 $11.00 $13,860.00 #15.00 ;18,900.00 19300IS79BT.KkM ST -1 Bidder No, 1 Bidder No. 2 Bidder No, 3 Bidder No. 4 BID TABULATION S.R. Weldema Hardrives, Inc. C.S. McCrossan Const. Ina Thomas & Sons Const., Inc. Item Num Item Units Qty Unit Price Total Unit Price Tatal Unit Price Total Unit Price Total 54 4" PERFORATED HDPE DRAINTILE, SPECIAL LF 655 -$25.00- $16,375.00 $10.39 $6,805A5 $14.50 $9,497.50 18.00 $11,790.00 55 CONNECT INTO DRAINAGE STRUCTURE, DRAIN TILE EA 69 $206.00 $14,214.00 $259.68 $17,917.92 $170.00 $11,730.00 $150.00 $10,350.00 56 6" PVC SANITARY SEWER SERVICE PIPE LF 120 $43.00 $5,160.00 $25.45 $3,054.00 $47.00 $5,640.00 $45.00 $5,400,00 57 8" PVC PIPE SANITARY SEWER LF 251 $70.00 $17,570.00 $46.22 $11,601.22 $35.50 $8,910.50 $38.00 $9,538.00 58 10" PVC PIPE SANITARY SEWER LF 506 $67.00 $33,902.00 $60.77 $30,749,62 $71.50 $36,179.00 $45.00 $22,770.00 59 24" DUCTILE IRON PIPE SANITARY SEWER CLASS 51 LF 15 $152.00 $2,280.00 $264.88 $3,973.20 $170.00 $2,550.00 $575.00 $8,625.00 60 12" RCP STORM SEWER, CL 5 LF 427 $41.00 $17,507.00 $36.36 $15,525.72 $25.00 $10,675.00 $45.00 $19,215.00 61 15" RCP STORM SEWER, CL 5 LF 269 $42.00 $11,298.00 $40.51 $10,897.19 $29.50 $7,935.50 $48.00 $12,912.00 62 18" RCP STORM SEWER, CL 5 LF 771 $44.00 $33,924.00 $47.78 $36,838.38 $32.50 $25,057.50 $36,00 $29,298.00 63 24" RCP STORM SEWER, CL 4 LF 250 $55.00 $13,750.00 $54.01 $13,502.50 $41.00 $10,250.00 $47.00 $11,750.00 64 30" RCP STORM SEWER, CL 4 LF 547 $69.00 $40,503.00 $58.17 $34,145.79 $57.50 $33,752.50 $72.00 $42,264.OD 65 36" RCP STORM SEWER, CL 4 LF 60 $85.00 $4,250.00 $67.52 $3,376.00 $90.00 $4,500.00 $125.00 $6,250.00 66 48" RCP STORM SEWER, CL 4 LF 350 $131.00 $45,850.00 $117.38 $41,083.00 $115.00 $40,250.00 $135.00 $47,250.00 67 60" RCF STORM SEWER, CL 4 LF 61 $173.00 $10,553.00 $166.20 $10,13B.20 $190.00 $11,590.00 $200.00 $12,200,00 68 48" ARCH RCP STORM SEWER, CL 4 LF 90 $168.00 $15,120.00 $161.00 $14,490.00 $120.00 $10,800.00 $178.00 $16,020.00 69 PUMPING - SANITARY SEWER BYPASS LS 1 $7,616.00 $7,616.00 $15,581.01 $15,581.01 $21,500.00 $21,500.00 $20,000.00 $20,000.00 70 15" RCP STORM SEWER PIPE BEND 22.50 EA 1 $759.00 $759.00 $560.92 $560.92 $615.00 $615.00 $600.00 $600.00 71 6"X6" PVC WYE EA 4 $194.00 $776.00 $363.56 $1,454.24 $220.00 $880.00 $275.00 $1,100.00 72 24" RCP SANITARY SEWER PIPE BEND EA 1 $720.00 $720.00 $1,298.42 $1,298.42 $890.00 $890.00 $1,500.00 $1,500.00 73 CONNECT TO EXISTING.SEWER SERVICE EA 4 $245,00 $980.00 $238.91 $955.64 $520.00 $2,080.00 $600.00 $2,400.00 74 CONNECT TO EXISTING SANITARY MANHOLE FA 8 $1,477.00 $11,816.00 $2,908.46 $23,267.68 $760.00 $6,080.00 $1,000.00 $8,000.00 75 CONNECT TO EXISTING SANITARY SEWER PIPE EA 10 $838.00 $8,380.00 $1,324.39 $13,243.94 $495.00 $4,950.00 $450.00 $4,500.00 76 CONNECT TO EXISTING FORCEMAIN EA 1 $1,153.00 $1,153.00 $2,025.53 $2,025.53 $1,250.00 $1,250.00 $1,DD0.00 $1,000.00 77 CONNECT FORCEMAIN TO EXISTING LIFT STATION EA 1 $1,401.00 $1,401.00 $2,679.93 $2,679.93 $4,160.00 $4,160.00 $1,200.00 $1,200.00 78 6" I.D. HDPE SANITARY SEWER FORCEMAIN - DIRECTIONAL LF 375 $43.00 $16,125.00 $43.63 $16,361.25 $65.50 $24,562.50 $57.50 $21,562.50 79 TELEVISING SANITARY SEWER LF 2,304 $1.25 $2,875.00 $1.35 $3,105.00 $1.70 $3,910.00 $1.50 $3,450.00 80 TEMPORARY WATER MAINISERVICE LS 1 $10,200.00 $10,200.00 $12,464.81 $12,464.81 $27,000.00 $27,000.00 $10,000.00 $10,000.00 81 1" CORPORATION STOP EA 17 $L15.00 $1,955.00 $186.97 $3,178.49 $200.00 $3,400.00 $100.00 $1,700.00 82 2" CORPORATION STOP EA 2 $248.00 $496.00 $483.01 $966.02 $590.00 $1,180.00 $350.00 $700.00 83 1" CURB STOP IL BOX EA 17 $182.00 $3,094.00 $327.20 $5,562.40 $255.00 $4,335.00 $400.00 $6,800.00 84 2" CURB STOP & BOX EA 2 $380.00 $760.00 $586.89 $1,173.78 $490.00 $980.60 $550.00 $1,100.00 85 12" BUTTERFLY VALVE AND BOX EA 13 $2,248.00 $29,224.00 $1,900.88 $24,711.44 $1,750.00 $22,750.00 $3,300.00 $42,900.00 86 4" GATE VALVE AND BOX EA 3 $1,036.00 $3,108.00 $1,262.06 $3,786.18 $1,136.00 $3,390.00 $1,550.00 $4,650.00 87 6" GATE VALVE AND BOX EA 2B $1,203.00 $33,684.00 $1,459.42 $40,863.76 $1,296.00 $36,120.00 $1,700.00 $47,600.00 88 8" GATE VALVE AND BOX EA 17 $1,506.00 $25,602.00 $1,895.69 $32,226.73 $1,800.00 $30,600.00 $2,165.00 $36,805.00 89 REMOVE AND INSTALL 8" GATE VALVE AND BOX (SPECIAL) EA 19 $3,821.00 $72,599.00 $5,635.13 $107,067.47 $4,520.00 $85,880.00 $4,800.00 $91,2D0.D0 90 WATERMAIN OFFSET FA 4 $2,256.00 $9,024.00 $4,570.43 $18,281.72 $2,900.00 $11,600.00 $2,150.00 $8,600.00 91 12" WATERMAIN OFFSET EA 1 $3,344.00 $3,344.00 $5,349.48 $5,349.48 $4,590.00 $4,590.00 $3,200.00 $3,200.00 92 CONNECT TO EXISTING WATER SERVICE EA 17 $246.00 $4,182.00 $228.52 $3,884.84 $475.00 $8,075.00 $200.00 $3,400.00 93 CONNECT TO EXISTING WATER MAIN EA 50 $927,00 $46,350.00 $1,127.03 $56,351.50 $645.00 $32,250.00 $450.00 $22,500.00 94 HYDRANT EA 16 $3,583.00 $57,328.00 $3,458.98 $55,343.68 $4,070.00 $65,120.00 $4,800.00 $76,800.00 95 REMOVE AND INSTALL HYDRANT AND VALVE (SPECIAL) EA 16 $6,627.00 $99,405.00 $7,712.60 $115,689.00 $7,430.00 $111,450.00 $8,000.00 $120,000.00 96 SALVAGE SPECIAL, 18" PCCP TO DIP TRANSITION EA 1 $506.00 $506.00 $3,116.20 $3,116.20 $1,010.00 $1,010.00 $1,000.00 $1,000.00 97 ADJUST HYDRANT EA 2 $783.00 $1,566.00 $805.02 $1,610.04 $970.00 $1,940.00 $850.00 $1,700.00 98 1" TYPE "K" COPPER PIPE LF 780 $31.00 $24,180.00 $22.59 $17,620.20 $45.00 $35,100.00 $57.00 $44,460.00 99 2" TYPE "K" COPPER PIPE LF 100 $41.00 $4,100.00 $36.93 $3,693.00 $46.50 $4,650.00 $65.00 $6,51)0.00 100 18" STEEL CASING PIPE (JACKED) LF 40 $428.00 $17,120.00 $472.62 $18,904.80 $445.00 $17,800.00 $415.00 $16,6()0.00 101 24" STEEL CASING PIPE (JACKED) LF 100 $311.00 $31,100.00 $347.98 $34,798.00 $395.00 $39,500.00 $325.00 $32,500.00 102 4" WATERMAIN DUCTILE IRON CLASS 52 LF 100 $51.00 $5,100.00 $30.38 $3,038.00 $41.50 $4,150,00 $45.00 $4,500.00 103 6" WATERMAIN DUCTILE IRON CLASS 52 LF 900 $58.00 $52,200.00 $31.16 $28,044.00 $37.50 $33,750.00 $48.00 $43,200.00 104 8" WATERMAIN DUCTILE IRON CLASS 52 Lf 1,245 $61.00 $75,945.00 $37.91 $47,197.95 $44.00 $54,780.00 $56.00 $69,720.00 105 12" WATERMAIN DUCTILE IRON CLASS 52 LF 6,820 $58.00 $395,560.00 $51.68 $352,457.60 $53.50 $364,870.00 $90.00 $613,800.00 106 4" INSULATION SY 50 $47.00 $2,350.00 $45.70 $2,285.00 $37.00 $11850.00 $60.00 $3,000.00 107. DUCTILE IRON FITTINGS LB 9,420 $4.50 $42,390.00 $6.49 $61,135.80 $7.50 $70,650.00 $6.00 $56,520.00 108 2'X T CATCH BASIN EA 31 $1,583.00 $49,073.00 $1,558.10 $48,301.10 $1,200.00 $37,200.00 $1,825.00 $55,575.00 109 4' DIAMETER SANITARY SEWER MH EA 2 $2,556.()0 $5,112.00 $4,674.31 $9,348.62 $3,070.00 $6,140.00 $3,500.00 $7,000.00 110 4' DIAMETER STORM SEWER CBMH EA 26 $2,023.00 $52,598.00 $1,973.59 $51,313.34 $1,960.00 $50,960.00 $2,200.00 $57,200.00 111 4' DIAMETER STORM SEWER MH EA 6 $1,916.00 $11,496.00 $2,051.50 $12,309.00 $2,050.00 $12,300.00 $2,150.00 $12,900.00 112 4'X 6' CATCH BASIN EA 1 $8,223.00 $8,223.00 $5,193.67 $5,193.67 $3,040.00 $3,040.00 $5,500.00 $5,500.00 113 5' DIAMETER STORM SEWER MH EA 3 $2,693.00 $6,079.00 $2,918.84 $8,756.52 $2,760.00 $8,280.00 $3,500.00 $10,500.00 114 V DIAMETER STORM SEWER MH EA 1 $3,440.00 $3,440.00 $3,510.92 $3,510.92 $3,120.00 $3,120.00 $4,200.00 $4,200.00 115 6' DIAMETER STORM SEWER CBMH EA 1 $3,262.00 $3,262.00 $3,116.20 $3,116.20 $2,970.00 $2,970.00 $4,200.00 $4,200.00 116 6' X 6' STORM STRUCTURE, SPECIAL EA 1 $5,355.00 $5,355.001 $7,645.08 $7,645.08 $8,260.00 $8,260.00 $8,500.00 $8,500.00 117 T DIAMETER STORM SEWER MH EA 5 $4,165.00 $20,M.001 $4,154.94 $20,774.70 $4,040.00 $20,200.00 $5,500.00 $27,500.00 1938015196TAM BT -2 Bidder No,1 Bidder No. 2 Bidder No. 3 Bidder No. 4 BID TABULATION S.R. Weldema Hardrives, Inc. C.S. McCrossan Const. Inc. Thomas & Sons Const•, Inc. Item Num Item Units Qty Unit Price Total Unit Price Total Un1t Price Total Unit Price Total 118 7' DIAMETER STORM SEWER CBMH EA i $3,905.00 3,9 ,666.73.6 ,950.00$5,500.00-5,500.00 119 9' DIAMETER STORM SEWER MH EA 1 $7,152.00 $7,152.00 $7,208.81 $7,208.81 $6,910.00 $6,910.00 $9,000.00 $9,000.00 120 ADJUST FRAME & RING CASTING EA 15 $425.00 $6,375.00 $519.37 $7,790.55 $260.00 $4,200.00 $550.00 $8,250,00 121 INSTALL TX T CASTING AND RINGS EA 5 $944.00 $4,720.00 $311.62 $1,558.10 $745.00 $3,725.00 $600.00 $3,000.00 122 INSTALL 2'X 3' CASTING AND RINGS, SPECIAL EA 2 $1,078.00 $2,156.00 $2,077.47 $4,154.94 $2,860.00 $5,720.00 $650.00 $1,300.00 123 REMOVE AND INSTALL 4' DL4METER CONE SECTION EA 1 $869.00 $869.00 $779.05 $779.05 $935.00 $935.00 $800.00 $800.00 124 CONNECT EXISTING PIPE TO STORM STRUCTURE EA 50 $1,095.00 $54,750.00 $1,012.77 $50,638.50 $535.00 $26,750.00 $350.00 $17,500.00 125 CONNECT TO EXISTING STORM PIPE EA 2 $773.00 $1,546.00 $1,262.06 $2,524.12 $535.00 $1,070.00 $400.00 $800.00 126 CONNECT TO EXISTING STORM STRUCTURE EA 2 $1,347.00 $2,694.00 $2,804.58 $5,609.16 $535.00 $1,070.00 $450.00 $900.00 127 EXTERNAL SEAL SYSTEM EA 11 $257.00 $2,827.00 $228.52 $2,513.72 $405.00 $4,455.00 $325.00 $3,575.00 128 RANDOM RIPRAP CLASS 11[ CY 56 $124.00 $6,944.00 $73.75 $4,130.00 $140.D0 $7,840.00 $95.00 $5,320.00 129 RANDOM RIPRAP CLASS N CY 76 $124.00 $8,680.00 $79.98 $5,598.60 $140.00 $9,800.00 $110.00 $7,700.00 130 GEOTEXTILE FILTER TYPE IV BY 158 $4.40 $686.40 $4.15 $647.40 $2.00 $312.00 $4.00 $624.00 131 4" CONCRETE SIDEWALK SF 18,572 $3.70 $68,716.40 $3.29 $61,101.88 $3.20 $59,430.40 $2.98 $55,344.56 132 CONCRETE CURB AND GUTTER DESIGN B618 LF 6,145 $10.99 $67,533.55 $16.44 $101,023.80 $16.00 $98,320.00 $14.118 $91,437.60 133 CONCRETE CURB AND GUTTER MOUNTABLE LF 410 $16.48 $6,756.80 $16.91 $6,933.10 $16.50 $6,765.00 $18.84 $7,724.40 134 CONCRETE CURB AND GUTTER (SPECIAL) LF 5,744 $15.48 $88,917.12 $17.33 $99,543.52 $19.50 $112,008.00 $15.98 $91,789.12 135 6" CONCRETE DRIVEWAY PAVEMENT SF 7,162 $5.50 $39,391.00 $5.20 $37,242.40 $5.20 $37,242.40 $4.96 $35,666.76 136 6" CONCRETE DRIVEWAY PAVEMENT, SPECIAL SF 7,162 $5.83 $41,754.46 $5.46 $39,104.52 $5.40 $38,674.80 $5.49 $39,319.38 137 6" THICK CONCRETE WALK FOR PEDESTRIAN CURB RAMP SF 2,664 $6.95 $18,514.80 $4.94 $13,160.16 $4.90 $13,053.60 $5.119 $15,690.96 138 TRUNCATED DOME PANEL SF 296 $43.00 $12,728.00 $42.21 $12,494.16 $13.50 $12,876.00 $41,50 $12,284.00 139 ELECTRICAL LIFT STATION LS 1 $7,270.00 $7,270.00 $7,551.60 $7,551.60 $7,890.00 $7,890.00 $8,000.00 $8,000.00 140 REMOVE LOOP DETECTOR EA 12 $290.00 $3,480.00 $301.23 $3,614.76 $315.00 $3,780.00 $320.00 $3,840.00 141 DETOUR SIGNING I5 1 $9,500.00 $9,500.00 $9,867.97 $9,867.97 $19,000.00 $19,000.00 $11,000.00 $11,000.00 142 TRAFFIC CONTROL LS 1 $9,000.00 $9,000.00 $7,686.63 $7,686.63 $23,500.DD $23,500.00 $12,500.00 $12,500.00 143 SIGN PANELS TYPE C SF S87 $29.50 $17,316.50 $30.64 $17,985.68 $42,00 $24,654.00 $32.50 $19,077.50 144 RELOCATE STREET NAME BLADE SIGN EA 1 $150.00 $150.00 $155.81 $155.81 $190.00 $190.00 $175.00 $175.00 145 PREFORMED RIGID PVC'CONDUIT LOOP DETECTOR 6'X6' EA 5 $1,788.OD $8,940.00 $1,857.26 $9,286.30 $1,940.00 $9,700.00 $2,000.00 $101000.00 146 PLANT INSTALLATION, RAIN GARDEN LS 1 $12,000.00 $12,000.00 $3,895.25 $3,895.25 $4,030.00 $4,030.00 $4,100.00 $4,100.00 147 SILT FENCE, TYPE MACHINE SLICED LF 2,665 $2.25 $5,996.25 $1.61 $4,290.65 $1.70 $4,530.50 $1.70 $4,530.50 148 FLOTATION SILT CURTAIN TYPE MOVING WATER LF 85 $28.26 $2,402.10 $12.93 $1,099.05 $13.50 $1,147.50 $13.75 $1,168.75 149 EROSION CONTROL BLANKETS CATEGORY 3 SY 350 $1.55 $542.50 $1.82 $637.00 $1,90 $665.00 $1.95 $682.50 150 PROTECTION OF CATCH BASIN, NON PAVED STREET EA 13 $235.67 $3,063.71 $100.00 $1,300.00 $135.00 $1,755.00 $125.00 $1,625.00 151 PROTECTION OF CATCH BASIN, PAVED STREET EA 81 $404.13 $32,734.53 $103.87 $8,413.47 $135.00 $10,935.00 $100.00 $8,100.00 152 SODDING TYPE LAWN SY 5,860 $4.19 $24,553.40 $2.86 $16,759.60 $3.00 $17,580.00 $3.10 $18,166.00 153 DOUBLE SHREDDED HARDWOOD MULCH CY 20 $40.31 $806.20 $44.15 $883.00 $45.50 $910.00 $46.00 $920.00 154 HYDRAULIC SOIL STABILIZER TYPE 5 SY 13,940 $0.40 $5,576.00 $0.68 $9,479.20 $0,70 $9,758.00 $0.75 $10,455.00 155 RAIN GUARDIAN - BUNKER EA 2 $4,734.37 $9,468.74 $4,985.93 $9,971.86 $3,440.00 $6,880.00 $1,050.00 $2,100.00 156 LAWN EDGING LF 260 $5.00 $000,00 $3.90 $1,014.00 $4.00 $1,040.00 $4.15 $1,079.00 157 SEED MIXTURE 270 SY 13,940 $0.30 $4,182.00 $0.30 $4,182.00 $0.30 $4,182.00 $0.32 $4,460.80 158 AUGMENTED SOILS CY 40 $47.18 $1,887.20 $51.94 $2,077.60 $91.50 $3,660.00 $65.00 $2,600.00 159 PAVEMENT MESSAGE, (BIKE LANE BEGINS SYMBOL & ARROW) - EA 2 EPDXY $285.00 $570.00 $296.04 $592.08 $320.00 $640.00 $440.00 $880.00 160 PAVEMENT MESSAGE, (BIKE LANE ENDS SYMBOL & ARROW) - EA 2 EPDXY $285.00 $570.00 $296.04 $592.08 $320.00 $640.00 $440.00 $880.00 161 PAVEMENT MESSAGE, (BIKE LANE SYMBOL & ARROW) - EPDXY EA 10 $185.00 $1,850.00 $192.17 $1,921.70 $205.00 $2,050.00 $155.00 $1,550.00 162 PAVEMENT MESSAGE, (R X R SYMBOL) - PAINT EA 4 $550.00 $2,200.00 $571.30 $2,285,20 $615.00 $2,460.00 $220.00 $880.00 163 PAVEMENT MESSAGE, LEFT ARROW - PAINT EA 6 $95.00 $570.00 $98.6B $592.08 $105.00 $630.00 $45.00 $270.00 164 PAVEMENT MESSAGE, RIGHT ARROW - PAINT EA 11 $95.00 $1,045.00 $98.68 $1,085.48 $105.00 $1,155.00 $45.00 $495.00 165 PAVEMENT MESSAGE. THRU ARROW PAINT EA 9 $85.00 $765.00 $88.29 $794.61 $95.00 $855.00 $45.00 $405.00 166 PAVEMENT MESSAGE, THRU RIGHT ARROW - PAINT EA 2 $150.00 $300.00 $155.81 $311.62 $170.00 $340.00 $85.00 $170.00 167 PAVEMENT MESSAGE, THRU LEFT ARROW - PAINT EA 8 $150.00 $1,200.00 $155.81 $1,246.48 $170.00 $1,360.00 $85.00 $680.00 168 12" DIAGONAL CROSSHATCH, YELLOW - PAINT LF 370 $4.60 $1,702.00 $4.78 $1,768.60 $5.10 $1,887.00 $1.10 $407,00 169 12" STOP BAR, WHITE - PAINT LF 1,105 $4.60 $5,083.00 $4.78 $5,281.90 $5.10 $5,635.50 $1.10 $1,215.50 170 4" SOLID LINE. YELLOW - PAINT LF 33,699 $0.26 $8,761.74 $0.27 $9,098.73 $0.30 $10,109.70 $0.15 $5,054.85 171 4" BROKEN LINE, WHITE -'EPDXY LF 320 $0.50 $160.00 $0.52 $166.40 $0.55 $176.00 $0.40 $128.00 172 4" BROKEN LINE. YELLOW - PAINT LF 1,810 $0.26 $470.60 $0.27 $488.70 $0.30 $543.00 $0.20 $362.00 173 4" DASHED LINE, WHITE - EPDXY LF 64 $0.50 $32.00 $0.52 $33.28 $0.55 $35.20 $3.30 $211.20 174 4" SOLID LINE, WHITE - PAINT LF 9,452 $0.26 $2,457.52 $0.27 $2,552.04 $0.30 $2,835.60 $0.20 $1,890.40 175 4" SOLID LINE, WHITE- EPDXY LF 12,088 $0.50 $6,D44.00 $0.52 6 285.76 $0.55 648.40 $0.35 4 230.80 TOTAL BASE BID: r r r r ri 1938015796TI*m BT -3 BID TABULATION Item Total Unit Price Total Num Item Units Qty $10,675.76 ALTERNATE NO. 1 - QUITE ZONE CROSSING $1,915.69 $1,915.69 176 MOBILIZATION LS 1 177 REMOVE BITUMINOUS PAVEMENT SY 180 178 SAWING BITUMINOUS PAVEMENT LF 360 179 CONCRETE CURB AND GUTTER DESIGN 8812 LF 280 180 4" CONCRETE MEDIAN SY 71 181 CONCRETE APPROACH NOSE BY 20 182 TRAFFIC CONTROL LS 1 183 SIGN PANNELS TYPE C SF 25 $40.50 TOTAL ALTERNATE NO. 1- QUITE ZONE CROSSING $22.50 $1,597.50 $64.00 IMPROVEMENTS $59.42 $1,188.40 TOTAL BASE: TOTAL ALTERNATE NO. i - QUITE ZONE CROSSING TOTAL BASE BID, PLUS ALTERNATE NO. 1 Contractor Name and Address: Phon@: Far Signed By: Tile; Bid Security: Addenda Adrnowledged: Bidder No, 1 Bidder No. 2 Bidder No. 3 Bidder No. 4 S.R. Weidema Nardrives, inc. C.S. McCrossan Const. Inc. Thomas & Sens Cant., Inc. Unit Prhm Total Unit Price Total Unit Price Total Unit Price Total $10,675.76 $10,675.76 $1,915.69 $1,915.69 $500.00 $500.00 $2,000.00 $21900.00 $2.82 4$507.60 $6.51 $1,171.80 $6.40 $1,152.00 $12.00 $2,160.00 $3.17 $1,141.20 $1.82 $655.20 $2.50 $900.00 $3.50 $1,260.00 $17.00 $4,769.00 $21.88 $6,126.40 $20.00 $5,600.00 $24.48 $6,854.40 $32.00 $2,27200 $38.80 $2,754.80 $40.50 $2,875.50 $22.50 $1,597.50 $64.00 $1,280.00 $59.42 $1,188.40 $58.50 $1,170.00 $63.00 $1,260.00 $1,000.00 $1,000.00 $2,077.47 $2,077.47 $5,970.00 $5,970.00 $200.00 $200.00 $30.00 $750.00 $46.74 $1,168.50 $46.00 $1,150.00 $32.50 $812.50 $22,386.56 $17,058.26 $19,317.50 $15,144.40 $5,974,281.93 $5,981,752.47 $6,009,732.10 $6,150,596.28 $22,396-56 17 058.2b $19,317.50 $16,144.40 5,996,668.49 T5,498,810.73 6,029,049.60*6t156,742.68 S.R. Weldema, Inc. Hardrives, Inc. C.S. McCrossan Const, Inc. Thomas and Sons Const., Inc. 17600 113th Avenue N 14475 Qulram Drive 7865 Jefferson Hwy., Box 1240 13925 Northdale Blvd. Maple Grove, MN 55369 Rogers, MN 55374 Maple Grove, MN 55311 Rogers, MN 55374 76342M110 763-428-8886 763-42S-4167 763-428-2229 763428-9095 763-428-8868 763-425.0520 763-428-4776 Scott Weidema Anthony E. Kleger Jane McCrossan Shari F165 President Division Manager Vice President Vice President Bid Band Bid Band Bid Bond Old Band A, B A, B A, B A, B 193BQ15798T.'sm BT -4 D 400 900 Horizontal Scale In Feet RECLAIM MILL AND OVERLAY ,., PUBLIC ® WORKS ; GARAGE wx wr I. ,a VILLAGE GREEN GOLF COURSE m NORTH EDUCATION CENTER s EGYI 39TH WI AVE N C. Y. HMlL -IPM PROJECT STREETS NEW HOPE, MINNESOTA FIGURE: 1-1 4191 2013 INFRASTRUCTURE IMPROVEMENTS ' V:\1938\ACTIVE\193801579\CAD\DWG\2013 INF STREET.DIIVG DATE: December 2012 COMM: 193801579 March 27, 2013 Mr. Scott Weidema S.R. Weidema, Inc. 17600 113th Avenue N Maple Grove, MN 55369 Re: City of New Hope, Minnesota 2013 Infrastructure Improvements Project City Project No. 906 Stantec Project No. 193801579 Notice of Award/Contract Documents Dear Mr. Weidema: You are notified that your BILI dated March 19, 2013 for the above -referenced Project has been considered. You are the successful Bidder and are awarded a Contract for the amount of $5,996,668.49 for the Total Base Bid plus Alternate No. 1. Enclosed are four Contract Documents between you and the City of New Hope covering the above -referenced Project. Please complete Specification Document 00 52 10 Agreement Form, Document 00 61 13.13 Performance Bond, and Document 00 6113.16 Payment Bond. The insurance and indemnity requirements shall be provided. After the bonding company has completed the Contract Documents, forward them to the attorney listed below who will review them for the City of New Hope: Mr. Steven Sondrail Jensen, Swanson & Sondrall, P.A. 8525 Edinbrook Crossing, Ste 201 Brooklyn Park, MN 55443-1999 After the necessary officials have signed the Contracts, the City will distribute the Contracts as follows: 2 copies SR Weidema, Inc. (1 - your file, 1 - your bond company) 1 copy City of New Hope, Attention: Valerie Leone 1 copy Stantec, Attention: Chris Long Upon receipt of a signed Contract and a filed Certificate of Insurance, approved by the City of New Hope's attorney, a pre -construction conference will be scheduled with you and the City of New Hope to review the Project. Sincerely, STANTEC CONSULTING SERVICES INC. Chris Long, P:E. Enclosures: Four Contract Documents cc: Valerie Leone, City of New Hope Steve Sondrail, City Attorney Stantec Consulting Services Inc. vhf R: 2335 Highway 36 west // St. Paul MN 55113 Tel; 636-4600 //x ; (651) ? 'i Fax: (651) 636-1311 staln' March 27, 2013 Mr. Scott Weidema S.R. Weidema, Inc. 17600 113th Avenue N Maple Grove, MN 55369 Re: City of New Hope, Minnesota 2013 Infrastructure Improvements Project City Project No. 906 Stantec Project No. 193801579 Notice of Award/Contract Documents Dear Mr. Weidema: You are notified that your BILI dated March 19, 2013 for the above -referenced Project has been considered. You are the successful Bidder and are awarded a Contract for the amount of $5,996,668.49 for the Total Base Bid plus Alternate No. 1. Enclosed are four Contract Documents between you and the City of New Hope covering the above -referenced Project. Please complete Specification Document 00 52 10 Agreement Form, Document 00 61 13.13 Performance Bond, and Document 00 6113.16 Payment Bond. The insurance and indemnity requirements shall be provided. After the bonding company has completed the Contract Documents, forward them to the attorney listed below who will review them for the City of New Hope: Mr. Steven Sondrail Jensen, Swanson & Sondrall, P.A. 8525 Edinbrook Crossing, Ste 201 Brooklyn Park, MN 55443-1999 After the necessary officials have signed the Contracts, the City will distribute the Contracts as follows: 2 copies SR Weidema, Inc. (1 - your file, 1 - your bond company) 1 copy City of New Hope, Attention: Valerie Leone 1 copy Stantec, Attention: Chris Long Upon receipt of a signed Contract and a filed Certificate of Insurance, approved by the City of New Hope's attorney, a pre -construction conference will be scheduled with you and the City of New Hope to review the Project. Sincerely, STANTEC CONSULTING SERVICES INC. Chris Long, P:E. Enclosures: Four Contract Documents cc: Valerie Leone, City of New Hope Steve Sondrail, City Attorney TRANSMITTAL Company Name:City of New Hobe 4402 Xylon Ave N New Hope, MN 55428 Address: D WEIDEMA 0 n F f'S .. , " CCJl11TCEACT$#M� Date: _4/3 2013 Mr. Steven Sondrall Jensen, Swanson & Sondrall, P.A. 8525 Edinbrook Crossing, STE 201 Attn: Broc�Myn­Par MN 55443-1999 •- ❑ For Review ❑ 4 ® 4/1/13 Contracts 2102 4 ® 4/1/13 Payment & Performance Bonds 2102 4 ® 4/1/13 Certificates of Insurance 2102 3 ® 4/1/13 Escrow Retainage Agreement 2102 As Requested ❑ For Review ❑ For Bids ❑ Bid Due: Returned ❑ ❑ �- Remarks: Included with the contracts, payment/performance bonds and certificates of insurance are 3 copies of the escrow retainage agreement. Please sign all copies and return them to us. Once we receive all signed copies we will review them and return a fully executed copy to you. Signature: Tanya Weidema Administrator r"_' . n., a SR WEIDEMA IS AN EQUAL OPPORTUNITY EMPLOYER Prone: 763-428-9110 Fax: 763-428-9095 April 19,2013 Mr. Scott Weiderna S.R. Weiderna, Inc. 17600113t" Avenue North Maple Grove, MN 55369 SUBJECT: 2013 Infrastructure Improvements Project 906 At its meeting of March 25, 2013, the New Hope City Council approved the contract with your company for project no. 906 for $5,996,668.49. Enclosed please find two contract documents. Please submit one to your bonding company. Also enclosed is a Withholding Affidavit for Contractors/1C-134 form (we cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office per Minnesota Statute 290.97). Please contact Chris Long at Stantec at 651-604-4938 if you have any questions regarding the project. Sincerely, Y. C�I- Valerie Leone City Cleric, CMC Enclosures -- Contract, IC -134 cc: Guy Johnson, director of public works Chris Long, city engineer CITY OF NEW HOPE 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 + www. ci.new-hope.mn.us City Hall: 763-531-5100 + Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 + TDD: 763-531-5109 City Hall Fax: 763-531-5136 + Police Fax: 763-531-5174 + Public Works Fax: 763-592-6776 COUNCIL p P� ,I Request for Action 11 - .2J Originating Department Approved for Agenda Agenda Section Public Works March 25, 2013 Development. & Plannin Item No. By: Guy Johnson By: Kirk :McDonald, City Manager 8.3 Resolution authorizing a grant application for a loan from the Minnesota Public Facilities Authority's (PFA) Application Clean Water Revolving Fund/Drinking Water Revolving Fund �� bG Requested Action Staff recommends that Council approve a resolution authorizing submittal of a grant application for the Minnesota Public Facilities Authority's (PFA) Application Clean Water Revolving Fund/Drinking Water Revolving Fund low interest loan program. If the city is successful in obtaining the loan, the funds will be used for installation of the new water main along Boone Avenue North, between 49th Avenue North and Bass Lake Road; and 49th Avenue North, between Erickson Drive and Boone Avenue North. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan has identified this area for maintenance activities. Background Water main replacement for Boone Avenue North, between 49th Avenue North and Bass Lake Road; and 49th Avenue North, between Erickson Drive and Boone Avenue North, are included in the city's proposed 2013 infrastructure project. The 2013 infrastructure project will involve street and utility infrastructure improvements. Based upon the analysis of street condition ratings, GoodPointe Technology staff identified 49th Avenue from TH 169 to Boone Avenue; Boone Avenue from 49th Avenue to Bass Lake Road; and the industrial streets between Boone Avenue and the TH 169 service road for maintenance activities in 2013. On November 13, 2012, the city engineer presented the feasibility report for the 2013 infrastructure improvement Rroject. Motion by �� Second by To. -,�6 3 - 5,3 5 o )(5 AM I: \RFA\PUBWORKS12013\906 2013 Street Infrastructrure PFA Loan Grant.doc Request for Action March 25, 2013 Page 2 Council reviewed the report and scheduled a public hearing for December 10, 2012. Council also discussed funding and prioritization of the water main replacement at the December 10, 2012, meeting. With updated estimated project costs and funding restrictions, Council accepted staff's recommendation to replace only the water main along Boone Avenue and 49th Avenue in the area of the 2013 infrastructure improvement project. Council ordered construction of the 2013 street infrastructure improvement project and authorized the preparation of plans and specifications at its meeting on January 28, 2013. Council approved plans and specifications and ordered advertisement for bids at the February 11 Council meeting. Council awarded a contract for construction of the 2013 street infrastructure improvement project on March 25, 2013. Funding Bids were received from four firms on March 19, 2013, with the low bidder being S. R. Weidema Inc., at $5,996,668.49. The breakdown of estimated revenue sources for construction costs of the 2013 street infrastructure improvement project is: • Proposed assessment amount $233,000.00 • Proposed city assessment amount $429,000.00 State aid $3,672,973.69 • Street infrastructure fund $93,163.05 • Storm water fund $292,552.95 Sanitary sewer fund $136,530.25 Water main replacement - PFA loan $1,035,000.00' F Water main infrastructure — water fund $82,062.00 Subtotal Estimate $5,974,281.93 Quiet Zone Alternate: • Street infrastructure fund $22,386.56 TOTAL Estimate $5,996,668.49 The water main replacement will require the issuance of debt. Staff formally submitted a request to have the water main portion of the project be put on a list for funding from the state Public Facilities Authority's (PFA) Drinking Water Revolving Fund loan program. The project was accepted as eligible and placed on the state's 2013 list. An application for a low interest loan was assembled and submitted to the PFA. The requested resolution authorizes submittal of the grant application for the Minnesota Public Facilities Authority's (PFA) Application Clean Water Revolving Fund/Drinking Water Revolving Fund loan program. Attachment The resolution, including language suggested by PFA, the engineer's memorandum, and excerpts from the PFA intended use plan are attached. I:\RFA\PUBWORKS120131906 2013 Street Infrastructrure PFA Loan Grant.doc City of New Hope Resolution No. 2013 -_9.3 Resolution authorizing a grant application for a loan from the Minnesota Public Facilities Authority's {PFA} Application Clean Water Revolving Fund/Drinking Water Revolving Fund BE IT RESOLVED that the city of New Hope is hereby applying to the Minnesota Public Facilities Authority for a loan from the Clean Water Revolving Fund/Drinking Water Revolving Fund for improvements to its drinking water system as described in the loan application. BE IT FURTHER RESOLVED that the city of New Hope estimates the loan amount to be $1,035,000, or the as -bid cost of the project. BE IT FURTHER RESOLVED that the city of New Hope has the legal authority to apply for the loan, and the financial, technical, and managerial capacity to repay the loan and ensure proper construction, operation, and maintenance of the project for its design life. BE IT FURTHER RESOLVED that the city of New Hope hereby expresses its official intent to use proceeds of this loan to reimburse construction expenditures made prior to the issuance of its general obligation bond to the Public Facilities Authority. I CERTIFY THAT the above resolution was adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 25th day of March, 2023. Mayor Attest: Lull- 'rLlx�— City Clerk March 18, 2013 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55913 Tei: (651) 636-4600 Fax: (651) 636-1311 Guy Johnson New Hope Public Works 5500 International Parkway New Hope, MN 55428 RE: 2013 Infrastructure Improvements — PFA DWRLF Application City Project No.: 906 Stantec Project No.: 193801579 Dear Guy: The City is applying for a loan through the Public Facilities Authority (PFA) to assist with the cost of the water main improvements included on the 2023 Infrastructure Improvements project. One of the loan application submittal requirements is that the City pass a resolution authorizing the submittal of the Drinking Water Revolving Loan Fund application to the Minnesota PFA. The resolution also includes a reimbursement clause enabling the City to be reimbursed if expenditures are made prior to execution of the loan contract. We recommend that the City Council pass the prepared Drinking Water Revolving loan Fund Resolution at the March 25h meeting. Note this resolution does not authorize City officials to execute an agreement on behalf of the City. Should the loan be approved, a second resolution will be required that would allow the City to enter into a contract with the PFA. Please feel free to call me at (651) 967-4630 with any questions. Sincerely, STANTEC Jason D. Petersen, P.E. cc: Chris Long, Mark Hanson, File Drinldng Water Revolving Fund 20113 Intended Use Pian I. Introduction Approved-- 09/21/2012 The federal Safe Drinking Water Act Amendments of 1496 authorized the'Drinking Water State Revolving Fund program to provide funds to states to finance drinking 'water projects and activities to protect public health and achieve or maintain compliance with the Safe Drinking Water Act. The Act authorizes the U.S. Environmental Protection Agency. to awardaiu3ual .capitalization grants to- each state to capitalize a state revolving fund, which the state can use to provide loans and other. assistance to public water systems. Each state. must provide a state snatch of at least 20% to receive the federal funds, As part of its capitalization grant application, each state must annually prepare an Intended Use Plan (IUP), which - describes the intended uses of available funds. The Minnesota Legislature ' established the- Drinking Water Revolving Fund (DWRF) under. Minnesota Statutes Section 446A.081 to' receive federal capitalization grants and state matching funds. The Minnesota Public Facilities Authority (PFA) is responsible for managing the: Fund and its assets. 'The PFA is authorized. to prepare the annual IUP. based on the Project Priority List: prepared by the Minnesota Department of Health (MDH). The PFA is. also responsible for the financial administration of .the loan program, including reviewing loan applications, setting the rates, terms and conditions of the loans, and selling revenue bonds to leverage additional loan funds.In addition to preparing the Project Priority List, the MDH is responsible for -reviewing . projects to' ensure they meet technical. and' environmental requirements and for administering various set-aside activities authorized under the Act.. The 2013 RIP identifies projects and activities the PFAintends to fimd from the DWRF in state fiscal year (FY) 2013 (July 1, 20I2 to June 30, 2013). To fund these projects. and. activities, the PFA will use a. ooinbination of 'funds. from federal capitalization grants, state snatching funds, loan repayments and PFA revenue bond proceeds. E('. Project Funding A. Project Priority List The Project Priority List (PPL) prepared by the MDH identifies . drinking water projects potentially eligible to receive a DWRF loan. Projects are listed inpriority order based on-apoint DWRF 2013 1U Approved -- 0912112012 system established by the MDH in Minnesota Rules parts 4720.9010 to 4720.9040. The 2013 PPL contains 341 projects with an estimated cost of $387 million. The 2013 PPL is attached. B. Placement on the IUP The Intended Use Plan (ICTP) identifies .projects on the PPL that -are eligible to apply for DWRF loans in .FY 2013. The RJP is prepared by the PFA in accordance with Minnesota Statutes Section 446A.08 I,' Subdivision 5 and Minnesota Rules ' Part 7380.0255.. For a project -to be placed on the ` IUP, the . PFA must receive a written . request signed by an ' official of the municipality (city, township, county, or water district) or other public water system entity that will 'be the borrower for the loan.. The request must include:.a schedule indicating that the applicant expects the project to receive all necessary approvals and proceed. to the point'of receiving a DWRF loan within approximately one year from the approval of the 2013 IUP.. Eligibility for placement on the lUP does not guarantee -a project will receive a DV loan.. The PFA may limit the number of projects in the'RJP fundable range if it determines that the total requested loans would significantly exceed the projected annual lending capacity of theTund. A: municipality with, a project in the IUP fundable range must complete the loan application process with the PFA and receive project certification from the MDH'under the provisions of Minnesota. Rules Part 4720.9050 before aDWRF loan can be'approved. The PFA will 'only. accept applications from projects listed on the approved IUP in the fundable: , range. The .MDH will only certify projects on the approved .IUP in. the fundable range. 'An approved. IUP remains effective until the following year's IUP.is approved. A project listed in the IUP fundable range that does not receive a loan but submits a loan application to the PFA and is certified by'the MDH prior to approval of the following year's IUP will be carried over in the fundable range on. the new IUP. . C. Draft 1UP and Public Comment` In January -2012; a notice. was sent to all municipalities in the state with information'about'the DWRFprogra►n; including instructions on how to request placement on the PPL and IUP. Based on the requests received, a draft 2013 IUP was presented to the PFA Board on August 9, 2012. The PFA Board, approved the fundable range for the 2013 IUP (see paragraph D below) and authorized the draft." to be made available for public comment. On August 23, 2012 the draft,: 2013 IUP 'was posted on the PFA welishe and. a notice was sent to all 'municipalities with projects on "the PPL and ' other interested parties that public comments on the. draft 2013 IUP. would be accepted through September 14, 2012. The PFA received a number of comments from local governments .requesting d*.projects be added and information be updated 'on the '2013 IUP: In addition, MDH made minor corrections to the PPL.. Changes to the, 2013 IUP as a result of continents received are listed below in Section D. 2of15 DWRF 2013 IUP D_ 1UP Project Lisd Approved— 0912112012 As shown in Table 1 (pp. 11-14); the 2013 IUP is divided into two parts. Part A lists, projects from the 2012 IUP fundable range that qualify as carryover projects on the 2013 -IUP because they submitted loan applications to the PFA andwere certified for funding by the MDH. Part A lists 9 carryover projects totaling $6.6 million in requested financing. Part B lists other eligible projects on the 2013 PPL that. have requested placemenfon the. 2013 IUP. Because the DWRF has limited finding capacity to meet these needs, the PFA is pot able to offer funding to all projects on the ' PPL:Therefore, the PFA, in consultation with .the MDH, has set the IUP fundable. range for non -carryover projects at 10 points. Projects with. 10points'or more on the 2013 PPL are listed in fundable range and will be allowed to apply for loans. Part B lists 84. projects totaling $93.6 million in requested . financing. An additional IS projects that requested placement on the. 20.13 IUP are ranked below the 10 point. cutoff.. Although these projects are eligible for the NP,` the DWRF. does not have sufficient capacity to offer loans to these projects in FY 2013. The IUP numbers described above include the following'changes,that were made as a resuIt of comments received during the comment period. Manges To 2013 IUP Based On Comments Received Project PPL PPI. Roqueated Name; Rank Points Project Desenption ' Amount (1) CommeotlAction TW=. PART 8. 2013IUP - Projeets in Fnn&bk Range Gaylord 75 11 Storage -}Repo me"'000 Gal Tower 1.675,765 IUP request recd doming comment period -added project Gaylord 157 10 Conservation - Rcplaee Meters - City funded prOi--XW requcsr rcc d dr prujcc% New Hope 260 10 Water Main - 2013 Watermain Rept 1.035,000 RLP request ra d during comment period -added p *.4 - Srlver. Lake 224 10 Storage - New 115,DD0 Gallon Tank 598,000 IM request recd dining comment powd-addod project Silver Lake 235 10 Waiermain -Replace Grove Ave 351,00D AT request recd during comment period-addadpr(jctt Silverlake 226 10 CommuMon - Replace Melms 135500 1UP mquest recd dwing comm"t paiod-ad" p01t. SNer lakc 227 10 Other - Hydrmt Rephrcemeot 187-100 IUP request recd dt=9 comment period -added project:. Tracy lk 1 D' . Storage - Tower Rehab - 'Cily funded project -RW request withdraxm removed project Tracy 195 ; 10'. Whiermaia -Loop and Replace 616.100 Water Supply Plan Approvad -added Fojal The.. approved IUP- project list, reflects these changes and .other updates to project; costs and requested amounts. The net increase in requested DWRF financing is $4.59 million. E. Possib&JUP Amendment - The PFA may -consider amending the 2013 IUP during the f seal year if additional projects on the 2013 PPL meet the requirements. and the PFA determines that the DWRF has the sufficient priding capacity to offer additional loans in FY 2013. To be considered for an HR amendrrlent, a' project must: 1) be ranked with at. least 10 points on the PPL; 2) have secured all' tither necessary funding, and 3) show that it will be ready to proceed with construction. before the 2013 3 of 15 DWRF 1013 IUP Approved - 09/11/.2012 IUP is expected to be approved. Applicants that would like their projects to be considered for an IUP amendment are advised to keep their PFA loan officer informed of the status of their project. - F. Loan Application Requirements and Deadlines Following the PFA's approval of the IUP, municipalities with projects .in fundable range on the IUP must -submit a loan application to the PFA.. In accordance with Minnesota Rules 7380.0260, subpart- 1, these municipalities have six months from approval of the IUP to submit a loan application to. the PFA and' plans and : specifications to: the.. MDH: Based on the 2013 IUP approval date of September 21, 2012; the six month deadline is March 21, 2013. G.- -Loan Terms and Conditions Terms and conditions. for DWRF loans are determined -pursuant to Minnesota Statutes Section. 446A.081 and Minnesota. Rules Part 7380.0265. Interest rates are set at the time a loan is made . according to Minnesota Rules Part 7380.0272. Interest rates are based on the bond yield scale of the PFA's bonds, if PFA bond proceeds are available, or the current bond yield'scale from a dail.y index of tax-exempt municipal bonds, whichever is greater. For loan awards made after the - 2013 IUP is.'approved, the PFA has set a base discount of ' 1.5%o that will be applied to. the appropriate bond yield scale for loans up to $20 million.. The base discount for loans over $20 million will be reduced by 1.25 basis points (.0125%) for each $1 million, over $20 million. Additional discounts up to 2.5% may be applied to borrowers. under 2,500 population as described in Minnesota Rules Part 7380.0272, Subpart 313. H. -Principal Forgiveness. The PFA expects to receive the. 2012 federal drinking water capitalization grant in- September 2012 in the amount of $15,062,000.. The 2012 federal appropriation requires that 20 to 30% of the capitalization grant ($3,012,400 to 4,518,600) be used to provide additional subsidization to eligible projects. The PFA will provide additional ..subsidization in the f6rm of, principal .forgiveness, weaning a specific. dollar reduction in the amount of loan principal that mast be ` repaid, which is granted at the time a.DWRF financing -agreement is awarded.. Minnesota Statutes, Section 446A.081, Subdivision 9 authorizes the PFA to -provide principal forgiveness for the following purposes and project types: 1) Financial Need. To provide principal forgiveness for.projects to address financial needs where the average annual residential drinking water system cost would otherwise exceed 1.2 percent of the median household income (MHI) of the project service. area.. The amount of principal forgiveness is limited to 80 percent of the system costs over 1:2%o -of MHT, to a maximum of 4,000,000 or, $15,000 per connection, whichever is less,, and not to exceed 80 percent of the total project cost. 2) Green Project Reserve. To provide principal forgiveness for projects that address green infiastructure, water or energy, efficiency improvements -or other environmentally innovative activities. -The principal .forgiveness amount is limited to 25 percent of the eligible project cost as determined by the MDH, up to a maximum of $1,000,000. 4of15 ')WRF 20131UP Approved— 0912112012 Principal forgiveness funds from the 2012 federal capitalization grant will be. used to address financial needs for new projects on the 2013 IUP in priority order Based on the affordability . criteria describe&above. The 2012 federal capitalization grant does not have a Green Project Reserve (GPR) requirement, therefore the PFA will not will not provide principal forgiveness for new GPR eligible projects on the 20131UP. The PFA has also reserved funds. from -the 2011.federal grant to provide principal :-Ibrgiveness to eligible projects from the 2012 IUP that are now listed as carryover projects on the 2013 NP. From these funds the PFA expects to provide $2.1 million in principal forgiveness to address financial needs for Darwin (PPL #10), Erskine '(#34),.Mountain Lake (#48), Stewart (#69), and McIntosh. (#84). Because the Stewart project also included GPR eligible costs on the 2012 IUP whicNw' ere included in the MDH certification, the PFA also expects to provide $164,026 in GPR principal forgiveness from 2011 federal funds for that project. III: Summary of FY 2012 Project Activity A total of 37 municipal drinking water projects on the 2012 PPL totaling $57.9 million were funded in FY 2012 through the coordinated efforts of the PFA, MDI, Small Cities Development Program, U. S. Array Corps of Engineers and USDA Rural Development. Of these; 24 projects .totaling $51.8 million were financed through the DWRF. 5 of 15 vas Stanfiec March 28, 2013 Stantec Consulting Services Inc. 2335 Highway 36 West 5t. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Valerie Leone City of New Hope 4400 Xylon Avenue North New Hope, MN 55428-4898 Re: 2013 Infrastructure Improvements Project No. 193801579 �� Return of Original Bids Dear Ms. Leone: Enclosed are all of the original Bids and Bid Securities that were received on the above -referenced Project. We have retained a copy of only the low Bid for our files. Sincerely, STANTEC CONSULTING SERVICES INC. Li - Cathy White Administrative Coordinator Enclosures THIS BID IS SUBMITTED TO: City of New Hope City Hall 4401 Xylon Avenue North New Hope, MN 55428 BIDDER: S.R. Weidema, Inc. DOCUMENT 00 41 10 BID FORM 2013 INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO. 193801579 NEW HOPE, MINNESOTA 2013 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: r3r,TITIffi M- M M Addendum Date _ March 11, 2013 �. March 14, 2013 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to, the Site (except Underground Facilities) which have been identified in SC -4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC -4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. 0 2013 Stantec 1 193801579 00 4110 - 1 BID FORM H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, bests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. I The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the haw may require the Owner, or Engineer at the Owner's direction, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by dear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions, Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. 0 2013 Stantec 1193801579 004110-2 BID FORM No. Item Units Qty Unit Price Total Price B BASE BID: LF 900 $ 4-3S- $ ,30l t m 00 1 MOBILIZATION LS 1 $ S . _ $ aqa 2 PORTABLE TOILETS EA 5 $ _ I?S. od $ _&=--V pp 3 CLEARING TREE 9 $ .31.0 . cc $ 3. woo.00 4 GRUBBING TREE 9 $ lo-co $ $1C, co 5 CLEARING AND GRUBBING LS 1 $ SOC . OQ $ $Q0.00 C4 PAVEMENT MARKING REMOVAL LF 260 $1. -Iva $ alo. OC 7 REMOVE CONCRETE CURB AND GUTTER LF 12,298 $ .3.00 $ 3(ft 814.00 B REMOVE SEWER PIPE (SANITARY) LF 900 $ 4-3S- $ ,30l t m 00 9 REMOVE SEWER PIPE (STORM) LF 1,953 $ 1B.4C $ + 10 REMOVE CONCRETE SIDEWALK SF 18,572 $O..'�O $ • 11 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 550 $ 3. (ab $. pp 12 REMOVE BITUMINOUS PAVEMENT SY 37,624 $2.0 "'.� $ 9 1 al. ao 13 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 1,592 $ 010 $ 5 7, Z. 14 REMOVE AND REPLACE CASTING AND RINGS EA 53 $ Y11.00 $ 37) (a 16-3.00 15 REMOVE SANITARY MANHOLE E.A. 3 $ 46%.ca $ , yy 3 . m 16 REMOVE STORM MANHOLE OR CATCHBASIN EA 64 $ 3 $ 'R I A QS(& a Gd 17 REMOVE WATER VALVE MANHOLE EA 5 $ 'ia3.dO $ a 415"c 4 18 REMOVE HYDRANT EA 15 $ 376-m $ O .CO 19 REMOVE VALVE AND BOX EA 35 $ 183, 00 $ ja;� Qp 20 SAWING BITUMINOUS PAVEMENT LF 1,280 $ 3. 16' $ b .Ob 21 REMOVE SIGN EA 161 $ go,*0 _ $ 22 REMOVE SANITARY CANE SECTION & ABANDON EA 1 $ q. 60 $ _'to ,bQ 23 SALVAGE AND REINSTALL MAILBOX EA 8 $ _ 130.CD $ pb .pp 24 SALVAGE AND REINSTALL $IGN EA 31 $ _ 1op.oO $ 3,100 -co 25 REMOVE RAILROAD TRACK, TIES AND BALLAST LF 54 $ 5-!:r. 757 $ .3� 4 40.✓�C7 0 2013 Stantec 1 193801579 004110-3 BID FORM No. Item Units Qty Unit Price Total Price 26 ABANDON EXISTING SANITARY SEWER FORCEMAIN LF 375 $ _,5', S $ 27 ABANDON SANITARY SEWER PIPE LF 245 $ $ ■'Sd $ �■ �O$�. �O 28 ABANDON WATERMAIN LF 9,760 $ $ 29 ABANDON WATER SERVICE LF 780 $ .3,,0 $ --3. CnN a, Mb 30 COMMON EXCAVATION (EV) CY 31,574 $ �• 1,5 $ Z. 5��. 10 31 TOPSOIL BORROW (LV) CY 3,300 $ $ OO. C6 32 CONSTRUCT RAIN GARDEN LS 1 $ .3 .OD $ It 00 33 GEOTEXTILE FABRIC TYPE V SY 37,624 $ _SS $ _<11� (A004 -LIC) 34 GEOTEX 1LE FABRIC TYPE V, RAIN GARDEN SY 250 $ A,5-0 $ G:t.5.00 35 SELECT GRANULAR BORROW (MDQIFIED) TON 42,700 $ , O$ of0. d0 36 BOULEVARD EXCAVATION SY 1,600 $ G - 70 $ 10,, 72.Q, 05 37 STREET SWEEPER (WITH PICKUP BROOM) HR 170 $ j 30.00 $�i � 100 ■ c :) 38 WATER FOR DUST CONTROL MGAL 800 $ as.00 $ .30. 4co dp 39 AGGREGATE BASE, CLASS 5 TN 29,014 $ 1 IB , .3. '.Sr $ :5,.3;6 41 40 OPEN GRADED AGGREGATE BASE TN 1,045 $■� $ ._�.,,1��,(�Q.(y0 41 MILL BITUMINOUS SURFACE (2") SY 58,995 $ $ Q9 ;tea 42 BITUMINOUS MATERIAL FOR TACK COAT GAL 6,992 $ . -- $ J 43 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 11,347 $ ion .� 44 TYPE SP 12.5 NONWEARING COURSE MIXTURE (4,B) TN 10,830 $ � , y"� $ ( r ( go -1 e LAG 45 TYPE SP 12.5 BITUMINOUS MIXTURE FOR PATCHING (4,B) TN 3,764 $ % , _ $ �] 3 y B. 7 � oC7 46 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 180 $ %,j; , $ a -7 tyLj � r 47 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL (2,B) TN 200 $ �i�7G , $ 0p, 10 48 IMPROVED PIPE FOUNDATION LF 900 $ 0.01 $ i . aa 49 15" RCP FLARED END SECTION EA 1 $ 441 , $ 4141 . C7b 50 30" RCP FLARED END SECTION EA 1 $ ca 01:5 1 $ �j93. A0 51 60" RCP FLARED END SECTION EA 1 $ W agg cq $ 0 2013 StanWc 1 193801579 0041 10-4 BID FORM No. Item Units Qty Unit Price Total Price 48" ARCH RCP STORM SEWER, CL 4 LF 90 $ $ IS � 3� , OQ 69 52 4" CORRUGATED PERFORATED HDPE DRAINTILE W / SOCK LF 16,800 $ --;L. 30 $ _ (Mi1O+ 00 53 4" PERFORATED PVC DRAINTILE, SCH. 40 LF 1,260 $ 7--'V $ 110 d 4-L:v,M 54 4" PERFORATED HDPE DRAINTILE, SPECIAL LF 655 $ 2rS. 95) $ .i50 55 CONNECT INTO DRAINAGE STRUCTURE, DRAIN TILE EA 69 $ 2.0(- -aa $ 16i.-ApQ 56 6" PVC SANITARY SEWER SERVICE PIPE LF 120 $ CD $IGO. 00 57 8" PVC PIPE SANITARY SEWER LF 251 $ _ b cx:) $ O +Oc 58 10" PVC PIPE SANITARY SEWER LF 506 $ [s17,00 App 59 24" DUCTILE IRON PIPE SANITARY SEWER CLASS 51 LF 15 $ ks .00 $ 'a 6.00 60 12" RCP STORM SEWER, CL 5 LF 427 $ J11 - coo $ 'so T.60 61 15" RCP STORM SEWER, CL 5 LF 269 $ SL oo $ �np 62 18" RCP STORM SEWER, CL 5 LF 771 �li"x+OA $ `4, OQ $a3., 9 pp 63 24" RCP STORM SEWER, CL 4 LF 250 $.'5. . cc $ 1$ . q,S'a , act) � 64 30" RCP STORM SEWER, CL 4 LF 587 q $ $ 4% S�* cm 65 36" RCP STORM SEWER, CL 4 LF 50 $ _ 8J`r�i $ 4. 7 5b .Op 66 48" RCP STORM SEWER, CL 4 LF 350 $ }31 +OC? $ hg5,r a "Cx* 67 60" RCP STORM SEWER, CL 4 LF 61 $ .GCS $ =0 68 48" ARCH RCP STORM SEWER, CL 4 LF 90 $ $ IS � 3� , OQ 69 PUMPING - SANITARY SEWER BYPASS L5 1 $ $ 41C..go 70 15" RCP STORM SEWER PIPE BEND 22.50 EA 1 $ $ . r%�9 • d0 71 8"X6" PVC WYE EA 4 $ 114 -cc $ 7 72 24" RCP SANITARY SFWER PIPE BEND EA 1 $ 7%o,bO $ 72ott +OO 73 CONNECT TO EXISTING SEWER SERVICE E.A. 4 $-4.57. ob $ 9 80 ►CSD 74 CONNECT TO EXISTING SANITARY MANHOLE EA 8 $ Ut,111.0O $ Its 18 w -M 75 CONNECT TO EXISTING SANITARY SEWER PIPE EA 10 $ $3$ , M $ S 3 $O+ CC? 76 CONNECT TO EXISTING FORCEMAIN EA 1 $ A. 1:0'.3-00 $ 141:53-00 77 CONNECT FORCEMAIN TO EXISTING LIFT STATION EA 1 $ 1.101-00s �4-01,00 0 2013 Stantec 1 193801579 0041 10-5 BID FORM No. Item Units Qty Unit Price Total Price 78 6" T.D. HDPE SANITARY SEWER FORCEMAIN - LF 375 $I r�.OQ $—`LC�] DIRECTIONAL DRILL 79 TELEVISING SANITARY SEWER LF 2,300 $ 80 TEMPORARY WATER MAIN/SERVICE LS 1 $ �0,1�10=b4$ ��gp,t7p 81 1" CORPORATION STOP EA 17 $ _1 L Ir. !SO $ 'A CXl 82 2" CORPORATION STOP EA 2 $rZyrLl. bb $ 83 1" CURB STOP & BOX EA 17 $ 1 VM. CC) $ -3jqbl4-4= 84 2" CURB STOP & BOX EA 2 $ 3 bb .01b $ '7 Ga . CC1 85 12" BUTTERFLY VALVE AND BOX EA 13 $ a) r1.4 t .CO $ 2A... xa Lt - Ci 86 4" GATE VALVE AND BOX EA 3 $ 1,03<s 4,091 $ AxSOlb,dd 87 6" GATE VALVE AND BOX EA 28 $ I, -XO .'bo $ -336 (p a . ab 88 8" GATE VALVE AND BOX EA 17 $ '•OG -c b $ - 4 O.OG 89 REMOVE AND INSTALL 8" GATE VALVE AND BOX (SPECIAL) EA 19 $ 3) 2) -a% .06 $ 72j.5 11 cc 90 WATERMAIN OFFSET EA 4 $ 24,54 .CO $ 11O .Gfi7 91 12" WATERMAIN OFFSET EA 1 $ :3, 92 CONNECT TO EXISTING WATER SERVICE EA 17 $ 2 IL .aO $ Li�i OQ 93 CONNECT TO EXISTING WATER MAIN EA 50 $ 9 J.Ti a OC7 $ 00 94 HYDRANT EA 16 $ sm.Ofi$ Jr r%, 3Z$ .Ob 95 REMOVE AND INSTALL HYDRANT AND VALVE (SPECIAL) E.A. 15 $ G , I.'7.'i.00 $ 4Q --y, Co 96 SALVAGE SPECIAL, 18" PCCP TO DIP TRANSITION EA 1 $ JOG rob $ 97 ADJUST HYDRANT EA 2 $ 718-5, d $ % 25iG 4 .00 98 1" TYPE "K" COPPER PIPE LF 780 $ 31. a« _ $ OQ 99 2" TYPE "K" COPPER PIPE LF 100 $ y 1+ Od $4,CO , 100 18" STEEL CASING PIPE (JACKED) LF 40 $ `t .&.Qo $ 1 ZC3 a b® 101 24" STEEL CASING PIPE (JACKED) LF 100 $ .3 i .fid $ Qt's .pp 102 4" WATERMAIN DUCTILE IRON CLASS 52 LF 100 $ 1 . 9X.-) $ . b 103 6" WATERMAIN DUCTILE IRON CLASS 52 LF 900 $ S$.00 $ 626 r2AX5. dC] ® 2013 Stantec 1193801579 004110-6 BID FORM No. Ttem Units Qty Price Price 104 8" WATERMAIN DUCTILE IRON CLASS 52 LF 1,245 ``Unit $ r(acz� a�Total $ 105 12" WATERMAIN DUCTILE IRON CLASS 52 LF 6,820 60 $ _ 660 $ 395,660 106 4" INSULATION SY 50 $ � $ Z.3.50 - 107 DUCTILE IRON FrMNGS LB 9,420 6-19 $ Z .- $ �� 108 2'X Y CATCH BASIN EA 31 $ 1583- $ Y90 7. 109 4' DIAMETER SANITARY SEWER MH EA 2 $ � $ :!S //Z 110 4' DIAMETER STORM SEWER CBMH EA 26 $ zo Z3 $ SG s�%y 111 4' DIAMETER STORM SEWER MH EA $ $ 91 $ d/ 7' %6 112 4' X 6' CATCH BASIN EA 1 $ $G�Z 113 Y DIAMETER STORM SEWER MH E.A. 3 $ A Ur $ � 114 6' DIAMETER STORM SEWER MH EA 1 $ HO $ 37 Tt/ 115 6' DIAMETER STORM SEWER CBMH EA 1 $ 32lpZ $ 3-26,7- ZCGZ-116 116 6' X 0 STORM STRUCTURE, SPECIAL EA 1 $ S356- $ 56- ~ 117 7 DIAMETER STORM SEWER MH EA 5 $ $ 118 7' DIAMETER STORM SEWER CBMH EA 1 $ 39156 $ 310: 119 9' DIAMETER STORM SEWER MH EA 1 $ WSZ` $ '71-Z 120 ADJUST FRAME 8t RING CASTING EA 15 $ 740 $63 7s 121 INSTALL 2'X Y CASTING AND RINGS E.A. 5 $ $ zl2zo , 122 INSTALL 2'X Y CASTING AND RINGS, SPECIAL EA 2 $ / $ 123 REMOVE AND INSTALL 4' DIAMETER CONE SECTION EA 1 $ $ 124 CONNECT EXISTING PIPE TO STORM STRUCTURE EA 50 $/09-::1- $���C' " 125 CONNECT TO EXISTING STORM PIPE EA 2 $ 773 $ 15-Y6 - 126 CONNECT TO EXISTING STORM STRUCTURE EA 2 $13 VZ - $ &o 9-1- 127 127 EXTERNAL SEAL SYSTEM EA 11 $ 5 f $ 292 ~ 128 RANDOM RIPRAP CLASS III CY 56 $ AN- $ d� / /y 129 RANDOM RIPRAP CLASS N CY 70 $ 1211- $ 9210 0 - 0 2013 Stantm 1193801579 004110-7 BID row No. Item Units Qty Unit Price Total Price 130 GEOTE)MLE FILTER TYPE IV SY 156 $ $ 6 8& ° " 131 4" CONCRETE SIDEWALK SF 18,572 $ . �" — $ ( "s 144 RELOCATE STREET NAME BLADE SIGN EA 1 $ /c JLC -- $ /-'50 - 132 CONCRETE CURB AND GUTTER DESIGN B618 LF 6,145 $ _ �[� .� $ 133 CONCRETE CURB AND GUTTER MOUNTABLE LF 410 $,1 O $ �� 5 134 CONCRETE CURB AND GUTTER (SPECIAL) LF 5,744 $ y $ 135 6" CONCRETE DRIVEWAY PAVEMENT SF 7,162 7� $ �, $ -3Cl 149 EROSION CONTROL BLANKETS CATEGORY 3 SY 350 13 •7 136 6" CONCRETE DRIVEWAY PAVEMENT, SPECIAL SF 7,162 $ �] $ % 151 PROTECTION OF CATCH BASIN, PAVED STREET EA 81 1.3 $ 71 ` d' 137 6" THICK CONCRETE WALK FOR PEDESTRIAN CURB RAMP SF 2,664 $ $ % 138 TRUNCATED DOME PANEL SF 296 CGd $ �� . $ -A-2'Q a , 139 ELECTRICAL LIFT STATION LS 1 �f 7Z-76-- $ l f 6 - $ / �[ ! o J 140 REMOVE LOOP DETECTOR EA 12 $ ` -' $ 3 Y 141 DETOUR SIGNING LS 1 $ 7r $ 142 TRAFFIC CONTROL LS 1 $ ! Y $ 143 SIGN PANELS TYPE C SF 587 $�"® 144 RELOCATE STREET NAME BLADE SIGN EA 1 $ /c JLC -- $ /-'50 - 145 PREFORMED RIGID PVC CONDUIT LOOP DETECTOR 6'X6 EA 5 $ / $ 19900- 146 PLANT INSTALLATION, RAIN GARDEN LS 1 $ V - $ I'A 147 SILT FENCE, TYPE MACHINE SLICED LF 2,665 $ Com/ $ s(�e 148 FLOTATION SILT CURTAIN TYPE MOVING WATER LF 85 $ $ lQ 149 EROSION CONTROL BLANKETS CATEGORY 3 SY 350 $ 150 PROTECTION OF CATCH BASIN, NON PAVED STREET EA 13 $ 3 7$ W&3 151 PROTECTION OF CATCH BASIN, PAVED STREET EA 81 1.3 $ 71 ` 5-3 $3:,-7,73,/-! 152 SODDING TYPE LAWN SY 5,860 $ $7 153 DOUBLE SHREDDED HARDWOOD MULCH 154 HYDRAULIC SOIL STABILIZER TYPE 5 155 RAIN GUARDIAN - BUNKER 156 LAWN EDGING J/ 4' CY 20 $ —Of $00 SY 13,940 $ $ Za EA 2 $ f / 3� $ X%lD• LF 260 $ $ 0 2013 Stantec 1193801579 004110-8 BID FORM NO. Item Units Qty Unit Price Total Price 157 SEED MIXTURE 270 SY 13,940 $ 30 $� 158 AUGMENTED SOILS CY 40 $ $ / 71 7 159 PAVEMENT MESSAGE, (BIKE LANE BEGINS SYMBOL & EA 2 $ LF 1,810 $� ARROW) - EPDXY 173 4" DASHED LINE, WHITE - EPDXY LF 64 $ .l 160 PAVEMENT MESSAGE, (BIKE LANE ENDS SYMBOL & EA 2 $� r $ ARROW) - EPDXY 0 �4 175 161 PAVEMENT MESSAGE, (BIKE LANE SYMBOL & ARROW) - EA 10 $ �� �' $ EPDXY TOTAL BASE BID: 162 PAVEMENT MESSAGE, (R X R SYMBOL) - PAINT EA 4 $ L� , `' ~ 7��,,rr�� $ 7ZOO - 163 PAVEMENT MESSAGE, LEFT ARROW -PAINT EA 6 $ R $ .5� r 164 PAVEMENT MESSAGE, RIGHT ARROW - PAINT EA 11 $ — $ 16-15- 165 PAVEMENT MESSAGE, THRU ARROW - PAINT EA 9 $ " $ &5 166 PAVEMENT MESSAGE, THRU RIGHT ARROW - PAINT EA 2 $ _ 1 $ 167 PAVEMENT MESSAGE, THRU LEFT ARROW - PAINT EA 8 $ $ �"?0� 168 12" SY 71 $ $ 120 DIAGONAL CROSSHATCH, YELLOW - PAINT LF 370 $ $ 164 12" STOP BAR, WHITE -PAINT LF 1,105 $ J� � " � $ Jfo C 2013 Stantec 1193801579 004110-9 BID FORM 7Y 170 4" SOLID LINE, YELLOW - PAINT LF 33,699 $ $�� 171 4" BROKEN LINE, WHITE - EPDXY LF 320 $ ��� $ 172 4" BROKEN LINE, YELLOW - PAINT LF 1,810 $� $ 173 4" DASHED LINE, WHITE - EPDXY LF 64 $ .l $� 174 4" SOLID LINE, WHITE -PAINT LF 9,452 $ °�" $ 0 �4 175 4" SOLID LINE, WHITE - EPDXY LF 12,088 $ $ TOTAL BASE BID: $ k •tet ALTERNATE - QUITE ZONE CROSSING IMPROVEMENTS 176 MOBILIZATION LS 1 $ , /0 75 76 $ 177 REMOVE BITUMINOUS PAVEMENT SY 180 $ $ 545 /. �' 178 SAWING BITUMINOUS PAVEMENT LF 360 $ +7 $ / l '20 v 179 CONCRETE CURB AND GUTTER DESIGN B812 LF 280 $ T $ 180 4" CONCRETE MEDIAN SY 71 $ $ C 2013 Stantec 1193801579 004110-9 BID FORM No. Item Units Qty Unit Price Total Price 181 CONCRETE APPROACHNOSE SY 20 $ _ (t41 . "� ()0$ 1.-260 r, 182 TRAFFIC CONTROL LS 1 $ 0— $ 1660- 183 660-183 SIGN PANNELS TYPE C SF 25 $ -go — $ 750.— TOTAL 5®—TOTAL ALTERNATE - QUITE ZONE CROSSING $ -a. 3 ('(- IMPROVEMENTS ® 2013 Stantec 1 193801579 004110-10 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Non -collusion Affidavit 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. If Bidder Is: An Individual SUBMUTED on March 19 . 2013. Name (typed or printed): By: (Individual's signature) Doing business as: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: (SEAL) Q 2013 Stanbm 1193801579 O0 41 10 - 11 BID FORM A Partnershio A Corooration Partnership Name: __(SEAL) By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #`s): Phone No.: Corporation Name: , State of Incorporation: Type (General Business By: z Fax No.: S.R. Weidema, Inc. (SEAL) Name (typed or printed): _ Minnesota Service, Limited Liability): General Business A (Signature) Scott Weidema Title: President Attest , "C _ (CORPORATE SEAL) (Signature offarZBxadsV) Business Street Address (No P.O. Box #'s): 17600 113th Avenue North Maple Grove, MN 55369 Phone No.: 763-428-9110 Fax No.: 763-428-9095 @ 2013 Stantec 1193801579 004110-12 BID FORM A Joint Venbi Joint Venture Name: (SEAL.) By: Name (typed or printed): Title: Business address: Phone No.: (Signature of joint venture partner) Fax No.: Joint Venturer Name: (SEAL.) By: (Signature) Name (typed or printed): Title: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT (P 2013 Stantm 193901579 004110-13 BID FORM NON -COLLUSION AFFIDAVIT The following Non -Collusion Affidavit shall be executed by the bidder: State Project No. Federal Project No. 182-101-018; 182--107-012; 182-108-002; i82-112-002 State of Minnesota ) ss County of Hennepin ) I Scott Weidema (name of person signing this affidavit) perjury under 28 U.S.C. 1746 of the laws of the United States: (1) that I am the authorized representative of S.R. Weidema, Inc. do state under penalty of (name of person, partnership or corporation submitting this proposal) and that I have the authority to make this affidavit for and on behalf of said bidder; (2) that, in connection with this proposal, the said bidder has not either directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding; (3) that, to the best of my knowledge and belief, the contents of this proposal have not been communicated by the bidder or by any of his/her employees or agents to any person who is not an employee or agent of the bidder or of the surety on any bond furnished with the proposal and will not be communicated to any person who is not an employee or agent of the bidder or of said surety prior to the official opening of the proposal, and (4) that I have fully informed myself regarding the ac f the statements made in this affidavit. Signed: (bidder or his authorized representative) Scott Weidema THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE S.R. Weidema, Inc. 17600 113th Avenue North, Maple Grove, MN 55369 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America One Tower Square, Hartford, CT 06183 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEW HOPE 4401 Won Avenue N—th, New Hope, MN as Obllgee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2013 Infrastructure Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 19th day of March 2013 S.R. Weidema, Inc. awnium� Scott Weidema President Travelers Casualty and Surety Company of America HR n, t Am (Buret Attome -i E . Brian J. Oestreich AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1470 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 (Tiff e) ACKNOWLEDGMENT OF CORPORATION State of Minnesota ss. County of Hennepin On this 19th day of March 2013, before me appeared to me personally known, who, being by me duly sworn, did say that (s)he is the President of _ S.R. WEIDEMA INC. _ _ a corporation, that the seal affixed to the forgoing instrument is the corporate seal of said corporation, _(If no seal, so stars, and strike out above as to corporate seal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Scott Weidema acknowledged said instrument to be the free act and deed of said corporation. jjc" ry� Tanya Marie VIl�dsrrul Notary Public County, NOTARY PUBLIC My commission expires State of MFr mmta My Commission Expires 1-31-2016 ACKNOWLEDGMENT OF CORPORATE SURETY State of Minnesota ss. County of Hennepin On this 196` day of Match '2013 , before me appeared Brian J. Oestreich to me personally known, who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of Travelers Casualty and Surety Company of America, a corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Brian J. Oestreich acknowledged said instrument to be the free act and deed of said corporation. 00 V?A00TARY :°`$T)�' I`'RCH Notary Public County, PIJIPLU'G- My commission expires WARNING~: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 224175 Certificate No. 005246326 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Bruce N. Telander, Donald R. Olson, John E. Tauer, Linda K. French, R. W. Frank,Craig Remick, Rachel Thomas, Nicole Nelson, Joshua R. Loftis, Brian J. Oestreich, Sandra M. Doze, and Jerome T. Ouimet of the City of Minneapolis , State of Minnesota , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in my aciions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 25th day of October 2012 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GhSllq�r VplRE6 �T...�NSG p'f 1NSUgq 'STN AN, Y f.".�pn i HARiFCIa�, ga'ay 1 i� y Y c �`SEALAo";$SAFi=i d N. o (7D State of Connecticut City of Hartford ss. By: ./ Robert L. Raney, renior Vice President On this the 25th day of October 2012 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. t In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. * �y * Marie C. Tetreault, Notary Public P 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ! _ t tI NI-" w -t JAL C n7t10THE-REO E101VIL I This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant "Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1 9 th day of ^ Marrb —20 13. e. - f F lict-in F�. iiughus, ftssia'tznt See ti3r.' — �ja���O�p��� w. ° µfp v:."•-._..�..s sa+......_�q- ,a "� um'mn. Mb OS Fp 11 m �e,,iORvaRAt� 4DRA .W,1.1n P Y t 9 g 2 ti g! / $ •.1 m 1l' i, : CAS` 38tl' i tf i HAarFOAD. IIMIFOF 3% S ` ' � DONN. o \" ' jR n�i t688 ' 7``+ Y� sp ��rnwcac a18. j,N't fp""�" f' y�+ n Rttf To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersband.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. 'OVARNING:, hIS PGIVVIEF1 OF ATTORNEY IS I#NVALIE) WITHOUT TME �E� g4r�171�R 17600 113th Avenue North • Maple Grove, MN 55369 Phone: (763) 428-9110 Fax: (763) 428-9095 www.srweidema.com S R Weidema, Incorporated I, Scott Weidema, President have authorized Scott Enerson to sign on behalf of S R Weidema, Inc. Scott Weidema, President March 19, 2013 Date S R Weidema is an Equal Opportunity Employer OMB Control No: 2090-0030 Approved: 05/01/2008 Environmental Approval Expires: 01/31/2011 -7 Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form EPA Form 61004 BID/PROPOSAL NO. PROJECT NAME City Project No. 906 2013 Infrastructure Improvements NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS S. R. Weidema, Inc, senerson@srweidema.com ADDRESS 17600 113th Avenue North; Maple Grove, MN 55369 TELEPHONE NO. 763-428-9110 FAX NO. 763-428-9095 The following subcontractorss will be used on this project: COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE ESTIMATE CURRENTLY NUMBER, AND E-MAIL ADDRESS PERFORMED D DOLLAR CERTIFIED AMOUNT AS AN MBE OR WBE? \cor-4 c,�{o31t-3 yes CE.t1�C'G.` �` 1 •'1 `.�' Gl�..� � ,1C� SCa..li� C L;'�- L10-0- CL,— V P S 1. L3G["J �C��E C��c.c l'lGl '- $6-o. "a vc- 5 0 t')y I certify under penalty of perjury that the forgoing statements are true and correct. In the event of a replacement of a su'ncontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Sectjpn 33.302 c). March 19, 2013 Signature of Prime Contractor Date Scott Enerson Project Manager Print Name Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 61004 (DBE Subcontractor Utilization Form) OMB Control No: 2090-0030 Approved: 05/01/2008 EnvironmentalApproval Expires: 01/31/2011 W, Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form EPA Form 6100-4 BIDIPROPOSAL NO. PROJECT NAME City Project No. 906 2013 Infrastructure Improvements NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS S. R. Weidema, Inc. senerson@srweidema.com ADDRESS 17600 113th Avenue North; Maple Grove, MIN 55369 TELEPHONE NO. 763-428-9110 FAX NO. 763-428-9095 The following subcontractorsi will be used on this project. COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE ESTIMATE CURRENTLY NUMBER, AND E-MAIL ADDRESS PERFORMED D DOLLAR CERTIFIED AMOUNT AS AN MBE OR WBE? I certify under penalty of perjury that the forgoing statements are true and correct. In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302(c). ,bl Ir y March 19, 2013 Ar Signature of Prime Contractor Date Scott Enerson Project Manager Print Name "title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) MAR -19-2013 08:50 FROM:AMS CONTRACTING LLC 6512570094 70:7634289095 P.3 -:3 —::.-;:..w.... w.wM.w.L.nVd ,..L"'_:'v'...S��Y :pw-'^'.!^lr.::t :1:_:•• .-:. eR=..x�a.•V. .. ,.. �..:.� _. r, � . •�. ®, .,......_ .r: .:'.:f.J•'.'..':'r: y.S�•<f.�:' I.i:s_::. _.: .�::.. .:• "'. _.: :: ... s.gyy�r..:'i 14545•,MMR.����.�.... �e. 'RT 12 1"c 1 1 En viro111i enol Protec#on Agency OW cemtsal NO: 2090.= Apprwed: 05/01/2DOB AppmvalI'apirm 01/31/200.7 Disadvantaged Business Enterprise Program DBE Subcuntractur Performance Fusin EPA Form 6100- OF SUBCONTARICCO% PROJECT NAME l QNAM { ■ Q i� `TRy, C.., L LC— �.y' M • ADDRESS BIDED OPOSAI. NO, C tkl-( W TELEP ONE NO. FrMAIL ADDRW I- 6L S $J. ]PRIME CONTRACrOR 14AMB CONMACr rrsl►rNq. r1rm OF wom oR Dusan r'i' m OF sERvices RD TO PRva PRICri of %MK MMM[aTEv TO rRimis comjuc OR j 1ZIt<-+riC s4+ S''-e.Ar� orN i 0 4r,-ou e— L. -00V ueA,ec r- . D� Gkwmtiy oBrtif w as U(A-0130r W DE under EPA's DB$ Prog I Ye& .� Prime Contrectar vote P&IL WAMe Tide No SiaCtei111'e of ,trtattm ofSulxcantractar Uaile Name Title �CrM3E �+ March 19, 2013 Scott Enerson Project Manager -„.,..... a —P. - Y, oru4 )0= vcunv% or Hu mfdu” WhO antere into an agm-aW with a eantmcWr top wide aelvk- pmua nt to an EPA award of finoww aaustarw,. EPA )FORM 6104.3 (DA8 ,%WMttk' Wr pa&rt Wft TaQ=) 03/19/2013 TUB 8:16 PAX 5077266399 GM Contracting A Environmental �+ Protection Agency OMs Control No: 2090.0030 Approved; 05/01/2008 Approval Expires; 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 NAME OF SUBCONTRA TORr PROJECT NAME r, V- .— ADDRESS BID/PROPOSAL NO. a X P? IV Ch,4r �` . TELEPHONE NO. E-MAILADDR SS 7-7.4-6Y33Jour PRIME CONTRACTOR NAME S. R. Weidema, Inc. CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK SUBMITTED TO ITEM NO. PRIME PRIME C•�ONTRACTOR •78 1 j� ) / 6 �� } .0 - 4b PF �carL�'/vd-•in D.I eC.�sQ .�. �f J �S 0 J -Y � C� /00 /9" f ° ( 24" •� •Z d n. a � �s . Currently certified as an MBE oRMnder EPA's DBE Program? Yes No Signature of Prime Contractor Date Print Name Title Signature of Subcontractor Date .- .l,�"��. Print Name 'Title - March 19, 2013 Scott Enerson Project Manager 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. 1' -`PA FORM 6100-3 {I)DI; SLbcontractor Performance l=onn) 2002/002 UURANT LIBRARY Fax 6626533108 Mar 7 2013 03:18pm P002/002 OMB Contmi Na: 2090-W30 Approved; 05/01/20013 A% Approval Expires: 01/31/2011 • r111VhQ=enid1 proWdon Agcy Disadvantaged Business ]Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 NAAO OF SUBMNTRACrOR, PROJECT NAM � f 2013 Ird rastructure Improvement "DRESS bq & L �f �� , �!% BID%IPROPOSAL Na O G� G, � i+ �►° `g .City Project No. 906 TEL ONE.NO. &MAILADDRESS 3 - t -1M qA- a7N-7- F21hWI rRACIOXNAME S.R. Wei dema, Inc. CON1TdiACP z i u of WORx ok nmcRII'' wN OF 9ERYICES BIDTO FlUCE OF WOFX 1TIM NO. P>t SVBNffTFSD To FREM! CONTRACTOR N . V P&- Cumady cerrtified as an: hOE or WBE uiftEVA'f DBgrant? Yes . No Signature of P rhM Conisacror Dale. ftlut Name Title � 'Signature of Subcontractor Mie _ 1*1AM 'flile ---- .. I print r71 1 March 19, 2013 Scutt Everson Project Manager '5ub[omtrae4or is &Omd as a Company, fuu4 jmRkveattire. cr fi dmdual who ewms into an agent with a rwaactar to provide"`"' puns =t to an WA award ok finandal assistance. EPA FORM 611 -3 (FTS E 5uheontrwtor Perfim9ne a itch) Environmental N� Protection Agency OMB Control No: Approved: Approval Expires: Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form NAME OF SUBCONTRACTOR PROJECT NAME Boys Contracting, LLC Water Products 2013 Infrastructure Improvements, New Nope, MN ADDRESS BID/PROPOSAL NO. PO Box 224, 502 3rd 5t. Barrett, MN 56311 #5165 TELEPHONE NO. E-MAIL ADDRESS 320-528-2436 kathy@boyscontracting.com PRIME CONTRACTOR NAME S.R. Weidema, Inc. CONTRACT ITEM OF WORK OR DESSCRIPTION OF SERVICES PRICE OF WORK ITEM NO. BID TO PRIME SUBMITTED TO PRIME CONTRACTOR Quote #5165 Materials 60% of total goes towards DBE Goal $671,332.48+1 - Sales Tax not included tly certified as an MBE or WBE under EPA's DBE Program? xxx Yes No ,YJ Z March 19, 2013 Signature of Prime Contractor Date Scott Enerson Project Manager Print Name Title Kathryn Boys 3115113 Signature of Subcontractor Date Kathryn Boys President _ Print Name Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) FrC": AM- %4kftp M/15/2013 12M 1786 P. MIMI ObROmbdNac =HM GIMM MOM 41/sum -2 llasiaa DUR 0 1 --m mtmcim re masoe )FIN= IBPA�W" NAMOF C PROPCrx"m C-Ck 2013 Infrastructure Impravemmt mlrrlvRCWCNIALMM ZA- , �-(Y- Q-outVe City Fradect No. gm TRLXnKmNck. 14MAMADM� �Q I ?---10 Oy"\C-Cak PRIDE CONTRA CWRNAAM 3-1. mddl Inc. CMMMRACr raw I ------TO pmea - -- CM=ugycmdbde&imMMmWBKusdaEPWsDU3R g 02-1w -bbswm*m imilml;!L Dompftimsmuk --Pf t-t-� LLjL-e Neese Tab March 19, 2013 Scott Enerson Project Manager INAA 5 * RENC71 VT: 00 Mar.15.2013 08:55 AM SHAW TRUCKING, INC. From Environmental Protecdm Agency 7634343100 PAGE. 2/ 2 03/08/2013 12:17 11744 P.002/002 DMB Conlrol No: 20904M Approved: 05/01/2008 ,Appjro►el Wrm 01/32/2011 Disadvantaged Business E nbwp ke Program DSS Subcontractor Performance Form EFA Form 61004 NAME OF SUBCOMTRACTORI PROJECT NAME 2013 Infrastructure Improvement ADDRESS BIWPROPOSAL Na MM �4"1 City Project: No. 906 TELEMONE Na & L ADD jMA )RESS HUME CONTRACMR NAME S.R. Weidema, Inc. CONTRACT r!'SM OP WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK SUBMITTRD TO ITEM NO. PRIME PRIME CONTRACTOR / C%wently oerdfied as an MBE or WBE under EPA's DBE Program? Yes No Edtgnature of PFI Ctylllxactarpaie Pkau�t'Naaue IItIe — -- -[_. 5i tare of 99bcmtractor Date .0-7 - a 3 �' • ..�.Hrte" � 1 OA t`. f / ji+9 J_aJ I.-.1 !3hj2�M 7- Print Name Title March 19, 2013 Scott Enerson Project Manager BUbcnr+4WW Is defined as s company, first, Joint vamieuG, or lndivsiW who entera into an agrawWd with a contracbr to provide —ims p usumt b an EPA award of fhtandal aedemm. EPA FORM 6100-3 ME Sibmimtor Performance Form) Mur.15.2013 02:00 PM SHAW TRUCKING, INC. 763434:i0C PAGE. 1/ 1 18530 Buchanan St NE 0 East Bethel, MN 65011 v Phone (763) 434-3300 • Fax (763) 434-3100 QUOTATION FOR 2013 INFRALI:RUCTURE IMPROVEMENTS IN NEW HOPE TO: S.R. WEIaEMA ATTN:SCOTT DATE: 03/15/2013 FAX NUMBER: 763428-9095 PROJI:ECT: MAUL MATERIAL TO AND/OR FROM NEW HOPE STREETS DOTE FOR HOURLY TRUCKING BELLY AND / OR SIDE DUMP.................................................................... $ 100.00 per hour QUINT-AXLE................................................................................. ........$ 94.00 per hour QUAD -AXLE ........... ............................................ .................................. .S 92.18 per hour 100% SHAW OWNED BELLY OR SIDE ................................................ --,--..$l07.00 per hour 100% SHAW OWNED SUPER 18.................................................................$ 107.00 per hour 100% SHAW OWNED QUINT-AXLE............................................................$ 101.00 per hour any applicable state and/or local delivery taxes are not included all pricing is for trucking only no bond will be provided and no retainage is to be held any and all illegal loads are the responsibility of the loading contractor any wait time will be billed hourly pricing valid as long as fuel stays below $4.25 per gallon, otherwise a surcharge may be added all information regarding this project and pricing is to be consideree} confidential information between the two parties below quote valid until October 31a, 2013 IF YOU NAVE ANY QUESTIONS, PLEASE FEEL FREE TO CALL. THANK YOU, DONALD H. SHAW PRESIDENT SHAW TRUCKING, INC. S.R. WEIDEMA 03/18/2013 15:38 FAX Eltvir0llmental Pmwctlon Ageltcq ONM Central No: 20904m Apprwede 06/01/2008 Approval ffitpltea: 01/93/2011 Madvankaged Business Enterprise Pmgmm DEE Subcontractor Pedora=ce Farm ELBA Form 610" NAME OF _ PROS NAME (W' , I O v1 2013 InErantruct ure ImprovmwfLt ADDROSSS 947 Q c J s!- a0,� POSAL NOS City Project No. 906 TEL PROM NO. E-MAIL ADDRESS o l/tV44q r*kCt,ov? to pig COMRAC TIAhM . R . We d i ema , Inc. CONrKALT ITEM OF WOU OR DUCRIF ION OF AUVMU MD TO PRICE OF VI ORK BUNWI7TEUTO ITEM NO. FAME PRIMA CONTRACTOR + LLo"& 1 CuirmHy eBxBFfed as an WE or W8B$�junder EPKS DBE Prorom7 X Yee ` _ .._ No Sipatum of t`� LWe ` o� Subeonlrmom Date J -/ g dEml, 3-/C-/3Print Name lUb March 19, 2013 Scott Enerson Project Manager '8obCw traolw b dWhud as r Into a4 ammunk with a eoettaetor b pmvtde mr4m pwmntmk bD an EPA award of &m"amftftr a. EPA FORM 8100-3 (POE 6ub=tnwtor P Fom) Cij 001/001 03/18/2013 15:06 FAX Z 001 Quote for Project : Now Mope - 2013 Infrastructure Improvements SAP 182-101 018,xle 35798 241 Avenue r.,=, Le Center, MN MY -- _ Ph- 5073574330 Fax: 507.357.8139 email: omalleyconstructionofl'orltklmet,net P"s 1 of 2 To: Prime Contractor Data- 311812013 Old Opening: 8•19201310AM 131 4" COnOreia &"Walk al' 18572 3.68 $ 66,116.32 132 M18 Curb and Gutter LF 6145 $ 18.39 $ 100,532.20 133 Mountable Curb and Guttar LF 410 $ 16.08 $ 6,692.$0 134 Special Curb and Gutter LF 5744 $ 17.32 $ 99,486.08 136 9" Concrete Driveway Pavement SF 7462 $ 5.43 $ 35,989.66 Concrete Driveway Pavement 136 8" special SF 7162 $ 6,78 $ 41,253.12 Concrete Walk far Pedestrian Curb 137 6" Ramp SF 2664 $ 7.78 $ 20,726,92 136 Truncated Dome Panel SF 296 $ 33.25 $ 9,842.00 Alternate - Quite Zone Crossing Improvements 179 BB12 Curb and Gutter LF 280 $ i5.83 $ 4,376.40 190 4" Concrete Median Sy 71 $ 32.03 $ 2,274.13 lei 6" Concrete roach Nose, 5Y 20 $ 48.04 $ 960.80 Nat a Luma Sum Bid Toted S 391.049,43 Prices include all Labor & Taxes, 1% bond cost allowance, & std Insurance certificate of coverage. No Waiver of Subrogation Bond to be provicled by Prime Contractor unless otter arrangements are agreed upon, 47 Catch Basin Adjustments s ss shown In pians are Included In price imp to 3 rings). Price for Catch Basin AdjWtM*M work Is $175.00 each If adlustments performed is greater than 47 All 2" adjusting rings to be provided by prime contractor. $60.00 for every additional ring and 2" of concrete that Is placed around rings that exceed the 3 free ring adjustment, A $ 1,500.00 mobilization charge will apply if less than 2000 LF of curb or 7000 SF of flatwork Is ready at a time. 52 Planned Ped rarnin Included in our work varies dome panels in each ramp. Prim exclude: base material, trattic control, backfilling, surveying, stakkm, testing & Inspection, Blanketing & cold weather Service costs be Inning October 1st of each season and removals. Based on the Concrete Spec for this project, no sealing required O'MaI 's do NOT have high volume Sealant Capabilities. This Is Excluded from ourEric". Railings, Tres 9rat", and similar accessories to be provided by the prime contractor - It required. PH" is Valid thru 8.29-2014 Cold weather coats atter Ocivber tat to be recouped to us. Sunday work, Holiday work and Night work, If required, Is to be repriced or Time & Mawrlal. Ail Items are iloC EPA APPROVED CONCRETE WASHOUT AREA 70 BE PROVIDED BY PRIME CONTRACTOR. O'Malley's will place the Anal 1" of base as provided by Prime Contractor, who Ia responalble to Tal place grade to be + or -1 ". We reserve the right to charge the prime contractor for this grading, If done by O'Malley, or If delays result. We reserve the right to pass on coals of concrete yleld losses If the grading far scab on Curt results in extra thickness of gutter. Costs of any Railroad Complaince or Special Insurance requirements will be passed on to the Prime Contractor Retainage per ownera' spgditcailon. Payment to be based on actual quantities measured and unit pricaa quoted. Our warranty Is spedAc to workmanship and materials, Damages to our work due to snow removal equipment & pmduc% or extreme weather conditions are not omrad, We reserve the right to frail on costor of pumptracks If acceaslbligr requires It of the above bid Is Conditional to rassonahle negadsdon of contract lanqusgs. Usa ONLY MnAGC or AIA A401 ,ti3i18/2013 15:06 FAX 4002 Quota for Project: New Hope - 2013 Infrastructure Improvements SAP 182-101- 018.xls TIQNAL subcontract agreement payment clsusee do NOT apply to payment for Items listed In these quoted Lien Waivers are not applicable to Public Bonded contracts end will not be roqubred as a Condition of payment to binds ourtsmme Ik oondi Ions along with our pries end supomadse teturs * AM11traet len in our effort to sadsfy our commitments to aM prima contraclors who award work to us, we requite no(Mcation of the intent to use our quote within 7 days following the bid opening, It Is understood that the pn4m Is subject to award at this time. This quote Is imraltd It notiltoattan Is not mcalved within 7 days. We mulre a 10 day work &Meduling notiflcallon to 1hm uE a cornmfiRmt. Simon notice requests will be given lasser.pftEv. We are cerdfled as a MN DOT Disadvantaged Rualnsss Enterprise (DBt:j htta7/lues.eeocm.dot.stete.rnn.us/a9ox deWiIs.asox?Bi1SNO=1§J2 " We are certified as a TargefAd [croup Business with the MN Materials Management Division. httD:/hvww.mrnd.adrnin.gta.mn. A ` We are car Mad as a WBS SDB Supplier whit the MWBE Administration. I'a e 2 of 2 Mar 07 2:013 3:30PM HP LASERJET FAX From: 08/06/2013 12;11 p.2 9733 P. 00210 R OMB C cntrW M., 20904HO Approved; 06/01/2006 ApprovalExpim: Q]/91/2011 &rviumentai TJJK � Agency EdUdyantaXed Btatdnes6 Bnundse Program DBE Subcumractor Pedoorate:rca go= SPA Fam GM$ 111' 2013 Infrastructure Improvement: j MW -9 is Awj— j-Sul�',.L. IIS z Cm#,. City PXQjec No. 906 TaL11PM1w*$1wiQ. &141AiI. ADt]RBBS PRDAO C3O)FrX ►L7 NAb= S.R. Weidea+ Inc, CONTMACr ITEM OF w lm OR DUCRWMN 4F UMV1Cm Ow TO xrlva Fitt�E � &wl;4 SQaJOb4 rj3 % bo►& . wQ l[ QAjcrL3, F"1 m anMS$ I PAICEOIFVVM c 6eJEMI'1TZDTO PRDAI CONTRA Ca . } �gt�atvna of Sebeortlracoo� Debs �-� r�ry � Name Pormt March 19, 2013 Scott Enerson Project Manager %jIs dWkmd asa cca vuv, M26 )do Tw*m , ee etidwud who a=# IDID.a b lig&smgm pun and to &M EPA ew4Rd of &W%W mldmw cam �$raRnknt w14h # omtraC6m EPA FORM 6100.3 (D6$ Sa mgrm lar pC*mUmftF=M) Mar. $. 2013 6:33AM Frum. Mar, 6. 2013 11:49AM MR. E ivko=ental PmEect#on Agency 03/07/2013 10:rw 2664V P r?002/002 09/02/2013 1236vu' 2632#7&" A02/002 WO Control No: 200MOSO Approved 051OV200B ,Appravd Sxpiner: 01/31/9011 Dladdvanlaged Buslufas Ente rpHom Vngrbrn DBg 8u6eantractor Ferformanre 31mm EPA Form 6100.3 1 JI v%,r7 r 2012 Infrantructurs Improvement ADDER -- - ow? ? ZWjLvm BALNCh q 'k cojD c.s,va .fit!'& "Xu -1 *1 city Projeor Ilan 906 TSLEPEME NQ. &>4 +AU l - 4wel PH= COlw1T ALTORNANK $.R. waidema. Inc. CDNTHA[.'1' ITEM OF WORK OR DIIGCR=ON OF 81 MVICE9 DO TO SUBM TT EDTO WONK l3'$I4d NO. FII[ms PAIIMH iuu=0A •O SLE --711("'1 A\p4- tr y m an WE ot Wag omkoWs ee Na 5�i�twe o� on la Date Pristt Name 3 NG •Spam of 3ubc.&.5ar wit j If / 1 Pkin� March 19, 2013 Scott Enerson Project Manager "8 *=WLCWjs &Ama as a eompmW. &m f obtvmhira, w tad iduA WM Mks InM art Wamamt with d pant Aftf fa pro hb oarvk mVueursat & m WA award of Gnendnl Ush m - IPA PMM 6100.3 (DBE 80boonlfad0f YWfcrMImW iR=) Ma r 6. 2013011 49 AI , ., °s o. 2632-� - r*JfJS*de Temporary Solutions. Per.manent Corm thItMont. '3altitation I climitie, I ,Security January 23, 2013 S.R. Weldema Attn: Barb White Re: Proj. # 906- New Hope 806.210.0467 1 www onscitedd.Ocm I would like to thank you for allowing On Site Sanitation the opportunity to provide portable restroom pricing for the 2013 season. on Site Sanitation Is certified s/wn, TGED and DBE. On Site has been providing clean portable restrooms throughout Minnesota since 1989. We have a dedicated staff of long term employees who strive for excellence in serving our customers. hw'6 le Resit' ) '•z :h : i; t•: :.: . Regular unit - Once per week service $ 80,00 Regular unit - Second Service per week $ 75,00 Hook Unit - Once per week service $ 80,00 Hook unit - Second service per week $ 75,00 Mobile unit - Once per week service $ 90.00 Mobile unit - Second service pgr week $ 85-00 Handicap accessible unit - [ince per week service Handicap accessible unit - Second service perweek Delivery and pickup (one time charge) No Charge Environmental Fee $ 10,Q0 **]W/inrt�er service char a ** $5.00 per service r�� +lv+-','�„�. ����� �� `� "'�,,.]]y�. :: F+ N,v _ •A ..yam. ,.M... Extra service - Emergency.. $ 35.00 Hand Sanitizer $ 10,00 Dama a waiver Decline on file Electric heater $ 30.00 ** winter service Charges will be applied accordingly based upon current weather conditions** A 28 day minimum will be charged for all rental units. Rental units and service will be billed In advance on a 28 day billing cycle and all applicable taxes/surcharges will be applied. On Site Sanitation will guarantee the portable restroom prices listed above through December 31, 2013, If you have any further questions regarding portable restrooms or the services we provide please feel free to contact me at 651-429-3781 or annm@onsiteco.com Thank you Ann Magstadt Customer Acceptance Sales Representative Signature_ TWIN titlES. ROCHES.TE.R MISSOURI NFI3RASKA 951Ni�odlypn Avenue 230D 32nd Avenue NW 18285 Edison Avenue 13438 3, 217th Stree4 Pau1,'MN 5511'7 kochesie�, MN 55901 Ctf."rheld, MO 68005 Q 6Al , 4E 6802$ 61.420.37®'! 507„213284117 636.511907 Ali �b .0286 . . 03/18/2613 17"94 3202306166 From: OF ADEgMS EnviltQ17Mental Protection Agency CENTRA. MN SAWING PAGE 01/01 03/18/2018 16:03 #770 P-002/003 OMIT Conf l No: 2090.0080 Approved: 05/01/2008 APprovrl Expires; 0Z/31/2011 D13$dvauntaged Business Enterprise Progm m DBE Subconfraetor I erfm nance Form EPA Fom 610M FR0JEC NA 2013 Infrastructure Improvement !r-h�yy SIU/iDIPOSAL N. � 1 City Project: lio . 906 ,r, ls G PRIME c� A"NANfB S.R. Wexdems, Inc. CONTRACT rEW OF WORK OR DE". RI 7CjION OF SERVICES Bw TO ITEM Na Mao I- /dpto 4l4'A4 3c o `F,(1.98 ICW- r � % i9a. °a - MCEIDIPWORK SLBMMM TO M -WE COx+ TRACrOtt -7 w arEWAy aarora as art MBE or WBE under �3PA's )$ Frime CxMt MON'Date Fant Name ri a M►Yes _. NO Signature of aiPatu re of Subs mt raczur D21E Neale OL Print Scott Enerson March 19, 2013 Project Manager 'soi�ntrackor u tleistr:d � � �Pany, iD P aervi0s PMZGMF ho an EPA a ��rtture, ar 9ndlvldnal who anrers into an 29memmi: wi kh. o cuntraox of hnaadal agsbmnra EPA MRM mom(DBE Slbl0,lt,,Wr J'tfVMa= F413A) NOV-20-2012 01:15 From: From: Environmental Protection Agency To:42B9095 03/18/2013 15:01 Page: 1/1 8788 P.002/002 GME Ca ntml No; 2090-0430 Approved: As/01./"08 Apprmral Expires: M/3I/2011 Dindvantaged Business Enterprise Program DBE Subcontractor Performance Form BPA Form 610" NAME OF SUBCON'TRA,CT0% PW"CT NAhft 2013 Infrastructure Improvement ADDRESS . ;, m,�. EM PROP AL Na Czty Project No. 906 TELEPHONE NO. E-MAIL ADDREW 74y— Al 6 Al— A ° -$ 6 PRIME CONTRACTOR NAME S.R. Weideme, Inc. CONTIXACI' rrW OF WORK OR DESCRIPTION OF SERVICES BID TO WEN IVO. PRIME PUCE OF WC)Rx 8EMMETTE;l3 TO PRIME CONTRACTOR Zar—s 90, oo, Currently certtfled as an MSR or WIiI-s under EPA's DBE Program? __ 7C Yes No Signatune of Prime Contr"lft Date Print Nwft Mt1e _ tore of ^u- ubcaf&actw Mfr r Name+ 'Print j JonR ,. March 19, 2013 Scott Enerson Project Manager 'u%hCYl "Cbw :W deFmed as a eompaa . &m joint v +tX1i uv, or inaivldud who encs into an agre==t with a contractor to provide servitrs pu=t to an EPA award of ftmwa am wa EPA FORM 6100-3 (DHE Subcm fiwAur pertonoance Form) Mar, 18. 2W 3 11 PM REINER CONTRACTING Inc No, 7674 P, 1/1 From: W/la12013 15:yt5 177e r.uu.2101 'Stlkwb'actor is defined as a cmmpapy, SucrL joint venture, ar individual who enters into an agreement with a cont ctor to provide services pumant to an EPA award of ftnurr al assistance EPA FORM 6100-3 (DEE Submatractor Pt imnanae Porto) OMS Control Na 209UMD Approved: 05/0112= Approval Expires: 01/31/2011 EnvirWmenbd Prabection Ag nt y Disadvantaged Business Enterprise Program DHE Subcontractor Performance korai EPA. Form 61004 OESUBCONT ACrOM mojsclr NAMEI. rie0VAtCKkj. T:Nt 2013 Infrastructure Improvement, ADDRESS BMVPROPOSAL NO. VS M t w 0u.l% wk NSM/ City Project No. 905 1&M ADDR S — - TELEPHONE NO. iMf( Ca>AW&Cto aYW P CO OR NAME R IdAi �a.np.__.,Tnr r!4361T1gRJL `- ` UMNO. ri' 'mal e'V Baa awmmmxxf+ wr PRIME r}w nw� MQL/! WORK 3V�7Mi1'�ma AV P1P IMIR CONTRACTOR %W,A &, i J a044 s Curmtly csextiged as aii MBE o f WBfi Vnder EPA`s DBE Program? yes No Sigmtum of primecm' ate t N AceLSfg tore of Subcontrae6ar Datt? i. % k s Es A:�r ++a. prim Name Title March 19, 2013 Scott Enerson Project Manager 'Stlkwb'actor is defined as a cmmpapy, SucrL joint venture, ar individual who enters into an agreement with a cont ctor to provide services pumant to an EPA award of ftnurr al assistance EPA FORM 6100-3 (DEE Submatractor Pt imnanae Porto) Mar,1$, 2013 2:55PM REINER CONTRACTING Inc REINER CONTRACTING INC. (Certified DBEIWBE Company) www.reinercontracting.com No. 7664 P. 1/2 215411 HWY. 7 WEST HUTCHINSON, MN 35350 Phone 320-567-4886 Fax 320-587-4847 Questions, Please Call 3/18/2013 Martin Hoekstra Bid Date: 3/19/2013 10:00 A.M. All Bidders: (320) 583-4890 RE: 2013 Infastructure Improvements City Project # 406 New Ilope ITEMS Included I — 7' mill ****Bssed on a Rate or. 225 Tonsalour. 1 - water truck *** If this rate does not work for your needs contact me for an adjustment.** s **#* Failure to meet the quoted pmductioz) rate, will result in being billed at 5650,00/hour *** Mill Bit Surface (2.011 58,995 SY $0.339W Mobilization for 1 mill $1,500.00 / Mob Items Not Included Water — Water supplied by general -Transported by Reiner Contracting Inc. Obstacles marked by General Contractor Truckitia —Cleaning- Sweeping — Traffic Control Spot milling around obstacles Concrete and patchwork milling Bond- Retainage Spot milling beyond the capabilities of a 7' null w,Inner Job Mobilizations not included unless otherwise noted above.' Prig Based upon current machine availability and anticipated schedule. We Schedule on a first-come, fust- sertce basis. Sincerely, Martin Iioekstra Estimator ACCEPTANCE OF PROPOSAL - The prices, specifications and conditions arc satisfactory and are hereby accepted, You= authorized to do tate work as specified. Payment will be made as outlined above_ Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra, charge over and above the estimate. Sibmature Date NO WORK WILL BE PERFORMED UNTIL A SIGNED COPY OF THIS QlJOTF IS RECEIVED IN OUR OFFICE. Reiner Contracting Inc is a DBE MnDOT certified company. Reiner Contracting Inc is a DBE ND -DOT certifcd company for Milling, Sawing, and Trucking, Mar,18. 2013 2:55PM REINFP CONTRACTING Inc REINER CONTRACTING INC. (Certified DBE Company) No, 7664 P. 2/2 21549 HWY. 7 WEST HUTCHINSON, MN 55350 Phone 320-587-9886 Fax 320-587-4847 Bid Date 3/18/2013 2013 Infrastructure Improvements City of New Hope MN Quest CDN 2474880 ITEMS Sawing Bituminous pavement Full depth (1280 LF) $1..75 LF Alt 41 Sawing Bituminous Pavement Fell depth (360 LF) $1.75 LF Mobilization $200.00/trip This does not include bond, traffic control, erosion control, cleanup of slurry, layout, removals. Water supplied by general haul by Reiner Contracting, First come first serve schedule. Sincerely, Frank Little Estimator ACCEPTANCE OF )PROPOSAL'- The pricer, r pwifications and conditions are satisfaaory and are here by accented. You are authoriyed to ren the wnrlr as crrriAPA P.3x A"t ...:11 1'4 m3do ac o..e1:..od 4160%.Q. Or deviation from above tipeclfjcations involving extra co.1ts will be executed only upon written orders, &nd will become an extra charge over and above the estimate. Signature Dam NO WORK WILL BE PERFORMED UNTIL A S1G"F.ND COPY OF THIS QUOTE IS RECEIVED IN OUR OFFICE_ Reiner Contracting Inc is a DBE and MnDOT certified company. DBE North Dakota Trucking, Aggregate Hauling, Sawing and Milling. FROM : RirFresh FAX NO. : 6514339934 From! Envhwmwdnl Protection Agwq Mir. 18 2013 10:08PM P4 0MB C RL7id NV: 20904aso App,oved; Co/m/2M App=Val Expires. 01131/2ftx Dleadvanbged Hueneae Enterpd w Pwgram DBEFerfurmamee Foam EPA Fossa 6l W-3 NANM OF SUBCCUIZACTOIL F':GlQP= NAME 2013 Infrastructure Improvement [ ADDRESS f), q . aq B nF0SAL N0. T'UAAAI�—) NN 5,50 City Project No. 906 rM"KON111110. s _� o� ani 1(0 M ADDRM t o ,a�rayh F r� f$ r7 r e-0 MHUM C CT4TRAC"rQR NAUM S.R. Weidama, Inc. f CCNLBACi' >�A+Y+LiP WORK OR DAN OF BES►YwCM WD TO P OF WORK BUBUn7w To ' rrEM NO. rXM rw=CQNnACT0K is A �1sn� 1 i 4r►2 q' f�„�,�a S 5 Cux y cwffied Zan MS8 or WHE ander EPNo DBE Prugmm?Yea No �naEure of Pie w Cm trackw Date Print Name 7'ige Signature of 9nbonwh ctw bate T -1 e'13 Naax 'title - --...' Prmf March 19, 2013 Scott Enerson Project Manager t& baoet =kw 1e de&ied as a may, &MJ*d vcattme, or indivkb2d who enhm tft an agmam A with a coo rerto� W PMMN PCOM PK*VAw to art EPA awwd of *wodd mksbnm, EPA FORM 6100-3 (POE Subwntmdar P'afarrnw= Fon) MAR -18-2013-15:29 From:ROCK ON 320 230 291.7. To:91763428909� Pa9e:3.3 From: G EnvimnmenW Prohsction Agency 03/1612015 15:02 OME Control No: Approved: Approval Expires: 11769 P.002/002 2490-0M 05/01/2= M/8I/2MI Disadvantaged Business Enterprise Program DHE Stibcontractor Performance Form EPA Form 6100-3 AME OF SUBCONTRACTOR, PROJECT' NAME d�. Qn-Tha —2013 Infrastructure Improvement ADDMS 00%, BID/PROPOSAL NO, City Protect No. 906 TELERDONE NO. E-MAEL ADDRE$S PRIME CONTRACTOR NAME S.R. Weidema, Inc. CONTRACT 1TEM OF WORK OR $l3CE;IPTION OF SERVICES BIDTO PRICE OF WORK SU6MI'!TED TO xxEAd ND, MIME PRIM$ CONTRACTOR u t iC74#e��'i����x..C�(G����yihif'�-�yry�..lild► 1 �q.�f ��{y'� &)6 9 f4y od� ik- Y CurrFoy certified as an MBE or WBE under EPA's DDE Program? Y Yes � No Signature of Pn Contr tar ame T' S6gnahue of Submntractu Date -print Name Tide March 19, 2013 Scott Enerson Project Manager ',�ihcant[actar is dcEined as a aouryany, f,1t venture, or indivjduat who en6ers irdc an agreement with a onrtaaetor to provide seevim pursuant to an EPA award of fir+ miel assist mee. EPA FORM 6100.3 (I)BE SubcantmewPerformance Form) MAR -10-2113 15:28 From:ROCK ON 320 230 2912 To:917634209895 Pa9e:2/3 Quote Rock On Trucks, Inc. Quote No. 0009$7 3100 7th Street South Waite Park, MN 56387 Quote Date 03/18/2013 Expire Date 03/2812013 Phone Number 3207230,2998 Reference # MN DOT Fax Number 320.230-2912 Salesperson Louie Hegna Bill To: 00715 SR Weidema Inc. 17640114th Avenue North Maple Grove, MN 55369 Contact: Donna Setter Phone: 763428-9110 Fax: 763-428-9095 Special instructions: Ship From: Region 9 City Project # 906 2013 Infrastructure Improvemen New Hope, MN ` Company trucks with drivers are broke down with up to 8 hours per day 140 hours per week, with over time rate over 8 hours per Jay 140 hours per week due to prevailing wage. Equip Type Product Description Quantity units quote Rate Sales Price End Dump Owner Operators 1.00 Hours 98.00 98.00 Belly Dump Owner Operators 1.00 Hours 98.00 98.00 Side duutp Owner Operators 1.00 Hours 98.00 98.00 Dump Truck Owner Operators 1.00 Hours 92,00 92.00 End Dump CO TRK up to 8 or 40 1.00 Hours 114.00 114.00 End Dump 00 TRK over 6 or 40* 1.00 Hours 127.75 127.75 Belly Dump CO TICK u{i&4Fdr4(P 1.00 Hauls 111M 111.79 Side Dump CO TRK up to 8 or40 1.00 Hours 114.00 114.00 Side Dump CO TRK over a or 40* 1.00 Hours 127.75 127.75 Dump Truck CO TRK up to 8 or 40 1.00 Hours 111.18 111.18 Dump Truck CO TRK over B or 40* 1.00 Hours 121.63 121.63 These prices are good for fuel up to $4.00 per gallon. If fuel is above 84.00 per gallon a .40 cent per hour increase for every .05 cent increase of fuel will apply. * These rates are subject to any applicable sales tax * If tax exempt a certificate will need to be provided. "This bid is subject to the following exclusions, bid tens and conditions. See the attached a es. Accepted By: Date: 03/1BI2013 3:26PM FAX Awl ` EnvironmentaI Protection Agency NAME OF S'tl'BCONTRACTOW ADDRESS TELEPHONE NO. J7 tv3, -)A-i- i U0002/0002 OMB Control No: Approved: Approval Expires: Disadvantaged Business} Enterprise Program DBE Subcontractor Performance Form PROJECT NAME BID/PROPOSAL NO. E-MAIL ADDRESS PRIME CONTRACTOR NAME S.R. Weiderna , Inc. CONTRACT ITEM OF WORK OR MSCRWFION OF SERVICES ITEM NO. I BID TO PR MI3 FrAf ,, 6cr 1, c tG�n a�'�,�� ant lmrth4l rN me �- PRICE OF WORK SUBMITTED TO PRIME CONTRACTOR Cu ntly certi led as an MBE or WBE under EPA's DBE Progrpnn7 `" Yes _ No March 19, 2013 Signature of Prune Contractor hate Scott Enerson Print Name V,AA1A, Si azure of Sx hcontractor Pr' t Name Project Manager Title Date ffwkqEq M 'Subcontractor is dofina-d as a company, firm, joint venture, or individual who enters into an agreement with a contrtetar to provide serviem pursuant to an 9PA award of financial assistance, kWA FORM 6100.3 (DBE. 5ubmatrmotor Performunco Form) Minnesota Department of HUMAN RIGHTS CERTIFICATE OF COMPLIANCE S R WEIDEMA, INC. is hereby certified as a contractor by the Minnesota Department of Human Rights. This certificate is valid from 2/22/2013 to 212212015. This certification is subject to revocation or suspension prior to its expiration if the department issues a finding of noncompliance or if your organization fails to make a good faith effort to implement its affirmative action plan. Minnesota Department of Human Rights FOR THE DEPARTMENT BY: sn j -k Kevin M. Lindsey, Commissioner AN EQUAL OPPORTUNITY EMPLOYER Freeman Building • 625 Robert Street North • Saint Paul, Minnesota 55155 Tel 65T.539.1 100 • TTY 651.296.1283 • Toll Free 1.800.657.3704 • Fax 651.296.9042 • www.humanrights.state.mn.us 2013 Infrastructure Improvements March 19, 2013 10:00 am Date Quote Date of Company Phone Contact Requested -Fax Follow-up Submitting Bid? Ace Hydro Seeding, Inc. 320-274-3286 Crystal S. Magandy 3/6/2013 3/14/2013 Crystal(rim Might quote, will send one if they do. ACT Electronics, Inc. 952-949-2079 Marilyn Kay Lievers 3/6/2013 3/14/2013 No Answer. Left Message 3118113 faxed back - no bid M Lievers Airfresh Industries 651-775-1489 Kelly Thommes 3/6/2013 3/11/2013 Will be submitting a quote for restroom rentals. Kelly Thommes Recd 3118113 All Phase Contracting 651-462-7232 Mary Ann Jay 316/2013 3/8/2013 emailed, will quote trucking, dewatering etc. LIM 3119113 8:04 am AMS Contracting, LLC 651-257-4267 Anthony Seburg 3/6/2013 3/14/2013 No Answer, left message. A -Tree Service, Inc. 612-724-6045 Denise Volk email 316113 3/14/2013 No Answer, left message. Booker Construction, Inc. 651-644-1026 Emmett Booker 3/6/2013 3/14/2013 No answer, left message. Boone Container, Inc. 612-331-4381 Gerald Boone 3/6/2013 3/14/2013 Sharon- not quoting as of now. Central Minnesota Sawing LLC 320-743-2001 Tanya Doering 3/6/2013 3/14/2013 Couldn't get through. Sent quote 3/18113 recd 6100-3 CI Utilities, LLC 763-450-2060 Bert Castrejon 3/6/2013 ' 3/14/2013 No Answer, left message. Comfort Trucking, LLC 612-281-6857 Kpormah Rennie email 3/6113 3/14/2013 No Answer, left message. Convenant Electric, Inc. 612.554.2066 Barbara Graydon 3/6/2013 3/14/2013 No Answer, left message. Courtland, LLC 646-641-5896 Julia Espey 3/6/2013 3/11/2013 Will be submitting a quote for Conslurction Supplies. 3-19-13 Julia not quoting C & T Stringer Trucking LLC 612-743-3035 Charles Stringer 3/6/2013 3/14/2013 Charlie- not quoting Dave Trucking, Inc. 763.222.8345 Dave Obojie email 316113 3/14/2013 David- not quoting Ed Trucking 763-639-0992 Earl Robinson email 316113 3/7/2013 faxed back quote, 6100-3 signed. Edde Construction, LLC 651-485-6760 Ingeun Yu email 316113 3/14/2013 Not sure, requested I send info again to eddecompany@gamil.com Elliott Contracting Corp. 612-256-0000 John Elliott 3/6/2013 3/14/2013 Crystal- Not on their list to bid Erosion Control, Inc. 507-455-9514 Helen M. Nagel 3/6/2013 3/6/2013 faxed back material list - not bidding due to specs or location F & S Concrete Paving, Inc. 320-834-4578 Karen Peterson email 316/13 3/14/2013 No Answer, left message. GM Contracting, Inc. 507-726-6433 Suzanne Harazin 3/6/2013 3/14/2013 Sue- Will be quoting, will send us a quote. 3119113 recd quote & 6100-3 Hotta Contracting 763-576-7100 Dianne R. Holte 3/6/2013 3/14/2013 Jeff- Not bidding. Honda Electric, Inc. 763-498-8433 Laurie Plzak 3/6/2013 3/14/2013 Katie- Yes, will send us a quote. L/M w/Laurie 3119113 8:09 am K Electric, LLC 651-778-1425 Vietco Nguyen 3/6/2013 3/14/2013 No Answer, left message. Kang Contracting Corp 651-775-5777 Nelson Kanyi 3/6/2013 3/14/2013 No Answer, left message. Karens Electric, Inc. 320-259-1986 Karen M. Maine 3/6/2013 3/14/2013 Karen- Not bidding LAC Enterprises DBA Windsor 651-482-0205 Terry Childers 3/6/2013 3/14/2013 Brett- not bidding LaCoe Enterprises, Inc. 763-413-4716 Karen LaCoe 3/6/2013 3/14/2013 Karen- will send quote. UM 3-19-13 8:10am Laughlin Electric Co. 651-224-2585 Gloria Laughlin 3/6/2013 3/14/2013 Judy- Not quoting Loma Trucking 612-210-0741 Juan Lema email 316/13 3/14/2013 No answer, voicemail box was full. Lucas Company 763-464-2936 Jim Lucas 3/6/2013 3/12/2013 Will be submitting a quote. Jim Lucas. Stopped by to pick up plans and talked to Scott E 3118113 received quote & 61003 MBE, Inc. 763-972-9233 Robert L. Perry 3/6/2013 3/6/2013 sent 6100-3 Maas Trucking LLC 763-441-2075 Brenda Maas 3/6/2013 3/14/2013 No Answer, left message. MacHill Construction Services 952-929-9640 Mike MacKay 3/6/2013 3/14/2013 No Answer, left message. Mad Dog Construction, Inc. 763-753-1680 Mahna Sorrell 3/6/2013 3(1412013 No Answer, left message. Midwest Electric Company 763-551-7992 Delores Wermerskirc email 3/6113 3/14/2013 No Answer, left message. Minnesota Geoservices, Inc. 651-6441571 Herb Garcia 3/6/2013 3/14/2013 Trish- no, not quoting Minnesota Streetworks, Inc. 763-427-9992 Jeanine Davis 3/6/2013 3/14/2013 Jeanine- Not sure, faxed sheet over again to 763-712-0481 Mtech Electric, Inc. 763-537-1570 Huong T. Pham 3/6/2013 3/14/2013 No Answer, left message. North Metro Asphalt LLC 763-413-4604 Jim Larson 3/6/2013 3/14/2013 No Answer, left message. Called back 3115113- Not bidding. S. R. Weidema, Inc. 2013 Infrastructure Improvements O'Malley Construction, Inc. On Call Pavement Sweeping, Inc. On -Site Sanitation Povolny Specialties, Inc. Princess Trucking, Inc. Pro Installers Quality Cutting and Coring, Inc. Reed's Excavating, Inc. Reiner Contracting, Inc. Rock On Enterprises, Inc. Rosales Trucking Ross Electric Company, Inc. Shaw Trucking, Inc. Simplex Construction Supplies, Inc. Standard Contracting, Inc. Stripe Right Inc, Midwest TAC Paving Terra's Canopies Tree Service Transignal LLC Unique Contracting Services Corp. Utility Sales and Supply, Inc. USSI Water Products (Boys Contracting) Yaw Construction Group, Inc. National Association of Minority Contractors Association of Women Contractors MEDA March 19, 2013 10:00 am 507-357-6330 Lori & Brian O'Malley 3/6/2013 612-709-8578 Laura Miller 3/6/2013 651-429-3781 Karen Holm 3/6/2013 651-452-7335 Kim Povolny 3/6/2013 763.441.3982 Judy A. Lefebvre 3/6/2013 612-306-9053 Lucas Brazier 3/6/2013 763-786-9605 Kari Landrus 3/6/2013 320-252-3937 Donald H. Reed 3/6/2013 320-587-9886 Dedra Reiner email 316113 320.230.2998 Krystal Quade 3/6/2013 651-707-6478 Hector Rosales email 316113 612-702-7840 Cedric Ross 3/6/2013 763-434-3300 Donald Shaw 3/6/2013 763-398-0040 Sarah Bazey 3/6/2013 651-438-2510 Rebecca Seidenkran 3/6/2013 651-793-9004 David Casas email 316113 763-746-5820 Leo Copeland 3/6/2013 651-246-5396 Philip Castano 3/6/2013 763-241-0789 Robert Chavez 3/6/2013 763-218-9385 Angel Perez email 316113 612-385-7529 Tiffany Imaker 3/6/2013 320-528-2436 Kathryn Boys email 316113 612-522-4748 Gilbert Odonkor 3/6/2013 612-521-3366 email 316113 651-489-2221 email 316113 612-332-6332 email 316113 3/6/2013 Lori O'Malley -will be quoting rec'd quote need 6100-3 3/14/2013 No Answer, !eft message. Called back 3115115, is quoting and sent 6100-3 3/6/2013 faxed back quote, 6100-3 signed. 3/14/2013 No Answer, left message. 3/14/2013 No Answer, left message. 3/14/2013 Luke- yes, will send quote UM 3-19-13 8:11 am 3/7/2013 Will quote, sent 6100-3, will send quote 3-19-13 8:13 am 3/14/2013 No Answer, left message. 3/6/2013 Martha Hoekstra will quote milling asphalt/sawing rec'd 6100-3 & quote 3118!13 3/6/2013 Faxed back, will not be quoting. Louie 3118113 recd & 6100-3 3/14/2013 Hector- No, not quoting 3/14/2013 Ross- Not quoting. 3/14/2013 Yes, will send quote. Received quote & 6100-3 signed. 3/14/2013 Roxanne- not quoting. 3/14/2013 Anothony- not quoting. 3114/2013 No Answer, left message. 3(14/2013 No answer, mailbox full. 3/14/2013 faxed back will quote clear & grub UM 3-19-13 8:18 am 3/14/2013 Jeremy- yes, will send quote, received quote & 6100-3 311 811 3 3/14/2013 No answer, left message./Called back, resending info- maybe quoting. 3/14/2013 Tiffany- Not quoting. 3/14/2013 Kathy- yes, will send quote recd quote & 6100-3 3/14/2013 No answer, left message. 3/15/2013 No answer. Left message. 3/15/2013 No answer. Left message for Barb. 3/6/2013 Jan is out - sent to Liz - emailed back request posted in planroom S. R. Weidema, Inc. :i hereto painted as part as it was printed and published there in the English language, that it was first sopublished on MWlr 06, 201.3 for 2 time(s-) ft su sequent ates of publicationsbeing as o,,. wus 3/6/2013 3113/2013 And that the, following is a printed copy of the lower case alphabet from A to . Z. both inclusive, and is hereby acknowledged .as being the size and land of type used in the X abadefghjlldnwopgmtuw.,xyz w abcdefizhi.tklmnopgrstuvwxyz Subscribed And x Swworrt to before me this 13th day of M , 2013 otarial Seal)–"Rotary Public, 456nepin County, Muuiesota Notary Publlo-Minnesota / convnlalon Ex" im St, 2015 RATE INFORMATION: 1 Lowest classified rate paid by . $ 16.0000 commercial users for comparable space 2. Maximum rate allowed by law for $ 0.47180 the above matter 3 Rate actually charged for the above S 0.4289 matter Page 1 e" Affidavit of Publication 1TENTION DB�VBFdI�JSD$E ., y STATE OF MINNESOTA } SMCONTRACTORS r AND 6[]pPT It9 (SS — COUNTY OF HENNEPIN ) 3 R Weidema vnll be s'abtnitting a bid , the following project Description: "_ 2U13 Infrastructure lmprovemerts Buss foi New Hope RE 2013 Infrastructure Improvements Qty Frog eet No 906 New Hope, MN Carne Retzack " , being duly sworn on oath say she/he is closes March 19. lois i MOO Aj :- nor u>€'oinaaLiost regarding this fob, and during all times herein stated has been the publisher or the g ,ming pians at our office or any 45618 publishers designated agent in charge of the newspaper known as Puce you need, please "Utast bxu s m We a" open to breaking out ct 1 to Inti il es Finance and Commerce v.hag wage rate's wid Certified . �ro11s applyvn ttu project and has full knowledge of the facts herein stated as follows 17600 313tltkveriue Ncrath (A) The ewspaper has complied with all of the requirements - Maple Grove, XN 1551 58 constituting qualifications as a legal newspaper; as provided Pbeese 763-428-9110 ; by Minnesota L Satute 331A,02, and 33 IA 07, and other F 7ss:s a ces An Eque�l Opportuult�apEa y yer applicable laws, as amended Elmblsllad �n (B) She/He further states on that the printed ��� Prugn�.and C�oinrn,atee ' ;' 1Vlate°h 5, is, 201:3.1 06275, Construction 10262753 :i hereto painted as part as it was printed and published there in the English language, that it was first sopublished on MWlr 06, 201.3 for 2 time(s-) ft su sequent ates of publicationsbeing as o,,. wus 3/6/2013 3113/2013 And that the, following is a printed copy of the lower case alphabet from A to . Z. both inclusive, and is hereby acknowledged .as being the size and land of type used in the X abadefghjlldnwopgmtuw.,xyz w abcdefizhi.tklmnopgrstuvwxyz Subscribed And x Swworrt to before me this 13th day of M , 2013 otarial Seal)–"Rotary Public, 456nepin County, Muuiesota Notary Publlo-Minnesota / convnlalon Ex" im St, 2015 RATE INFORMATION: 1 Lowest classified rate paid by . $ 16.0000 commercial users for comparable space 2. Maximum rate allowed by law for $ 0.47180 the above matter 3 Rate actually charged for the above S 0.4289 matter THIS BID IS SUBMITTED TO: City of New Hope Cty Hall 4401 Xylon Avenue North New Hope, MN 55428 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter Into an Agreement with Owner In the form included in the Bidding Documents to perform all Work as specified or Indicated in the Bidding Documents for the prices and within the times Indicated In this Bid and in accordance with the other terms and conditions of the Bidding Docoments. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after :.he Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data Identified In the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged; Ad ricluum Letter Addendum Date - gjp _rXj.�.f�vw. 1 _ kk4k D l 3 /Y B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Site and all drawings of physical conditions In or relating to existing surface or subsurface structures at, or contiguous to, the Site (except Underground Facittles) which have been identified In SC -4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC -4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Site which may affect cost, progress, or performance of the work or which re:ate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, Including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated In the Bidding Documents. 0 21313 Stantec 1 193661579 004110-1 BID FORM BIDDER: stanw DOCUMENT 00 4110 BID FORM 2013 INFRASTRUCTURE IMPROVEMENTS STANTEC PR03EC' NO. 193801579 NEW HOPE, MINNESOTA 2013 THIS BID IS SUBMITTED TO: City of New Hope Cty Hall 4401 Xylon Avenue North New Hope, MN 55428 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter Into an Agreement with Owner In the form included in the Bidding Documents to perform all Work as specified or Indicated in the Bidding Documents for the prices and within the times Indicated In this Bid and in accordance with the other terms and conditions of the Bidding Docoments. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after :.he Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data Identified In the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged; Ad ricluum Letter Addendum Date - gjp _rXj.�.f�vw. 1 _ kk4k D l 3 /Y B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Site and all drawings of physical conditions In or relating to existing surface or subsurface structures at, or contiguous to, the Site (except Underground Facittles) which have been identified In SC -4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC -4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Site which may affect cost, progress, or performance of the work or which re:ate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, Including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated In the Bidding Documents. 0 21313 Stantec 1 193661579 004110-1 BID FORM H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. 1. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Owner's direction, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is Intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the prtce(s) set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions Unit Prices have been computed in accordance with Paragraph 11.03.6 of the General Conditions • Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. 0 2013 Stantec 1 193801579 00 41 10 - 2 BID FORM No. Item Units Qty Unit Price Total Price BASE BID: 1 MOBILIZATION LS 1 $.4MM0.00 $ 2 PORTABLE TOILETS EA 5 $ .7,9l7, i 9735- 3 CLEARING TREE 9 $ .373,? $ 3 3 6S, Y4 4 GRUBBING TREE 9 $ .3. 41 $ g'l 1. g o 5 CLEARING AND GRUBBING LS 1 $ -3► N. 37 $ Sl!?, 37 6 PAVEMENT MARKING REMOVAL LF 260 $ .2,/2 $ S14 Se 7 REMOVE'CONCRETE CURB AND GUTTER LF 12,298 $ S�. r $ 71 SpV B REMOVE SEWER PIPE (SANITARY) LF 900 $ AA $ e760z 00 9 REMOVE SEWER PIPE (STORM) LF 1,953 $ Z 3 $ -I'I std * %9 10 REMOVE CONCRETE: SIDEWALK SF 18,572 $ h.?5 $,25*07-74M 11 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 550 $ Y. 13$ AR 71,6:6 12 REMOVE BITUMINOUS PAVEMENT SY 37,624 $ b 76'�y %,3i,�pe,SO 13 REMOVE CONCRE i E DRIVEWAY PAVEMENT SY 1,592 $ _ y .3O $ 62,915'.60 14 REMOVE AND REPLACE CASTING AND RINGS E4 53 $ 2901.9.2 $ A1,6 Tom, ro 15 REMOVE SANITARY MANHOLE FA 3 $ �{%� . (a is $ /3 3 9• 16 REMOVE STORM MANHOLE OR CATCHBASIN EA 64 $ 3 68'. 7s- $ A3 600. D� 17 REMOVE WATER VALVE MANHOLE EA 5 $ (p 3.$• $2 $ 3/Q4 , fo 18 REMOVE HYDRANT EA 15 $ 3 9Y, 5*3 $ SO 41.1 •AS' 19 REMOVE VALVE AND BOX EA 35 $ 7 3 $ 619 0 T 20 SAWING BITUMINOUS PAVEMENT LF 1,280 $ 1•19.2 sa2 3 .2 . baa 21 REMOVE SIGN EA 161 $ 429-77 $ . -73 V 3 . f/ 22 REMOVE SANITARY CONE SECTION 8: ABANDON EA 1 $ 7S9,08 $ 23 SALVAGE AND REINSTALL MAILBOX EA 8 $ 103. 87 $ /3 8'30 7S' 24 SALVAGE AND REINSTALL SIGN E4 31 $Ie 3,8+7 $ 25 REMOVE RAILROAD TRACK, TIES AND BALLAST LF 54 $ $ Org 0 2013 Stantac 1 193801579 0041 10-3 BID FORM No. Item Units Qty Unit Price Total Price 26 ABANDON EXISTING SANITARY SEWER FORCEMAIN LF 375 $ nw $ �3 • �S 27 ABANDON SANITARY SEWER PIPE LF 245 $ IV-lp $ �[a.7 •�S� 28 ABANDON WATERMAIN LF 9,760 $ 3.6� $ 3S 5,2(. y0 LF 780 $ $ 3 29 . ABANDON WATER SERVICE 30 CQMMON EXCAVATION.(EV) CY 31,574 $ q-31 $.793953'94( 31 TOPSOIL.BORROW (LV) . • CY 3,300 $S_ 0 $ & i S1.1, 00 32 CONSTRUCT RAIN GARDEN LS 1 $ 1.2 4LSf. $I $ ! �� 33 GEOTE)TILE FABRIC TYPE V SY 37,624 $ i1. 3$ _ $ 8 SSS-, 12 34 GEOTE)MLE FABRICTYPE V, RAIN GARDEN SY 250 $ S'' O4 $ j.2ba.00 35 SELECT GRANULAR BORROW (MODIFIED) TON 42,700 $ 10037 $ 44.7 a6 3G BOULEVARD EXCAVATION SY 1,600 $ � •�g $ 5y0$`� 170 $ I -q3 $ 37 STREET SWEEPER (WITH PICKUP BROOM) HR 38 WATER FOR DUST CONTROL MGAL 800 $ .29,94 $ a 3 9s� • OO -39 -- AGGREGATE BASES CLASS 5-40 OPEN OPEN GRADED AGGREGATE BP59 TN 1,045 $ .36. A - l' $ 36—ff -2-C 41 MILL BITUMINOUS SURFACE (2") SY 58,995 $ • 7,2 $'`�l% 42 BITUMINOUS MATERIAL FOR TACK COAT GAL 6,992 $ a2•SS' $ ! 7 $'0ll'66 43 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 11,347 $. %a •ob $ (e86 9-y d0 44 TYPE SP 12.5 NONWEARING COURSE MIXTURE (4,B) TN 10,830 $ 5 7. 96 $ 4,257 97 CO v 45 TYPE SP 12.5 BITUMINOUS MIXTURE FOR PATCHING (4,B) TN 3,764 $ 7.7-37 $ a7o' 19 465 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 180 $ 0 $ 16774-66 47 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL (2,B) TN 200 $ gap . 33 $ 1.6 6 64- oa 48 IMPROVED PIPE FOUNDATION LF 900 $ S•�Y $ yS.' 49 15" RCP FLARED END SECTION EA 1 $ �jiyS; $��pQ�'�� EA 1 $ , $ ��� 50 30" RCP FLARED END SECTION 51 60" RCP FLARED END SECTION EA 1 $ � ' "= $ / 71f, to �D 2013 Stantec 1193BD1579 DO 41 10 - 4 BID FORM No. Item Units Qty Unit Price Total Price 52 4" CORRUGATED PERFORATED HDPE DRAINTILE W / SOCK LF 16,800 $ r Ov $. 53 4" PERFORATED PVC DRAINTILE, SCH. 40 LF 1,260 $ I $ (to 54 4" PERFORATED HDPE D.RAINTILE, SPECIAL LF 655 $ ,'� $ gas r 55 CONNECT INFO DRAINAGE STRUCTURE, DRAIN TILE EA 69 $ � G� $ f 9 qq. 56 6" PVC SANITARY SEWER SERVICE PIPE LF 120 $ D� S. r $(!.! 57 8" PVC PIPE SANITARY SEWER LF 251 58 10" PVC PIPE SANITARY SEWER LF 506 G� 59 24" DUCTILE IRON PIPE SANITARY SEWER CLASS 51 LF 15 D� $ —a&= �O 60 12" RCP STORM SEWER, CL 5 LF 427 $ J $ r 7? 61 15" RCP STORM SEWER, CL 5 LF 269 $ ®�. $O 8'LA 62 18" RCP STORM SEWER, CL 5 LF 771 $ � $ 63 24" RCP STORM SEWER, CL 4 LF 250 $ . 6 ` $ 13s0� .' 64 30" RCP STORM SEWER, CL 4 LF 587 $�, _ $ 65 36" RCP STORM SEWER, CL 4 LF 50 $ �� $ oa 33x � r 66 X3. 48" RCP STORM SEWER, CL 4 LF 350 $ $ 67 60" RCP STORM SEWER, CL 4 LF 61 ???? $ $ /0. 13S,ZO 68 48" ARCH RCP STORM SEWER, CL 4 LF 90 O� $� $ fig PUMPING -SANITARY SEWER BYPASS LS 1 $sr �S7f�a=• $ J1T 70 15" RCP STORM SEWER PIPE BEND 22.50 EA 1 cl� $ $ D. 3G 3 — 71 8"X6" PVC WYE EA 4 $ • $ f .� 72 24" RCP SANITARY SEWER PIPE BEND EA 1 $ 1129 $ 11 C2 00 73 CONNECT TO EXISTING SEWER SERVICE EA 4 $ eCV' $ 74 CONNECT TO EXISTING SANITARY MANHOLE EA 8 $$ ASG $ C2 3 67.8 75 CONNECT TO EXISTING SANITARY SEWER PIPE EA 10 39 $ �3� 9° $ �3• 76 CONNECT TO EXISTING FORCEMAIN EA 1 'S•3 $ , . 43 77 CONNECT FORCEMAIN TO EXISTING LIFT STATION EA 1 $ �3 $ 0 2013 Stantec 1193801579 0041 10- 5 BID FORM No. Item Units Qty Unit Price T%opta! Prric1e 78 6" I.D. HDPE SANITARY SEWER FORCEMAIN - LF 375 $ $ T �M+ R Ar DIRECTIONAL DRILL 79 TELEVISING SANITARY SEWER LF 2,300 $ . �l - $ t - t1 -80 TEMPORARY WATER MAIN/SERVICE L5 1 $ • -r $ I/ 81 1" CORPORATION STOP, 17 $ 8� $ . T 82 2" CORPORATION STOP EA 2 $ $� 83 1" CURB STOP & BOX EA 17 $ 3a ��� $ 84 2" CURB 570P &BOX EA 2 $ SSG. -_ $fir` 85 12" BUTTERFLY VALVE AND BOX EA 13 $ r w' $r ,� • ` �,o� $ 37SG.�8 86 4" GATE VALVE AND BOX EA 3 $ 87 6" GATE VALVE AND BOX EA 28 $— $% �s� e1 73 68 B" GATE VALVE AND BOX EA 17 $ l gam. $ Via` // 89 REMOVE AND INSTALL 8" GATE VALVE AND BOX (SPECIAL) EA i9 $ S63r. $ 90 WATERMAIN OFFSET EA 4 $ T3 $'? 91 12 WATERMAIN OFFSET '-Q7 92 CONNECT TO EXISTING WATER SERVICE EA 17 $ $-rs.�-- A 93 CONNECT TO EXISTING WATER MAIN EA 50 94 HYDRANT EA 16 $^ $ JGa 95 REMOVE AND INSTALL HYDRANT AND VALVE (SPECIAL) EA 15 $ "$ —� 96 SALVAGE SPECIAL, 18" PCCP TO DIP TRANSITION EA 1 $ $ --.x+-16 97 ADJUST HYDRANT EA 2 $ 0" p� $ +� 98 1" TYPE "K" COPPER PIPE LF 780 $ s � `I $ / i, o 0 99 2 TYPE "IC' COPPER PIPE LF 100 $ l0 , $ f� �O 100 16" STEEL CASING PIPE (JACKED) LF 40 $ ! �' $ jJ r dq 101 24" STEEL CASING PIPE (JACKED) LF 100 $ �► 8 $TT - 38 °O 102 4" WATERMAIN DUCTILE IRON CLASS 52 LF 100 $ $ `w �� ea 103 6" WATERMAIN DUCTILE IRON CLASS 52 LF 900 $ ® 2013 Stanwc 1193801579 004110-6 BID FORM No. Item Units Qty Unit Price Tota[ Price 104 8" WATERMAIN DUCTILE IRON CLASS 52 .. LF 1,245 $ $� QF 105 12" wATERMAIN DUC'7i ,LE IRON CLASS 52 LF 6,820 $ �� J $ _. 106 4" INSULATION SY 50 $ �G $ 107 DUCTILE IRON FITTINGS' $_ r O LB 9,420 I 108 TX 3' CATCH BASIN EA 31 $ $ r 109 4'DIAMETER SANITARY SEWER EA f07 •r �3 ►7� MH 2 $ $ 23. - 110 4' DIAMETER STORM SEWER CBMH EA 2E $ $ 111 4' DIAMETER STORM SEWER MiI EA 6 $ ao 112 4'X 6. CATCH BASIN EA 1 dev a 'ov 113 S' DIAMETER STORM SEWER MH EA 3 $ $ D 114 6' DIAMETER STORM SEWER MH EA 1 $ 3�r0. - $ J�ID• �� 115 6' DIAMETER STORM SEWER CBMH EA 1 $ 3 dao $ �g G 5•`S. 116 6' X 6' STORM STRUCTURE, SPECIAL EA $ $ � 117 7' DIAMETER STORM SEWER MH EA 5 $ / / •'p 118 7' DIAMETER STORM SEWER CBMH EA 1 13 $ $ 119 9' bIAMETER STORM SEWER MH EA i $ ,= $ 7a?O$• g� 120 ADJUST FRAME & RING CASTING EA 15 $ 5­19, 39 $ 7 7 ?Q • �s 121 INSTALL 2'X 3' CASTING AND RINGS EA 5 5 30, _ $ 122 INSTALL 2'X 3' CASTING AND RINGS, SPECIAL EA 2 $ O(o D9 $ f 1 S • 4 123 REMOVE AND INSTALL 4' DIAMETER CONE SECTION EA 1 $`r $ 124 CONNECT EXISTING PIPE TO STORM STRUCTURE EA 50 $ $ Sa 63Q+56 125 CONNECTTO EXISTING STORM PIPE EA 2 $d $ aS".,)q I-1 126 CONNECT TO EXISTING STORM STRUCTURE EA 2 $ ;k oq, 58 $ 6'608, Ib 127 EXTERNAL SEAL SYSTEM EA 11 $ .2,pf? $ 4u3,72- u3.7z128 128 RANDOM RIPRAP CLASS III CY 56 $ 7'7"7Ar $ 130,00 129 RANDOM RIPRAP CLASS IV CY 70 $ 79+ Q.1 $ X S9$.bo 2013 Stantec 1193801579 004110-7 BID FORM No. Item Units Qty Unit Price TTota�[ SY 156 $ Y. �� Price $ 130 GEO7EXTILE FILTER TYPE N . 131 4" CONCRETE SIDEWALK SF 18,572 $ 3'a ` $ r ' 9° LF 6,145 $ 6 ' J $ r_ 132 CONCRETE CURB AND GUTTER DESIGN B618 a �O $-- (o q 33' 133 CONCRETE CURB AND GUTTER MOUNTABLE LF 410 $ 134 CONCRETE CURB AND GUTTER (SPECIAL) LF 5,744 $ 17.23 $ 135 6" CONCRETE DRIVEWAY PAVEMENT SF 7,162 $ S1010 !� —eco $ � F �' .] r,4 $ /0 136 6" CONCRETE DRIVEWAY PAVEMENT, SPECIAL SF 7,162 $ • r ip 2,664 $ 1 -ft $ ` I �' 137 6" THICK CONCRETE WALK FOR PEDESTRIAN CURB RAMP SF 296 $ $ 138 TRUNCATED DOME PANEL SF , 139 ELECTRICAL LIFT STATION LS 1 $ 7 S 66 _O $ �S�r •G 7G 140 REMOVE LOOP DETECTOR EA 12 $ 3b[.a $r 1 $ 9967-17 $ r���. q7 141 DETOUR SIGNING LS �- 142 TRAFFIC CONTROL LS 1 $ 7 $ ---r43- _ ---- SIGN-PAT7EES' YPEC- g 144 RELOCATE STREET NAME BLADE SIGN EA 1 $ '�S l 3 �� S%I�'� %o $ `� 145' PREFORMED RIGID PVC CONDUIT LOOP DETECTOR 6'X6' EA 5 $ r f �S ar } r 146 PLANT INSTALLATION, RAIN GARDEN LS 1 $ 3 �J $ / ' d' $ 147 SILT FENCE, TYPE MACHINE SLICED LF 2,665 $ 0� 148 ',FLOTATION SILT CURTAIN TYPE MOVING WATER LF 85 $ $— $ " 149 . EROSION CONTROL BLANKETS CATEGORY 3 SY 350 $ O� 150' PROTECTION OF CATCH BASIN, NON PAVED STREET EA 13 $ $ , 300 .� / p 3'$T 151 PROTECTION OF CATCH BASIN, -PAVED STREET EA 81 $ $ roe r�6 152 SODDING TYPE LAWN SY 5,860 $ $ 31 $�� 153 DOUBLE SHREDDED HARDWOOD MULCH CY 20 $ $ $ 154 HYDRAULIC SOIL STABILIZER TYPE 5 SY 13,940 EA 2 $ 155 RAIN.GUARDIAN - BUNKER 156 LAWN EDGING LF 260 $ � •0% $ 0-' 0 2013 Stantec 1 193801579 004110-8 BID FORM 157 SEED MIXTURE 270 SY 13,940 00w $ • -� $� 158 AUGMENTED SOILS CY 40 $��,r - r $ 159 PAVEMENT MESSAGE, (BIKE LANE BEGINS SYMBOL & EA 2 d $ � 6 $ 160 ARROW) - EPDXY PAVEMENT MESSAGE, LANE SYMBOL EA 2 $ p $� (BIKE ENDS & _ _ 161 ARROW) - EPDXY PAVEMENT MESSAGE, (BIKE LANE SYMBOL & ARROW) - EA 10 $ 70 $ _� r 162 EPDXY PAVEMENT MESSAGE, (R X R SYMBOL) - PAINT EA 4 �p $ �� �' $ �k 0 200 Stantec 1 193801579 004110-9 ED FORM 163 PAVEMENT MESSAGE, LEFT.ARROW -PAINT EA 6 $410 � $ 164 PAVEMENT MESSAGE, RIGHT ARROW - PAINT EA 11 p- $ . - $ 165 PAVEMENT MESSAGE, THRU ARROW PAINT EA 9 $ � $ - 7 166 PAVEMENT MESSAGE, THRU RIGHT ARROW PAINT EA 2 $ $ 3 l� - 167 PAVEMENT MESSAGE, THRU LEFT ARROW - PAINT EA 8 $r $ 168 12" DIAGONAL CROSSHATCH, YELLOW PAINT LF 370 $ $ 7. - r 169 12" 4 � 5T0? BAR, WHITE -PAINT LF 1,105 $ $ 170 4" SOLID LINE, YELLOW - PAINT LF 33,699 $ a? $ V • ,� 171 4" BROKEN LINE, WHITE- EPDXY LF 320 $ CJ $ ���•� 172 4" BROKEN LINE, YELLOW PAINT LF 1,810 $ ' $ ��Vr - 4" DASHED LINE, WHITE E2173 $ 01 $ 3 3_ - EPDXY LF 64 174 4" SOLID LINE, WHITE - PAINT LF 9,452 $ _ O �? $ 0 �� 7b 175 4" SOLID LINE, WHITE - EPDXY LF 12,088 $ $ TOTAL BASE BID: Q Q 1 $ ALTERNATE - QUITE ZONE CROSSING IMPROVEMENTS 176 MOBILIZATION LS 1 $ t cl $ � 177 REMOVE BITUMINOUS PAVEMENT SY 180 $ $r0 178 SAWING BITUMINOUS PAVEMENT LF 360 $ $,r _ 179 CONCRETE CURB AND GUTTER DESIGN B812 LF 280 $ $ 180 4" CONCRETE MEDIAN 5Y 71 $ � - $ 0 200 Stantec 1 193801579 004110-9 ED FORM No. Item Units Qty Unit Price Total Price r 181 CONCRETE APPROACH NOSE SY 20 �' 182 TRAFFIC CONTROL LS 1 $ Com^' *!�" s 183 SIGN PANNELS TYPE C SF 25� / $ , TOTAL ALTERNATE -QUITE ZONE CROSSING $ IMPROVEMENTS '++ff A� ,esa�tR%®.03 0 2013 Stentec 1193BO1579 004110-10 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Non -collusion Affidavit 8.01 The terms used in this Bid with ]Milial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. If Bidder Is: SUBMITTED on 311,41 2013. Name (typed or printed): By: (Individual's signature) Doing business as: Business Street Address (No P.O. Box #'s): Phone No.: ': (SEAL) 0 2013 Stantx 1193801579 004110-11 BID FORM A Corporation Partnership Name: (SEAL) By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Corporation Name: g 0,rIr112 � �hC.. (SEAL) State of Incorporation: PM ma';A& Type (General Buss, PWessionai, Service, Limited jattility): (�r+Ce/iPr:"GG By: (Signature) Name (typed or printed): i► � � .ww Title: V Attest (CORPORATE SEAL) (Sigature of Corporate Secretary) Business Street Address (No P.O. Box #'s): QuIry1m ua' ►L a p 2013 StaM2c 1193801579 004110-12 BID FORM NON -COLLUSION AFFIDAVIT The following Non -Collusion Affidavit shall be executed by the bidder: State Project No. Federal Project No. State of Minnesota ss County of in n 0_- I, I, , W r+ , do state under penalty of (name of pe on signing this affidavit) perjury under 28 U.S.C. 1745 of the laws of the United States: (1) that I am the authorized representative of fl�IrAr 1 Ve r,, (naive of pefson, partnership or corMration submitting this proposal) and that I have the authority to make this affidavit for and on behalf of said bidder; (2) that, in connection with this proposal, the said bidder has not either directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding; (3) that, to the best of my knowledge and belief, the contents of this proposal have not been communicated by the bidder or by any of his/her employees or agents to any person who is not an employee or agent of the bidder or of the surety on any bond furnished with the proposal and will not be communicated to any person who is not an employee or agent of the bidder or of said surety prior to the official opening of the proposal, and (4) that I have fully informed myself regarding the accuracy of the statements made in this affidavit. Signed: /204 - - - (bidder or h' uthorized r sentative) Joint Venture Name: By: Name (typed or printed): Title: Business address: Phone No.: (Signature of joint venture partner) Fax No.: Joint Venturer Name: (SEAL) By: (Signature) Name (typed or printed): _ Title: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT © 2013 Stantec 1193801579 00 41 10 - 13 BID FORM THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Hardrives, Inc. _ 14475 Quiram Drive Rogers, MN 55374 as Principal, hereinafter called the Principal, and WESTERN SURETY COMPANY 101 So. Phillips Ave.. P.O. Box 5077 Sioux Falls SD 57117-5077 a corporation duly organized under the laws of the State of South Dakota as Surety, hereinafter called the Surety, are held and firmly bound unto City of New Hope 4401 X lon Ave North New Hope, MN 55428 as Obligee, hereinafter called the Obligee, in the sum of Five percent of, the.,amount of .the attached bid. Dollars ($ 5% of bid }, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2013 Infastructure Im rovements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 19th day of March 2013 Hardrives. Inc. (Principal) Donald R. Hall, Vice Presiders (Tine) WESTERN SURETY COMPANY (Surety) (Seal) me -Fact, ,Jerome T. Ouimet (rae) AIA DOCUMENT A310 • BID BOND • AIA i FEBRUARY 1970 ED. 0 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 ACKNOWLEDGMENT OF CORPORATION State of Minnesota l ss. County of Hennepin . On this 19th day of March P20 13 before me appeared Donald R. Hall to me personally known, who, being by me duly sworn, did say that (s) he is/are the Vice President of Hardrives Inc, a corporation, that the seal affixed to the forgoing instrument is the corporate seal of said corporation, (If no sea[, so state, and strike out above as to corporate seal) and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Donald R. Hall acknowledged said instrument to be the free qAt an_d deed of said_cernoration. JOSEPH P DRE hldtaryPut>+ of blic W,0 -W1" At County, «� Mlnnes sionexpires_._ --WMyt ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ss. County of HENNEPIN On this 19th_ day of jaarLh. 2013 before me appeared Jerome T. Ouimet to me personally known, who being by me duly sworn, did say that he is the Attorney -in -Fact of WESTERN SURETY COMPANY corporation, that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors; and that said Jerome T. Ouimet acknowledged said instrument to be the free act and deed of said corporation. 40 LENDA K. FR6�i0H iimM mm4m8m 1�'otary Public Washington County, MN pip InS1,i0t6 My commission expires 1/31/2015 • Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Bruce N Telander, Donald R Olson, R Scott Egginton, Rachel Thomas, John E Tauer, Brian J Oestreich, Linda K French, Joshua R Loftis, Roger W Frank, Craig Remick, Nicole Nelson, Jerome T Ouimet, Individually of Minneapolis, MN, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2012. c WESTERN SURETY COMPANY Saw W = { au] T. B�-fi-t,ice President State of South Dakota I ss County of Minnehaha On this 6th day of November, 2012, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires + J. 1WOHR NOTARY PUBLIC SOUTH DAKOTA + M X V - CERTIFICATE 11 J. Mohr, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this __12th day of MS.rch , 2013 q WESTERN SURETY COMPANY p4D�Rq"T` E A,%%P Form F4280-7-2012 L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 03/19/2019 15:34 FAX Bnv1el hoaacdon Agency OMI coo& 2OP04000 Appmrod; 05/02/20D0 Approv°i lffxpim&. 01/82/=, DLrdnnkpd B=I aen mmft *e PJrogmm DHE Subcantractor Performance Form EPA Posai faW4 2013 Infrastructure :rmproVW t: QNB NOS IV CI ty Project No. 406 a•MAIL ADDRUg O lle`f�,iGSf*tict�o.� S� FRM~ -�rnnfC/'�iG74, 8 CONMACTOA NAME CONrRACt 1T®1! 01e W01![ 01t DBBCgiPr[pH Op S�VICB9 B�DTO N O! WiDli� rr�t Na, > r� euI To COMRACTOR F as BA MSH or SWM m%E�Ty,,A's DBB Pm *iF.� Name �'�itoaw & Y� t �s1 ka*RCIM Dale 1vm�e 1Yde Pant '9ubo ft9 mr im deft ed u a te. �, jolnk Yeetpa�, or ind<<dd eo F Ok ravleas pue�uan! m ar EPA smad of &w%W e6mneX wl r ho a Lnlo e� OSMIE 4 wllh a aaatraeeor EPA FORM 6100.9 [AB8 Sub000k,"E Pmibm�MCO Fcxm) Q001/001 03/18/2013 5:20PM FAX Environmental Protection Agency Ia0002/0002 OMB Control No: Approved. Approval Expires: Disadvantaged Business Enterprise Program DBE Subcontractor Perfarmance Form NAME OF SUBCONTRACTOR PROJECT NAME ADDRESS BID/PROPOSAL NO, w r TELEPHONE NO. &MAIL ADDRESS 1- PRIME CONTRACTOR NAME CONTRACT ITEM OF WORK OR DESCRIMON OF SERVICES PRICE OP WORK ITEM NO. BID TO PRIME SUBMI'MI) TO PRIME CONTRACTOR rAf�(, (4 + I, �,r sd-wA je &nA ln�l 6Vf, � � , Curr M d as a BE r E under EPA's D69 Programs Yes No Signature ofi Contractor Date V e. /-I eq e- P, ' 1 l o•rr 414WAr -� + _ Print Name Title 3 Si attire of Subcontractor Date IF t "Name Title (Subcontractor is defined as a company, firm, jolnt vanture, or individual who entera into an agreement with a contractor to provide services pursuant to an RPA award of financial amia nwe— LPA rORM 6100.3 (IME 5ubconlrrctor Performance Form) Environmental r Protection Agency OMB Control No: 2040-0030 Appzoved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 NAME OF SUBCONTRACTORS PROJECT NAME ADDRESS BID/PROPOSAL NO. TELEPHONE NO. E-MAIL ADDRESS 763- 0/461-21246 PRIME CONTRACTOR NAME CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK SUBMITTED TO ITEM NO. PRIME PRIME CONTRACTOR 1/650, oa Currently certified as an MBE or WBE ander EPA's DBE Program? Yes No Signature of Prime Contractor Date Print Name Title —ArviAsivinj IFi iylstoya A&Alcr Signature of Su contractor Date Name Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 ti Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen (15) minutes,,... Burden means. the total time, effort; or, ;financial resources expended by persons to generate, maintain, ietain, or`dnc ose or provide information to or for a Federal agency. This includes the time needed to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing information; adjust the existing ways to comply with any previously applicable instructions and requirements;' train personnel to be able to respond to a collection of information; search data sources; complete and review the collection of informatiort; and transmit 'or otherwise disclose the information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of -infor_ma#pn unless it displays a currently valid OMB control number. F' Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including the use of automated collection techniques to the Director, Coliection Strategies Division, U.S. Environmental,?rptection Agency (2822), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number Fin any correspondence. Do not send the completed EPA DBE Subcontractor Performance Form to this address. EPA FORM 6100-3 (DBE Subcontractor Perfonnance Form) Ir Environmental Protection Agency OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 NAME OF SUBCONTRACTORS PROJECT NAME r Rei CDV\,k raxk'Rpq Q-qky AAW Tie -V . ADDRESS hVGk e" MN BID/PROPOSAL NO. L 'I 15q i ft S 333D TELEPHONE NO. E-MAIL ADDRESS 13;1 C> —"7 — fw(. PRIME CONTRACTOR NAME • CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK SUBMITTED TO ITEM NO, PRIME PRIME CONTRACTOR ,S14w a tLtL+ 'IW -w Lit 6402im acs &w4w4-r(' 3.Z70 . ,d> a Currently certified as an MBE or WBE under EPA's DBE Program? K Yes No Signatuxe of Prime Contractor Date Print Name Title ff jKlf!9gr-6%VZc.1pW14c+— Signature of Su contractor Date 3tI�30/ 3 AiM% _ _ _Print _rroewk Name Title 'Subcontractor is defined as a company, firm joint venture, or individual who enters into an, agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Foran) OMB Control No: 2090.0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 r Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 67.00.3 The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen (15) minutes, ...Burden means. the total time, effort, or, financial resources expended by persons to generate, maintain,'retazn, ;;r- iselose or"provide Information to or for a Federal agency. This includes the time n6eded to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing,. y information; adjust the existing ways to comply with any previously applicable instructions and requirements; train personnel to be able to respond to a collection of information; search data sources; complete and review the collection of information; and transmit or otherwise disclose the information. An agency may not conduct or sponsor, and a person is not required to respond to, a collection of •informat!,on unless it displays a currently valid OMB control number. '; ' -inform Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including the use of automated collection techniques to the Director, Collection Strategies Division, U.S. EnvironmentalProtection Agency (2822),.1200 Pennsylvania Ave_, NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed EPA DBE Subcontractor Performance Form to this address. EPA FORM 6100-3 (DBE Subcontractor Performance Form) r Environmental Protection Agency OMB Control No: Approved: Approval Expires: Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form NAME OF SUBCONTRACTOR PROJECT NAME Boys Contracting, LLC Water Products 2013 Infrastructure Improvements, New Hope, MN ADDRESS BID/PROPOSAL NO. PO Box 224, 502 3rd 5t. Barrett, MN 56311 #5165 TELEPHONE NO. E-MAIL ADDRESS 320-528-2436 kathy@boyscontracting.com PRIME CONTRACTOR NAME CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES PRICE OF WORK SUBMITTED TO ITEM NO. BID TO PRIME PRIME CONTRACTOR Quote #5165 Materials 60% of total goes towards DBE Goal $671,332.48+/ - Sales Tax not included Curr Curr y c ' 'ed as an MBE or WBE under EPA's DBE Program? XXX Yes No .3�/�'.�/ 3 _ Signature of ffne Contract Date r n *1 Print Title Kathryn Boys 3115113 Signature of Subcontractor Date Kathryn Boys President Print Name Title 'Subcontractor is defined as a company, firm, joint venture or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) OMB Control No: 2090-0030 Approved: 05/01/2008 Environmental. Approval Expires: 01/31/2011 *� Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form EPA Form 6100-4 BID/PROPOSAL NO. PROJECT NAME NAME OF PRIME BIDDER,/PROPOSER 0.V,:%V E-MAIL ADDRESS +r �acs•i .0 ADDRESS Nlt:'0.r► Or TELEPHONE NO. FAX NO. 71pS • ;ar -g The following subcontractorsi will be used on this project: COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE ESTIMATE CURRENTLY NUMBER, AND E-MAIL ADDRESS PERFORMED D DOLLAR CERTIFIED AMOUNT AS AN MBE OR WBE? C&A-4po,t �a .�MvrN�j ,SRw �� �j 33 vo.ao y4;, LNC C, Devews ftjIto .itr 6, y' ySS0.00 , &.V Shote TvaAr- TI'�c%t�� no44«(s ,1049f000 YE s C.".6 301.9 poo N v L.w,�mt+�.r /oiPG /701?7A3 ND A4.*4(adrt1WIre' I certify under penalty of perjury that the forgoing statements are true and correct. In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 (c). r 2X', 3' �$'•aDC 3 Signature o rime Contract# Date tfh��OhV �. i�i�Ql%ti" �tUi_SLDY1� inanag�r Print Name T Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) Yds OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form EPA Form 61004 The public reporting and recordkeeping burden for this collection of information is estimated to average fifteen (15) minutes. Burden means the total time, effort, or financial resources expended by persons to generate, maintain, retain, or disclose or provide information to or for a Federal agency. This includes the time needed to review instructions; develop, acquire, install, and utilize technology and systems for the purposes of collecting, validating, and verifying information, processing and maintaining information, and disclosing and providing information; adjust the °existing, ways• to ,comply with any,previously applicable instructions and requirements;'.' train personnel to be able to respond to a collection 6f information; search data sources; complete and review the collection of information; and transmit or otherwise disclose. the information. An agency may not conduct or sponsor, and a person is not required to respond to, a..coliection of information unless ItIdisplays'a�mrrently valid OMB control number. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed EPA DBE Subcontractor Utilization Form to this address. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) Em DOCUMENT 00 41 10 BID FORM 2013 INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO. 193801579 NEW HOPE, MINNESOTA 2013 THIS BID IS SUBMITTED TO: City of New Hope City Hall 4401 Xylon Avenue North New Hope, MN 55428 1.01 The undersigned Bidder proposes and agrees, If this Bid is aocepbed, to enter Into an Agreement with Owner In the form Included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times Indicated in this Bid and in accordance with the other terms and concilbons of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: Addendum letter Addendum ate r B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and bests of subsurface conditions at or contiguous to, the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to, the Site (except Underground Facilities) which have been identified in SC -4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC -4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous t0, the Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, bests, studies, or data are necessary for the determination of this Bid for performance of the Work at the prioe(s) Bid and within the times and in accordance with the other terns and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. ®1013 ShantM 1193801579 004110-1 6m FORM H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of Its authority to do business in the state where the Project is located not liber than the date of Its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Owner's direction, to undertake an investigation and submit an evaluation concerning Bidders responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner,'Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing In this paragraph is Intended to restrict Bidders rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s) set fbrtih below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed In accordance with Paragraph 11.03.13 of the General Conditions Bidder aftowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and flnal payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. 0 2013 9tantec 1193801579 00 41 10 - 2 BID FORM No. Item Units Qtly Unit Price Total Price BASE BID: 1 MOBILIZATION LS 1 $3oo,co.co $ 3aoiCcc)-co 2 PORTABLE TOILETS EA 5 $. 1 4 zo.ab $ S, 4ao•cro 3 CLEARING TREE 9 $ 4i l O.CJD $ 3 4 GRUBBING TREE 9 $ JOS .O0 $ 94{S, ops 5 CLEARING AND GRUBBING LS 1 $ 570.M $ S-70, M 6 PAVEMENT MARKING REMOVAL. LF 260 $ $ l c % Go 7 REMOVE CONCRETE CURB AND GUTTER LF 12,298 $ I+Sfl-� $C.�J 8 REMOVE SEWER PIPE (SANITARY) LF 900 $ 11.00 $ .9DQ .Op 9 REMOVE SEWER PIPE (STORM) LF 1,953 $ 11,00 $ -?i ,'483,00 10 REMOVE CONCRETE SIDEWALK SF 18,572 $ 0-70 $ l 3,O005,A4Q 11 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 550 $ G. i o $ 3 , 5-LO • a0 12 REMOVE BITUMINOUS PAVEMENT SY 37,624 $ 1 . 50 $ 5c,'A36,0D 13 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 1,592 $ G , o $ 10, i 8s. $O 14 REMOVE AND REPLACE CASTING AND RINGS EA 53 $ 740. C5Q $ A C), ,)so. 15 REMOVE SANITARY MANHOLE EA 3 $ Q-7 5. OC3 $ 8 as, 15 REMOVE STORM MANHOLE OR CATCHBASIN EA 64 $ Q 7S,00 $ v7, Cw.m 17 REMOVE WATER VALVE MANHOLE EA 5 $ .277'S. CJO $ l' TIS" 18 REMOVE HYDRANT EA 15 $ CI39< (-0 $ IA, (>a?S,QO 19 REMOVE VALVE AND BOX EA 35 $ j to.cc> $ 3, STo,OD 20 SAWING BITUMINOUS PAVEMENT LF 1,280 $ J. S"o $ 3, .;ZOfl .Q3 21 REMOVE SIGN EA 161 $ 3A SO $ S', 013 0. so 22 REMOVE SANITARY CONE SECTION & ABANDON EA 1 $ o275.M $ ?75 CD 23 SALVAGE AND REINSTALL MAILBOX EA 8 $ -7S,00 $ QdO, Csp 24 SALVAGE AND REINSTALL SIGN EA 31 $ 17 0. C3a $ JQ,7o, Up 25 REMOVE RAILROAD TRACK, TIES AND BALLAST LF 54 $ 29. 50 g o7, 133, UU O 2013 Stag 119ML579 OD 4110 - 3 OII? FORM No. Item Units Qty Unit Price Total Price 26 ABANDON EXISTING SANITARY SEWER FORCEMAIN LF 375 $ $..2o $ 3,0-75,00 27 ABANDON SANITARY SEWER PIPE LF 245 $ $, 50 $ 1, 3 LIT 50 28 ABANDON WATERMAIN LF 9,760 $ 4 , 20 $ t{ O.Rq a. 00 29 ABANDON WATER SERVICE LF 780 $ "7 , $ S, 6,9, Ut0 30 COMMON EXCAVATION (EV) CY 31,574 $ '7. 0n7 $ 1p, I, 61$1M 31 TOPSOIL BORROW (LV) CY 3,300 $ ?Cf, 00 $ S, 700.00 32 CONSTRUCT RAIN GARDEN LS 1 $ 1.6-?0 -M $ 1, oQo . fin 33 GEOTEXTILE FABRIC TYPE V SY 37,624 $ -). ao $ -75', dLjj3.M 34 GEOTEXTILE FABRIC TYPE V, RAIN GARDEN SY 250 $ 11.00 $ _�?, 7 so, cJp 35 SELECT GRANULAR BORROW (MODIFIED) TON 42,700 $ 11.00 $ '4C c{, -70o co 36 BOULEVARD EXCAVATION SY 1,600 $ C,40 $_IQ .2AO,pU 37 STREET SWEEPER (WITH PICKUP BROOM) HR 170 $ 105• W $1a. �� O.Ct0 38 WATER FOR DUST CONTROL MGAL 800 $ CFO $ 1"7, Cm..CJO 39 AGGREGATE BASE, CLASS 5 TN 29,014 $ 13, 00 $ 3'j x l $ 2. oo 40 OPEN GRADED AGGREGATE BASE TN 1,045 $Rd, 010 $ 33,'i4Q.c 41 MILL BITUMINOUS SURFACE (2-) SY 58,995 $ 0, 40 $ -?3159e. {IO 42 BITUMINOUS MATERIAL FOR TACK COAT GAL 6,992 $ S7.30 $ 37 , 0 S 7, 60 43 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 11,347 $ 60,50 $ r,$(., L44 3•S0 44 TYPE SP 12.5 NONWEARING COURSE MIXTURE (4,B) TN 10,830 $ 52 • Q-') $ Y6 3, ! 6am 45 TYPE SP 12.5 BITUMINOUS MIXTURE FOR PATCHING (4,B) TN 3,764 $ 110.00 $ 44 144, oyO.M 46 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 180 $ (UO. GO $ S S. ow-co 47 TYPE SA 9.5 BITUMINOUS MIXTURE FOR TRAIL (2,B) TN 200 $ C0 3,5o $ ( p,,700. 48 IMPROVED PIPE FOUNDATION LF 900 $ 15 , SO $ 13,gsp.cr3 49 15" RCP FLARED END SECTION EA 1 $ 14-?o.m $ LOO, 50 30" RCP FLARED END SECTION EA 1 $ G S5%GO $ 6 55, CTO 51 60" RCP FLARED END SECTION EA 1 $ 1. 3 10 .CTD $ 1.7 10 . CFO 0 2013 Stantec 1193901579 00 41 16 - 4 BID FORM No. Item Units Qty Unit Price Total Price 52 4" CORRUGATED PERFORATED HDPE DRAINTILE W 1 SOCK LF 16,800 $ 6,90 $ I I S , q.70. GCS 53 4" PERFORATED PVC DRAINTILE, SCH. 40 LF 1,260 $ I I. CTQ $ 13, 8GO. cc 54 4" PERFORATED HDPE DRAINTILE, SPECIAL LF 655 $ t LA. So $ q,49-1-50 55 CONNECT INTO DRAINAGE STRUCTURE, DRAIN TILE EA 69 $ 1-70-00 $ l k. -7 30,00 56 6" PVC SANITARY SEWER SERVICE PIPE LF 120 $ y7. GO $ s, COH0. CA.I'' 57 8" PVC PIPE SANITARY SEWER LF 251 $ 3 S, 50 $ _ 8, c11 O. SQ 58 10" PVC PIPE SANITARY SEWER LF 506 $ i 1, S © $ 36, vii. CSO 59 24" DUCTILE IRON PIPE SANITARY SEWER CLASS 51 LF 15 $ 1-10, CFO $ ?, S SU. UO 60 12" RCP STORM SEWER, CL 5 LF 427 $ a S. CFO $ 10. Gly. CFO 61 15" RCP STORM SEWER, CL 5 LF 269 $ o?q, 50 $ "7, Gl 35 Sjp 62 18" RCP STORM SEWER, CL 5 LF 771 $ 3d. S-0 $ .2 S, O S7. SO 63 24" RCP STORM SEWER, CL 4 LF 250 $ 441.00 $ 10, :oS4.Co 64 30" RCP STORM SEWER, CL 4 LF 587 $ 5'7. 50 $ 3 3, -7,5.2. S'Q 65 36" RCP STORM SEWER, CL LF 50 $ 1?0. oo $ L4, 50a.Gp 66 48" RCP STORM SEWER, CL 4 LF 350 $ 115 , oio $ 4o, "2 s -Q, co 67 60" RCP STORM SEWER, CL 4 LF 61 $ 190.00 $ 1 1 . SgO.C)o 68 48" ARCH RCP STORM SEWER, CL 4 LF 90 $ I a? O. GID $ 1 O,8MCm 69 PUMPING - SANITARY SEWER BYPASS LS 1 $ I, 50C.Crb $ a I, SCJ�3.CR7 70 15" RCP STORM SEWER PIPE BEND 22.50 EA 1 $ $ fo I Sim 71 8"X6" PVC WYE EA 4 $ $ Q$d,,j] 72 24" RCP SANITARY SEWER PIPE BEND EA 1 $ aw70. 00 $ 0130. 73 CONNECT TO EXISTING SEWER SERVICE EA 4 $ _ _ J Q0. a0 $ _07 i380. on 74 CONNECT TO DUSTING SANITARY MANHOLE EA 8 $ -Zf.:,O. do $�(� 75 CONNECT TO EXISTING SANITARY SEWER PIPE EA 10 $ 495 -.GSD $ 44,gSO, Ca 76 CONNEC.TTO EXISTING FORCEMAIN EA 1 $ 1, 0790 -cc) $ r, aSO,QD 77 CONNECT FORCEMAIN TO EXISTING LIFT STATION EA 1 $ 4, 160,0D $ 4, t 60.ota C 2013 Stanter 1193801579 00 41 1D - 5 BR) FORM No. Item Units Qty Unit Price Total Price 78 6" I.D. HDPE SANITARY SEWER FDRCEMAIN - LF 375 $ $ 577 DIRECTIONAL DRILL 79 TELEVISING SANITARY SEWER LF 2,300 $ l.-70 $ C) CFO 80 TEMPORARY WATER MAIN/SERVICE LS 1 $ a7, CWV.C.L7 $ a 7, OCOyo 00 0. fiv 81 1" CORPORATION STOP EA 17 $ U $ 400. CIO 82 2" CORPORATION STOP EA 2 $ _�r10_m $ i.190-00 83 1" CURB STOP & BOX EA 17 $ Q ST. cc") $ 4, 3 3 S, 0o 84 2" CURB STOP & BOX E4 2 $ "LtQO, clo $ 980.rxa 85 12" BUTTERFLY VALVE AND BOX EA 13 $ J , 750. a® $ 0�P. 750 -CV 86 4" GATE VALVE AND BOX EA 3 $ ) , 130, cri $ 3. 3 0. co 87 6" GATE VALVE AND BOX EA 28 $ 1, ,290.CK3 $ 3., t 210-00 88 8" GATE VALVE AND BOX EA 17 $ 1, BOO. CC) $ 30, 600.cao 89 REMOVE AND INSTALL 8" GATE VALVE AND BOX (SPECIAL) E4 19 $ �{. 520.CR7 $ S, 9,30. co 90 WATERMAIN OFFSET EA 4 $ 1700.00 $ ! �. C:,OC3.C�7 91 12" WATERMAIN OFFSET EA 1 $ �} S90-E0 $ '4, 550.00 92 CONNECT TO EXISTING WATER SERVICE EA 17 $ 4 7 S.Oa $ 8, 6'75. CIO 93 CONNECTTO EXISTING WATER MAIN E4 50 $ G14S.00 $ 30..25"O.CC) 94 HYDRANT EA 16 $t%O� $ G5, 120. CO 95 REMOVE AND INSTALL HYDRANT AND VALVE (SPECIAL) Eft 15 $ -7, Ll 3CJ.CID $ i t 11A S[7. oo 96 SALVAGE SPECIAL, 18" PCCP TO DIP TRANSITION EA 1 $ 1. oto. CIO $ 1, 010, co 97 ADJUST HYDRANT EA 2 $ q-7 p.Cs0 $ kI 9 4o`cio 98 1" TYPE "K" COPPER PIPE LF 780 $ 45,00 $ 35, 10o,UO 99 2" TYPE "K' COPPER PIPE LF 100 $ -4 6. SC} $ Ll. 6 so. p 100 18" STEEL CASING PIPE (JACKED) LF 40 $ Ll W S, 00 $ _ti- sco-cyp 101 24" STEEL CASING PIPE (JACKED) LF 100 $ '395-CO $ jq. SgD.Cr-) 102 4" WATERMAIN DUCTILE IRON CLASS 52 LF 100 $ So $ Lt, 1 so. c� 103 6" WATERMAIN DUCTILE IRON CLASS 52 LF 900 $ '37.50 $ 33, i 570•ev Q 2013 Sta rtee 1193801574 004110-6 BW FORM No. Item Units Qty Unit Price Total Price 104 8" WATERMAIN DUCTILE IRON CLASS 52 LF 1,245 $ H L4. an $ S 4,1!00. cio 105 12" WATERMAIN DUCTILE IRON CLASS 52 LF 6,820 $ 5 3, SO $ 3641 , S 70.00 106 4" INSULATION SY SO $ S-7. C30 $ I. B 50. C7D 107 DUCTILE IRON FITTINGS LB 9,420 $ -7-S-0 $ 70, 6 Sp" Crp 108 2'X 3' CATCH BASIN EA 31 $ 1, CVL-), 00 $ 3-7, 0700.00 109 4' DIAMETER SANITARY SEWER MH EA 2 $ 3, 6"70- CTO $ G %L4C>,00 110 4' DIAMETER STORM SEWER CBMH EA 26 $ 1, q 60. Clip $ 50, 9GO-CJD 111 4' DIAMETER STORM SEWER MH EA 6 $ ?, 000. CFO $ (VP, 3300.010 112 4'X 6' CATCH BASIN EA 1 $ 3, C7 o,co $ 3, DR#O. Co 113 5' DIAMETER STORM SEWER MH EA 3 $ , 760.cy $ 8. o?So. CIO 114 6' DIAMETER STORM SEWER MH EA 1 $ 3 a 1 �wb -Co $ 3, ( -?O-CX') 115 6' DIAMETER STORM SEWER CBMH EA 1 $ 0, 9-10-CID $ V • 9.70 XO 116 fi' X 6 STORM STRUCTURE, SPECIAL EA 1 $ i. ,?66-CV $ Q, -x0. Cy 117 T DIAMETER STORM SEWER MH EA 5 $ ogo,C>o $ C20, QCT-00 118 7 DIAMETER STORM SEWER CBMH EA 1 $ 3, `fS0,Co $ 3.C?.50,CFS 119 9' DIAMETER STORM SEWER MH EA 1 $ 9"310.00 00 $ 6, Clio-CIO 120 ADJUST FRAME & RING CASTING E.A. 15 $ 80. CJ10 $ Lf, -200-00 121 INSTALL 2' X 3' CASTING AND RINGS EA 5 $ 7J4 S. Gz:) $ 3, -1 Q SIM 122 INSTALL 2'X Y CASTING AND RINGS, SPECIAL- EA 2 $ off, 960-CO $ 5,"7,Q0-CV 123 REMOVE AND INSTALL 4' DIAMETER CONE SECTION EA 1 $ q 3 S-.00 $ q3 S.cjo 124 CONNECT EXISTING PIPE TO STORM STRUCTURE EA 50 $ S 35. CO $ aC ,-750, a0 125 CONNECT-1-0 EXISTING STORM PIPE EA 2 $ 53 S,C IO $ 1. o70,to 126 CONNECT TO EXISTING STORM STRUCTURE EA 2 $ 53S.00 $ i, 0"2C9.Cn] 127 EXTERNAL SEAL SYSTEM EA 11 $ 4 d S,cC) $ %_'4 5.S,az) 128 RANDOM RIPRAP CLASS III CY 56 $ 1 '-f O . an� $ '7, 8 4o.00 129 RANDOM RIPRAP CLASS IV CY 70 $ 140, co $ 9. 800-w 0 2013 Ska tec 1193802579 004110-7 KID FORM No. Item Units Qtv Unit Price Total Price 130 GEOTE)MLE FILTER TYPE IV SY 156 $ A 00 $ 31 ,P . CFC) 131 4" CONCRETE SIDEWALK SF 18,572 $ 3 • 0 $ Sri, Ll 30.x{0 132 CONCRETE CURB AND GUTTER DESIGN B618 LF 6,145 $ 16. Cro $ 'RA 3.20,Cp 133 CONCRETE CURB AND GUTTER MOUNTABLE LF 410 $ SO $ 4, 16 C."00 134 CONCRETE CURB AND GUTTER (SPECIAL) LF 5,744 $ I Q • 50 $ f ) .2, 0063 co 135 6" CONCRETE DRIVEWAY PAVEMENT SF 7,162 $ S. Zo $ 37. a1d.7. 1f0 136 6" CONCRETE DRIVEWAY PAVEMENT, SPECIAL SF 7,162 $ 5 • 1-f O $ 3R. 57 Lt. $O 137 6" THICK CONCRETE WALK FOR PEDESTRIAN CURB RAMP SF 2,664 $ L4. 90 $ 13, 053.60 138 TRUNCATED DOME PANEL SF 296 $ 24 7,50 $ 1.;?. 87 -00 139 ELECTRICAL LIFT STATION LS 1 $ -7.9110- Id $ 7, 8c7o. 140 REMOVE LOOP DETECTOR EA 12 $ 31 S. 00 $ 3,-7,90.00 141 DETOUR SIGNING LS 1 $ 1q . om - oe3 $ _ l 0L. Ow _Gtl 142 TRAFFIC CONTROL LS 1 $ .23, SOO.GC7 $ is `3. C-60-CJO 143 SIGN PANELS TYPE C SF 587 $ 1i a• w 144 RELOCATE STREET NAME BLADE SIGN EA 1 $ 190.00 $ t90.0n 145 PREFORMED RIGID PVC CONDUIT LOOP DETECTOR 6W EA 5 $ 1,840.00 $ q.,70-0.00 146 PLANT INSTALLATION, RAIN GARDEN LS 1 $ H.03U.Cf0 $ 4. 030. 147 SILT FENCE, TYPE MACHINE SLICED LF 2,665 $ 1.70 $ 4. S 30, SO 148 FLOTATION SILT CURTAIN TYPE MOVING WATER LF 85 $ 13. 50 $ 1 .141. SO 149 EROSION CONTROL BLANKETS CATEGORY 3 SY 350 $ 1.90 $ 1.6S -.-C XD 150 PROTECTION OF CATCH BASIN, NON PAVED STREET EA 13 $ 13 S-00 $ 1,`1 SS. Ci"Q 151 PROTECTION OF CATCH BASIN, PAVED STREET EA 61 $ 13 s --cm $ 1 p. rt 3 S. [z] 152 SODDING TYPE LAWN SY 5'8fi0 $ 9.0C) $ 1i, sso.C1C) 153 DOUBLE SHREDDED HARDWOOD MULCH CY 20 $ 4 S• SO $ 910-M 154 HYDRAULIC SOIL STABILIZER TYPE 5 SY 13,940 $ 0.70 $ _ Q.,1S$, CD 155 RAIN GUARDIAN - BUNKER EA 2 $ 3 , 1AC)AX $ G, $80, cj 156 LAWN EDGING LF 260 $ 14' 0-0 $ 1.040. ® 2813 Stam I 193001579 004110-8 BID FORM No. Item Units Qty Unit Price Total Prise 157 SEED MIXTURE 270 SY 13,940 $ 0.3o $ 4. la?. cx� 158 AUGMENTED SOILS CY 40 $ 1. .5c) $ 3, "o. Ci'j 159 PAVEMENT MESSAGE, (BIKE LANE BEGINS SYMBOL & EA 2 $ 3.20.00 $r-diQ G' 180 ARROW) - EPDXY $ 1 t 5 2 . 178 SAWING BITUMINOUS PAVEMENT 160 PAVEMENT MESSAGE, (BIKE LANE ENDS SYMBOL & EA 2 $ 3QQo .cp $ . r.,4 o. en CONCRETE CURB AND GUTTER DESIGN B812 ARROW) -EPDXY 280 $ o?o . aD $ S. G00• 00 161 PAVEMENT MESSAGE, (BIKE LANE SYMBOL & ARROW) - EA 10 $ � � � • 00 S CO. O �• aD 'P. 8'l S- s 0 EPDXY 162 PAVEMENT MESSAGE, (R X R SYMBOL) - PAINT EA 4 $ $ :2,2460. Cp 163 PAVEMENT M ESSAGE, LEFT ARROW - PAINT EA 6 $ 10s • 00 $ _ -cz. 30.00 164 PAVEMENT MESSAGE, RIGHT ARROW - PAINT EA 11 $ 1 0 S' UU $ t l «s• oo 165 PAVEMENT MESSAGE, THRU ARROW - PAINT EA 9 $ cl S •cro $ 85 S.00 166 PAVEMENT MESSAGE, THRU RIGHT ARROW - PAINT EA 2 $ 170. ao $ 3 4C1.oxD 167 PAVEMENT MESSAGE, THRU LEFT ARROW - PAINT EA 8 $ 170. C30 $ 1, 3C.p.CC) 168 12" DIAGONAL CROSSHATCH, YELLOW - PAINT LF 370 $ S' $ 169 12" STOP BAR, WHITE - PAINT LF 1,105 $ �' d $ S. 170 4" SOLID LINE, YELLOW - PAINT LF 33,699 $ 0.30 $ I o, k oa • 70 171 4" BROKEN LINE, WHITE - EPDXY LF 320 $ 0. SS $ VI CD 172 4" BROKEN LINE, YELLOW - PAINT LF 1,810 $ 0.30 $ 5" 3. oo 173 4" DASHED LINE, WHITE - EPDXY LF 64 $ 0 • S S $ 3 S. aO 174 4" SOLID LINE, WHITE - PAINT LF 9,452 $ 01-30 $ D. $3 5, Co 175 4" SOLID LINE, WHITE - EPDXY LF 12,088 $ 0 • SS $ e.c CIO- tf0 TOTAL BASE BID: $ 6, oolq , -13a, i p C 2013 StaMcc I 193901979 004110-9 BID FORM ALTERNATE - QUITE ZONE CROSSING IMPROVEMENTS 176 MOBILIZATION LS 1 $ 500.00 $ SOD. CRO 177 REMOVE BITUMINOUS PAVEMENT SY 180 $ C,. L{ 0 $ 1 t 5 2 . 178 SAWING BITUMINOUS PAVEMENT LF 360 $ P. SO $ c co -00 179 CONCRETE CURB AND GUTTER DESIGN B812 LF 280 $ o?o . aD $ S. G00• 00 180 4" CONCRETE MEDIAN SY 71 $ . _ 40.1;0 $ 'P. 8'l S- s 0 C 2013 StaMcc I 193901979 004110-9 BID FORM No. Item Units Qty Unit Price Total Prise 181 CONCRETE APPROACH NOSE SY 20 $ 5B, s® $ 1 - 1-70,00 182 TRAFFIC CONTROL LS 1 $ S, 9-70.C10 $ S-,9'70. 183 SIGN PANNELS TYPE C SF 25 s- 46-00 $ 1 ► (SO. cl"O TOTAL ALTERNATE - QUITE ZONE CROSSING $ 191 317. 150 IMPROVEMENTS 0 2013 S1antec 1193801579 004110-10 BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.6 of the General Conditions on or before the dates or within the number of calendar days indite in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent B. Non -collusion Affidavit 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. If Bidder Is: An Individual SUBMITTED on 13, Name (typed or printed): By: (Individual's signature) Doing business as: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: (SEAL) G 2013 Stantec 1193801579 004110-11 ® FORM A Partnershlo A Corporation Partnership Name: {SEAL) By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Corporation Name: (~_ S ��S rla & ( rank . T-irnC _ __(SEAL -)— State of Incorporation: KkkAWA-A Type (General Business, Professional, Service, Limited liability): GzaMI By: (Signature) Name (typed or printed): Title: _ _ vku-pynIfIP,kli Attest .128WE SM) - (Signature' of Corporate Secretary) Business Street Address (No P.O. Box #'s): Phone No.: 1 Fax No.: 7M3- LA AS - Q5 ZQ ® 2013 Stantec 11938015/9 004110-12 BID FORM A Joint Veature Joint Venture Name: By: Name (typed or printed): Title: Business address: (Signature of joint venture partner) Phone No.: Fax No.: Joint Venturer Name: By: Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT Q 2013 Stantec 1193801579 00 4110 -13 81D FORM NON -COLLUSION AFFIDAVIT The following Non -Collusion Affidavit shall be executed by the bidder: State Project No. Federal Project No. State of Minnesota ss County of I, 3 oww t\ c _&S w , do state under penalty of (name of person signing this affidavit) perjury under 28 U.S.C. 1746 of the Iaws of the United States: (1) that I am the authorized representative of (name of person, partnership or corporation submitting this proposal) and that I have the authority to make this affidavit for and on behalf of said bidder; (2) that, in connection with this proposal, the said bidder has not either directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding; (3) that, to the best of my knowledge and belief, the contents of this proposal have not been communicated by the bidder or by any of his/her employees or agents to any person who is not an employee or agent of the bidder or of the surety on any bond furnished with the proposal and will not be communicated to any person who is not an employee or agent of the bidder or of said surety prior to the official opening of the proposal, and (4) that I have fully informed myself regarding the accuracy of the statements made in this affidavit. Signed: Nvv/& (bi er or his authoArf.4 representative) OMB Control No: 2090-0030 Approved: 05/01/2008 Environmental Approval Expires: 01/31/2011 Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form EPA Form 6100-4 BID/PROPOSAL NO. PROJECT NAME "CW 00(3 1nF NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS C S McCroS5Guk �- NUMBER, AND E-MAIL ADDRESS ADDRESS -7 Ek,!; , cxscv. -VoA Ip4o. t-kaipLa M1) as 311 TELEPHONE NO. -7C-3_ 4AS- 14 FAX NO. The following subcontractorsi Will be used on this project: COMPANY NAME, ADDRESS, PHONE TYPE OF WORK TO BE ESTIMATE CURRENTLY NUMBER, AND E-MAIL ADDRESS PERFORMED D DOLLAR CERTIFIED AMOUNT AS AN MBE OR WBE? &—? nev- C r c hr�� Sctuycu�kvr,� 3,s-?o.cro + ?, G M CcAAvuuch In&- 'Dtrcc*y-vk,,i Dr-% 1l & Caw, �- 5q, W 3. --o W 6 c rgMSkpl 'Tra4lcCci.6A kciftrw�s ii3,6G8.7% Mgt Vit W1 SWCOFIV11 Scue rin8- 17,OW,00 v'V'c� 6, A'M� ca, c�hlr, 1,eo CSL I certify under penalty of perjury that the forgoing statements are true and correct. In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302(c). o Contractor Date Print Name Title 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) ,.Mar, 19, 20131: 6:28AM'M REINER CONTRACTING IncO520 Ertvironment2tI Probeciion Agency N o. 7.6 8 8i P. 2a/4 OMB Cited No: _.090.0030 Approved: 05/01/2ws Appsovkllkp M/31/2011 Disadvantaged Business rmterprise Program DBE Subcontractor Performance Form EPA Form 6100.3 •L4i1C1i m —a pmy,an 5,lanxvomiiM orrnMviduaJ who mitmfijo = agceeauent wilh a contractar to provida nwim purmwtw au EPA award of fine ld&l AWywave. EPA FORM 6300-3 (DRE suboo=-i=rPorfDnu0oe Furca) Near, 19, 20131 6:28AWM REINER CONTRACTING Inc -0520 REINER CONTRACTING INC. (Certified Den Company) No. 76806 P... 44T/4 21541 HWY. 7 WEST HUTCHINSON, MN 55350 Phone 320-587-0866 Fax 320.587-4847 .gid Date 3/18/2013 2013 Infrastmon re Improv meats City of New hope MN Quest CDN 2474880 MS Sawing gitamlaons Pavement VUYJ depth (1280 Lti) $1.73 LF Alt #1 SsWingB'umLnauB Favct'tentFull depth (360 LF) S1.75LF Mobilizat#oa $200.00/trip / This does not include band, traffic cotifrol, erosion control, cleanap of slurry, layout, rem 'ova&, Witter supplied by general haul by Reiner Contracdng. First come first serve schedule. Sincerly, Frnk Little EgdMatar ACCE1'1.1lNiC& OF pRopoUL - T6 mon, s)e0j5mdoas, end cnediuong Are sedxfaCtoryand am hie by accepted. You are Mg orized m do die work u Vaai24 Peymen[ will be 'Bade U oudmed above. Any &*Mon or dcWR6012 from above epecif"d= imivias taut ccw% wiff be ezecvtrd omit' upon ,vritten Orders, a'o vn,, beoomo an anm chwgc aver e11d above tbo eaamate. SigBaustre pate NO WOR�C Wtid. BE PT O p ilNl II $A IG145 COPY OF 7F[(S QUOTE M P&MVEll IN n OFFICE Reiner Contraeft Inc is a DB& and MnDOT =HfPcd company_ DRE North Dakota TrucId ago AZVnate FiaWhW, Sawing and Milting. 03/19/2013 TUB 8:14 FAX 5077266399 GM contracting Environmental 1 Protection Agency OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 NAME OF SUBCONTRA OM PROJECT NAME °� • nL' 1 n tit r ADDRESS DID/PROPOSAL NO. (41 , L, I ru TELEPHONE NO. E-MAILADDRESS 7 -- 7,-;�6 - 6'Y 3 M PRIME CONTRACTOR NAME CONTRACT ITEM NO. ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRIME PRICE OF WORK SUBMITTED TO PRIME CONTRACTOR 78 r {" 3, /523-1,so sic l Currently certified as an MSE o nder EPA's DBE Program? Yes Prime Contractor Date Print Name Title No Signature of Signature of Subcontractor Date 2- 4--.�'�i 3 _ fYf , '/a Li ioR s� -- 1='� f . Print Name Title 'Subcontractor is defined as a contpany, firm, joint venture, or -individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (1781: Subcontractor Performance Form) IZ002/002 03/18/2013 5:25PM FAX • Environmental Protection Agency 20002/0002 OMB Control No. Approved: Approval Expu+es_ Disadvantaged Business Enterprise Program DBE Subcontractor Performance Foran NAME OF SUBCONTRACTOW PROJECT NAME e ADDRESS BID/PROPOSAL NO. K tk qyr TELEPHONE NO. (l &MAIL ADDRIBSS PRIME CONTRACTOR NAME CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES PIUCE OF WORK ITEM NO. BID TO PRIME SUBMrMD TO PRIME CONTRACTOR Yat�l� C��1, �`��n ��'`+�,�� cc�ti l� `113 tole ?► Pane �� Currently certified as an MBE or WBE under EPA's DBE Program? Yea No Signature of Prime Contractor Date Print Name Tide AAAA�'L&') Si ature of Subcantractus Date Ww A,,detxznn Lorna -7 _ Pmt Name it Title `Subconbwtar is defined ae a company, firm, joint venture, or individual who antam inn an agreement with a contrrctur to povide —vices punuant to an EFA award of financial assistance, EPA FORM 6100-3 {t]Bt3 Suboontmctor Paribrmencc >:orm) Environmental �N Protection Agency OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 61003 NAME OF SUBCONTRACTORS PROJECT NAME CI1 Aj- Neve ADDRESS BID/PROPOS L NO. TELEPHONE NO. E-MAIL ADDRESS PRIME CONTRACTOR NAME CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK ITEM NO. PRIME SUBMTITED TO PRIME CONTRACTOR Currently certified as an MBE or WBE under EPA's DBE Program? Yes No Signature of Prime Contractor Date Print Name Title Signature of Subcontractor Date e Print Name Title Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) MUMMOMMEME ON CALL Sweavl3mg, Irac_ P.O. Box 128 Elk .River, MN 55330 Office; 612.709.8578 Fax: 763-267-7964 I Name / Address I C.S. McCrossan Canstruedon Bodmating Depenmewt Attn: Mk Beggs Estimate Date eet�mu�a 3/1212013 11519 Description Qty Rate Total Hourly Swccping Rats 100.00 100.00 DISE CERTIFIED.- 49M90 Project: New Hope Ircture d Total MOM E /z •aDva Tb=sz TT'Co'£Toz MAR -i9 -20i3 08:48 FROM:AMS CONTRACTING LLC 6512570094 TO:7634250520 P.3/3 ..w.v,-.:..-�..4.:.�..w �'Rr•n:::.isf.�ai.:-•�P�I*�ess•.�lls+.• iar•6.e+awos^v•: ,..sawn.•:. s-:.;•:�.. .:vt.r1'•.•:••::: ..K:rrnv _ :ns4_:::v.: .t. .:• 7._•.: •: •.: r.r-r :•.�:•_s:1K:vv:S��.T=� -. '!'�[xv1• Environmen al Protection Agency OW Conuof No: 20904M Appmved; 05/01/2008 Approval Zq&V= 01/31/2!11] Disadvantaged Business Enterprise Program DDE Subcontractor Pefformance Foy EPA Form 6.00-5• NA31+1E OF SUBCONTRACTORS P NAME 1$ ADDRESS BID/PROPOSAL N k. -i �4 t1o`'T N:cR�s cjj Ch&4, �r�.* IR-790kc-71i tFA TELEPRONE No. ADDR ESS Ccst - 6L n -LI PRIME CONTRACTOR NAME CONMACr rx1w 1V0. ITEM OF WORIC OR AESQUPrIM OF SMVTCES DID TO PREWE PRICE Of wowc SUB1161TI'ED To FRWE CONTRACTOR 11-10 t -oo f OeAu-Aro f' f.l S- Pr - rr \ moi, 9-k-ApiALoo'PIjL � t~ -� �Z�� • o A '442.+ec CiSmatly serf Sed as an MM or WBE under EPA's DBE Program? :)ic-700 No Signature of Prime Conwa mgr Date rfirtt Name 11fle Sig ma a of Subcrntractor Daae ,is n12 Nam TitleCOLZNEAX fit bUDdon:zaOor Is 4dirwd u a coapa syo fujz6 jond vp►ttu; "kNHWdual who cMm into m aSmmnwWwJd a conhador t0 p wida XffVk- f mwat to an}FA award of fnuc aiawireaa w& ReA VOR1Yt 6100.3 (DBS 3Ubo ftC1or Pcrf0M t w Poem) ap-0-1 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE C.S. McCrossan Construction Inc. 7865 Jefferson Highway, P.O. Box 1240 Maple Grove MN 55311-6240 as Principal, hereinafter called the Principal, and Travellers Casualty and Surety Company of America One Tower Square, Hartford, CT 06183 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and Armly bound unto CftyofNewHope as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% }, for the payment of which sum well and truly to be made, the said Principal and the said.Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. VIMEREAS, the Principal has submitted a bid for 2013 Infrastructure Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in, accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full f6me and effect. Signed and sealed this 19th day of March C.S. McCrossan Construction, Inc. frrurcrpa!) 2013 JaWMcCrossan Vice President Mme) Travelers Casualty and Surety Com any of America (Su ) "n rely {Seat) (ese) A'� riey-in-Fact ar ara I_. Raedeke (Fte) AIA WCUM ENT A310 r DID BOND & AIA • FEDREARY 1970 ED. • THE ANIMCAN INSTMPM OF ARCHITECTS, 1735 N.Y. AVE, N.W., WASHINGTON, D.C. 20006 Corporate Acknowled ment STATE OF Minnesota COUNTY OF On this 19 day of March Jane McCrossan ) ss ) 2013 before me personally appeared to me known, who being by me duly swom, did say that she is the Vice President of the C.S. McCrossan Construction, Inc. corporation described in and which executed the foregoing instrument; that she knows the seal of said corporation; that the seal is affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that she signed her name thereto by like order, MARY LYNN ANDERSON Notary PuW"Innesota )117aAA l+4rOWW" a .ran31.2015 Nol Public Signature otary Seal) Acknowledgment of Corporate Surety STATE OF Minnesota COUNTY OF Hennepin On this 19 day of Barbara L. Raedeke March ) ss 2013 , before me appeared , to be known, who being by me duly swom did say that she is the aforesaid Attorney -in -Fact of the Travelers Casualty and Surety Company of America a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of Directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. r NICOLE CATHERINE LANC�t NOTARY PLS - M Commission Expires y January 31.201& (Notary S� x WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOLITTHE RED BORDER AM POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 224124 Certificate No. 004923348 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Dennis G. Loots, dill N. Swanson, Laurie Pflug, Nina E. Werstein, Brian D, Carpenter, Barbara L. Raedeke, Nicole Langer, and Teresa Hammers of the City of , State of Minnecnta _ , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in an} dcuons of proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of June 2012 Farmington Casualty Compapy Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 18th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company �GI.SiI �� �y41&E B� Vi'µ lNsv9 ,ayr,MB„4+- �.TY 4Mp� 1�� O • _ � NPOl,,,r �'' �P � 9 s�Nc !S . AMS 1y"^�' � dr a F� • Aill� State of Connecticut City of Hartford ss. On this the 18th day of June 21312 By: Georg Thompson, t!!or ice President before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ,- 7 In Witness Whereof, I hereunto set my hand and official seal. a*� My Commission expires the 30th day of June, 2016. 68440-6-11 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Gunty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTBIONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 99 day of A2� _20/,3 >;� Kevin E. Hughes, Assistant Sec tart' G d T�.....5 1 R ► ° 1>IA�P7p SSU FIRE �1 IR 1N31/ �1Y AN � '�[pL F .y, epi. �� JP,........... 9.�, eJ '•G 0 �r ATf �. r uRPORAI Q`.• G ' P cr '► �y `,/ ; F�a � ��rlf �9LFn NGE ��O SE.�+�a� 3�38� �ls* y�61 *,}��� ► �� To verify the authenticity of this Power of Attorney, call 1-80U-421-3?S?SU or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Stantec THIS BID IS SUBMITTED TO: City of New Hope City Hall 9401 Xylon Avenue North New Hope, MN 55428 nA ri've M. rm F V i woAsl- dR6. DOCUMENT 00 41 10 BID FORM 2013 INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO. 193801579 NEW HOPE, MINNESOTA 2013 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without :imitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A• Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: Addendum Letter _Addendum Date I 1 ow 1 _ �- B, Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Site and all drawings of physical conditions In or relating to existing surface or subsurface structures at, or contiguous to, the Site (except Underground Facilities) which have been identified in SC -4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC -4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. 3013 Stantec 193901579 ro 41 10 - 1 BID FORE; H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Mork for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of €ts execution of the Agreement. 4.01 Bidder further represents that, A. The prices in this Bid have been arrived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disdosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Owner's direction, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law, 5.01 Bidder will compete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Priers have been computed in accordance with Paragraph 11.033 of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. 2013 Starter 193801579 No. Item Units Qty Unit PriceTjotal Price LF BASE BID: Lwoo $ $ 10 " 21 REMOVE SIGN [� �, �®tJl.'�IlU l 600. 0 1 MOBILIZATION SLS 1 $ t 5TF 2 PORTABLE TOILETS EA 5 $ - od $ o oo , © o 3 CLEARING TREE 9 $ $� 4 GRUBBING TREE 9 $[[ o $ ,oy l��}0 S CLEARING AND GRUBBING LS 1 61 () . _D U $ ��V, 0 ''� 6 PAVEMENT MARKING REMOVAL LF 260 $� $ i 7 REMOVE CONCRETE CURB AND GUTTER LF 12,298 $3,00 $ 8 REMOVE SEWER PIPE (SANITARY) LF 900 $ 9 REMOVE SEWER PIPE (STORM) LF 1,953 $ 0,06 $ Iq 6-36 10 REMOVE CONCRETE SIDEWALK SF 18,572 $A.60 $ 1 11 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 550 5l�o $ 12 REMOVE BITUMINOUS PAVEMENT SY 37,624 $ so 5q (60� QTD 13 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 1,592 $ $! 14 REMOVE AND REPLACE CASTING AND RINGS EA 53 $ i�� AtIL Jt eD 15 REMOVE SANITARY MANHOLE EA 3 S; oo 16 REMOVE STORM MANHOLE OR CATCHBASIN EA 64 $ 0 a $�'�" 17 REMOVE WATER VALVE MANHOLE EA 5 $ 5,o1, dt) s a7 oo. IP 18 REMOVE HYDRANT EA 15 �+' e.J $ , 00 $ 19 REMOVE VALVE AND BOX EA 35 $ /So, L, b $ � g s aGD 20 SAWING BITUMINOUS PAVEMENT LF 1,280 Lwoo $ $ 10 " 21 REMOVE SIGN EA 161 S [ I1 5 22 REMOVE SANITARY CONE SECTION & ABANDON EA 1 $ r `�� S L 23 SALVAGE AND REINSTALL MAILBOX EA 8 $ 5 00,07D 24 SALVAGE AND REINSTALL SIGN EA 31 $ ! U - c o 5 5 C ` 1 a , d a 25 REMOVE RAILROAD TRACK, TIES AND BALLAST LF 54 S �P 0 0 5 .. 6� 2013 Stantec 193601579 n041 10- BID roR-11; No. Item Units Qty Unit Price Total Price 26 ABANDON EXISTING SANITARY SEWER FORCEMAIN LF 375 0 $ &'s'0 /j $ 2 27 ABANDON SANITARY SEWER PIPE LF 245 $ /U &6 $ t✓b ED 28 ABANDON WATERMAIN LF 9,760 $ �ia� /� $✓ JD 29 ABANDON WATER SERVICE LF 780 $� $ 30 COMMON EXCAVATION (EV) CY 31,574 $ r 0C) $ 31 TOPSOIL BORROW CY 3,300 $ oo (LV) + $ 32 CONSTRUCT RAIN GARDEN LS 1 58,000,06 sgoMbo 33 GEOTEXTILE FABRIC TYPE V SY 37,624 $1,50 $ b r bo 34 GEOTEXTILE FABRIC TYPE V, RAIN GARDEN SY 250 $6,00 $ I.Qb op 35 SELECT GRANULAR BORROW (MODIFIED) TON 42,700 $9. !�-y $ 9 D (D 36 BOULEVARD EXCAVATION SY 1,600 $;Lsb _ $ 1166La 37 STREET SWEEPER (WITH PICKUP BROOM) HR 170 $130,00 $t 38 WATER FOR DUST CONTROL MGAL 800 $ jS-, 06 $ U oo •/6 0 39 AGGREGATE BASE, CLASS 5 TN 29,014 $ �7' 75 fin $ I p 40 OPEN GRADED AGGREGATE BASE TN 1,045 A V, $ ),30 ft, b 41 MILL BITUMINOUS SURFACE (2") SY 58,995 Ste'' $ + 4'�, dj'�.S•j, I 42 BITUMINOUS MATERIAL FOR TACK COAT GAL 6,992 $_� 43 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 11,347 $ f $ 44 TYPE SP 12,5 NONWEARING COURSE MIXTURE (4,B) TN 10,830 $ �' $ Y� 45 TYPE SP 12.5 BITUMINOUS MIXTURE FOR PATCHING (4,B) TN 3,764 5 _(f� 5�" 46 TYPE •r Ch, EY SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 1 BO $ 7 553} , 47 TYPE SP 9,5 BITUMINOUS MIXTURE FOR TRAIL (2,8) TN 200 $ r $� n 48 IMPROVED PIPE FOUNDATION LF 900 $ o S + 49 15" RCP FLARED END SECTION EA 1 5 _W0,00 $ 50 30" RCP FLARED END SECTION EA 1 S -Us �• pso. /Z�6 5 u �3� `-' `� 51 60" RCP FLARED END SECTION EA 1 $ &ISO O.-Cru 5 )-500, Ob c- 271' Stantec ,' Lk =11 tri - 4 B10 FOR: 1 hlo. Item Units Cm Unit Price Total Price 52 4" CORRUGATED PERFORATED HDPE DRAINTILE W I SOCK LF 16,800 $ D 6-D 53 4" PERFORATED PVC DRAINTILE, SCH. 40 LF 1,260 $ J:5. x) d _ $ ` ©• (iV 54 4" PERFORATED HDPE DRAINTILE, SPECIAL LF 655 $ $ 55 CONNECT INTO DRAINAGE STRUCTURE, DRAIN TILE EA 69 S ey $ to' oz) 56 6" PVC SANITARY SEWER SERVICE PIPE LF 120 $ $� j V 57 8" PVC PIPE SANITARY SEWER LF 251 $'E'06 $ 58 10" PVC PIPE SANITARY SEWER LF 506 $ $ ;L,;77a bZ) 59 24" DUCTILE IRON PIPE SANITARY SEWER CLASS 51 LF 15 S �r-5+D $ 60 12" RCP STORM SEWER, CL 5 LF 427 $ $ l' ✓ �� s 61 15" RCP STORM SEWER, CL 5 LF 269 $ S 6, 0, 00 62 18" RCP STORM SEWER, CL 5 LF 771 63 24" RCP STORM SEWER, CL 4 LF 250 s47,64) $ 11 I -C7( L 64 30" RCP STORM SEWER, CL 4 LF 587 S _• ,% C $ 65 36" RCP STORM SEWER, CL 4 LF 50 $ ��•�� $ o 66 48" RLP STORM SEWER, CL 4 LF 350 $_ $CO 67 60" RCP STORM SEWER, CL 4 LF 61 $'0 u lv;-� 0 b, V 0 68 48" ARCH RCP STORM SEWER, CL 4 LF 90 $1,79,00, $ 16)0-0. 0 69 PUMPING -SANITARY SEWER BYPASS LS 1 $ 000- 0D $ 70 15" RCP STORM SEWER PIPE SEND 22.50 EA 1 $.( 06. LID $ 60 o • DD 71 8'7X6" PVC WYE EA 4 $ 5+ 1)0 S tip e, Do 72 24" RCP SANITARY SEINER PIPE BEND EA 1 $ 16 �� $ C) Lo Dy 73 CONNECT TO EXISTING SEWER SERVICE EA 4 $ tpo �1S S c 6 o • oz) 74 CONNECT TO EXISTING SANITARY MANHOLE EA 8 S / bIm, a s , � o U 75 CONNECT TO EXISTING SANITARY SEWER PIPE EA 10 S �[ S -. 5 76 CONNECT TO EXISTIiNG FC EA 1 $ S o b. Db 77 CONNECT FORCEMAIN TO EXISTING LIFT STATION EA 1 f �+ S 6, 0, 00 004i 10 5 BIO FORM IYo. Itern Units Qty , Unit Place Total Price 78 6" I.D. HDPE SANITARY SEWER FORCEMAIN - LF 375 $ _ ,50 f $ � ✓" DIRECTIONAL DRILL 79 TELEVISING SANITARY SEWER LF 2,300 $ $ 80 TEMPORARY WATER MAIN/SERVICE LS 1 5mco, 0 o 400Ll 00 81 1" CORPORATION STOP EA 17 s100,60 17-ca QQ -� 82 2" CORPORATION STOP EA 2 $ s '700, V 1) 83 1" CURB STOP & BOX EA 17 $ $CU 6• V o 84 2" CURB STOP & BOX EA 2 $ ti $1f 85 12': BUTTERFLY VALVE AND BOX EA 13 $1.20,60, $`T � 86 4" GATE VALVE AND BOX EA 3 $ 1 $ W 87 6" GATE VALVE AND BOX EA 28 $ 0Q • V $ 4J r Z2ry 88 8" GATE VALVE AND BOX EA 17 5 cko sAgc iSdDW 89 REMOVE AND INSTALL 8" GATE VALVE AND BOX (SPECIAL) EA 19 $ S 90 WATERMAIN OFFSET EA 4 $ L?.L7� $ �b 91 12" WATERMAIN OFFSET EA 1 $rr $ r! oo 92 CONNECT TO EXISTING WATER SERVICE EA 17 S 0. 00 Q.0 $3 `''r vo' Ub 93 CONNECT TO EXISTING WATER MAIN EA 50 �Ca.L $J`dC�• �� 94 HYDRANT EA 16 $ o- o $ 768w, , Q0 95 REMOVE AND INSTALL HYDRANT AND VALVE (SPECIAL) EA 15 $ gio b0. Cif) $ J b 600. 00 96 SALVAGE SPECIAL, 18" PCCP TO DIP TRANSITION EA 1 $� -�q®� S ` 97 ADJUST HYDRANT EA 2 pp S .p ! $ 1 00, LO 98 1" TYPE "K" COPPER PIPE LF 780 $ / $ �6r� bo 99 2" TYPE "K" COPPER PIPE LF 100 $ S� �' Q �/ /to &001 00 100 18" STEEL CASING PIPE (JACKED) LF 40 $ _ $ 101 24" STEEL CASING PIPE (JACKED) LF 100= 5 �+ o 102 4" WATERMAIN DUCTILE IRON CLASS 52 LF 100 I�/ 5 `��• 34SQ0, 6O 103 6" WATERMAIN DUCTILE IRON CLASS 52 LF 900 Ste+ `� 5 o o 2413 St."r>r 193$gi 574 0041 10-6 BID FOR11 104 B" WATERMAIN DUCTILE IRON CLASS 52 LF 1,245 $ . Q6) $ ,20` 0') 105 12" WATERMAIN DUCTILE IRON CLASS 52 LF 6,820 $ a $ & l--3 S16 U , 0 106 4" INSULATION SY 50 $ 00 $ 3,o z)o, D� 107 DUCTILE IRON FITTINGS LB 9,420 $6,00 $5 (o 5,z o' O -D 108 2'X 3' CATCH BASIN EA 31 $� $65-7Si Ucl 109 4' DIAMETER SANITARY SEWER MH EA 2 5 � �0• 60 $ -Z 060.0 L 110 4' DIAMETER STORM SEWER CBMH EA 26 $ -22, �a sCLQ 111 4' DIAMETER STORM SEWER MH EA 6 5 c71j�7�• ��. W 112 4'X 6' CATCH BASIN EA 1 $5S$ �600.00 ' 113 S' DIAMETER STORM SEWER MH EA 3 s3-, 114 V DIAMETER STORM SEWER MH EA 1 $ Q. $-La o 6, 115 5' DIAMETER STORM SEWER CBMH EA 1 $ �1, 60 $ V'aoo.�� 116 6'X G STORM STRUCTURE, SPECIAL EA 1 $ �;0&6 D $ $S60, D D 117 7DIAMETER STORM SEWER MH EA 5 $ 11) $ 118 7' DIAMETER STORM SEWER CBMH EA 1 S S 0 $ 119 9' DIAMETER STORM SEWER MH EA 1 Sg( �� 1) S 120 ADJUST FRAME & RING CASTING EA 15 5 121 INSTALL 2'X T CASTING AND RINGS EA 5 $boo • co $ 3 o 6 0, 00 122 INSTALL 2'X 3' CASTING AND RINGS, SPECIAL EA 2 $ O, 6 O $1360,00 123 REMOVE AND INSTALL 4' DIAMETER CONE SECTION EA 1 S 906- o O $900.1),o 124 CONNECT EXISTING PIPE TO STORM STRUCTURE EA 50 $ 5 1:7SO 0 . QV 125 CONNECT TO EXISTING STORM PIPE EA 2 5� 5 ( D 126 CONNECT TO EXISTING STORM STRUCTURE EA 2 $ S 4'. S goo, D 127 EXTERNAL SEAL SYSTEM EA 11 5 iJ a $t � 128 RANDOM RIPRAP CLASS III CY 56 $ i 66 A � V) 5 S 3d-6, b 129 RANDOM RIPRAP CLASS IV CY 70 5 1/0-0) 57777 a 0 - 0 0 r 2033 Staniar ; 193801579 0041 10- 7 BID FORM No. Item Units Qty Unit Price Total Price 130 GEOTE)MLE FILTER TYPE IV SY 156 $ o o $ 131 4" CONCRETE SIDEWALK SF 18,572 $ $ 132 CONCRETE CURB AND GUTTER DESIGN B618 LF 6.145 5 $ _q �?�. 133 CONCRETE CURB AND GUTTER MOUNTABLE LF 134 CONCRETE CURB AND GUTTER (SPECIAL) LF 135 6" CONCRETE DRIVEWAY PAVEMENT SF 136 6" CONCRETE DRIVEWAY PAVEMENT, SPECIAL SF 137 6' THICK CONCRETE WALK FOR PEDESTRIAN CURB RAMP SF 138 TRUNCATED DOME PANEL SF 139 ELECTRICAL LIFT STATION 140 REMOVE LOOP DETECTOR 141 DETOUR SIGNING 142 TRAFFIC CONTROL 143 SIGN PANELS TYPE C 144 RELOCATE STREET NAME BLADE SIGN 145 PREFORMED RIGID PVC CONDUIT LOOP DETECTOR 6X6' 146 'PLANT INSTALLATION, RAIN GARDEN 147 SILT FENCE, TYPE MACHINE SLICED 148 FLOTATION SILT CURTAIN TYPE MOVING WATER 149 EROSION CONTROL BLANKETS CATEGORY 3 150 PROTECTION OF CATCH BASIN, NON PAVED STREET 151 PROTECTION OF CATCH BASIN, PAVED STREET 152 SODDING TYPE LAWN 153 DOUBLE SHREDDED HARDWOOD MULCH 154 HYDRAULIC SOIL STABILIZER TYPE 5 155 RAIN GUARDIAN - BUNKER 156 LAWN EDGING IS EA LS LS SF EA EA LS LF LF SY EA EA SY Cy SY EA LF 410 5,744 $ `�r I $ mla ��11 7,162 $ $�!� 7,162 $ - $ 2,664 $ 296 S 0 $!/- . o b 1 $ l7VLa $ V .0 12 $ V,bb $ 1 $ o $ • �� 1 $ $y�'6 567 $�' $ o / 7 �� 1 %.., $ , I 5 $ 0 s -Ln-[ [) 0 . 00 1 (D $ 2,665 $ f .7b S r' 85 S �3_'] $ 350 $� $fib 13 $ j 5, 6 $ uo 61 $ 100,00 $�fLt% 5,B60 $ , (!� 20 $ S 9,7`y. ob 13,940 5._C _ $ ( , a) 2 sIns 6•op 5 loo.ob 260• r 5 �� V .r, 2013 Star.!ec . 19=_!1579 co 41 10 - 8 BID FORA', 157 SEED MIXTURE 270 SY 131940 S 158 AUGMENTED SOILS CY 40 S rG $ f 159 PAVEMENT MESSAGE, LANE BEGINS SYMBOL & EA f,� $ [$ ` Ob (BIKE 2 160 ARROW) - EPDXY PAVEMENT MESSAGE, LANE ENDS SYMBOL & $"fOp $ C( 9'o s LT (BIKE FA 2 161 ARROW) - EPDXY PAVEMENT is / 56 MESSAGE, (BIKE LANE SYMBOL & ARROW) - EA 10 $ 6 /• $ 162 EPDXY na _ t� CJ(( -(,1 0 � ` V ` PAVEMENT MESSAGE, (R X R SYMBOL) -PAINT EA 4 S $ _}� 163 PAVEMENT MESSAGE, LEFT ARROW - PAINT EA 6 ^� 00 $ [• /aT� 7rV ®� 164 PAVEMENT MESSAGE, RIGHT ARROW - PAINT EA it $ l $ 165 PAVEMENT MESSAGE, THRU ARROW - PAINT EA 9 $ _J $ "�� " D 166 PAVEMENT MESSAGE, THRU RIGHT ARROW - PAINT EA 2 $ / 4` b $ w be 00 167 PAVEMENT MESSAGE, THRU LEFT ARROW - PAINT EA 8 $ r V $ 168 12" DIAGONAL CROSSHATCH, YELLOW - PAINT LF 370 $ 169 12" STOP BAR, WHITE - PAINT LF 1,105 $++ 1�� 5 170 4" SOLID LINE, YELLOW `' ! 56 - PAINT LF 33,699 $ l $ + 171 4" BROKEN LINE, WHITE - EPDXY LF 320 $ 172 4" BROKEN LINE, YELLOW - PAINT LF 1,810 $ 173 4" DASHED LINE, WHITE - EPDXY LF 64 $ Lp 174 4" SOLID LINE, WHITE - PAINT LF 9,452 $� $ 175 4" SOLID LINE, WHITE - EPDXY LF 12,088 S 0-3 $ O TOTAL BASE BID: ALTERNATE -QUITE ZONE CROSSING c:R.f! 176 IMPROVEMENTS MOBILIZATION LS 1 177 REMOVE BITUMINOUS PAVEMENT SY 180 O $ 1 o' o U 5�/� 178 SAWING BITUMINOUS PAVEMENT LF 360 } $3950 $ I Vr v 'D 40 179 CONCRETE CURB AND GUTTER DESIGN B812 LF 280 5 -` 5 �v 186 4" CONCRETE MEDIAN SY 71 5�o S d E 1 2013 Rantec : 193:01579 1 v 10 - 9 UD K)RM item Units qty Unit Price Total Price 181 CONCRETE APPROACH NOSE SY 20 $ 63z " " $ 182 TRAFFIC CONTROL LS 1 $ �Lo 01 " $ 00 183 SIGN PANNELS TYPE C SF 25 5 :>d,50 $ ku s TOTAL ALTERNATE - QUITE ZONE CROSSING 5 `� IMPROVEMENTS 2013 Stanter- 193801579 00 41 1C - 10 BID FQP.PI 5.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.6 of the General Conditions on or before the dates or within the number of calendar days ndicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. B. Ncn-collusion Affidavit 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. If Bidder Is: SUBMITTED on Name (typed or printed); By: Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: A Partnership Partnership Name: (SEAL) By: Name (typed or printed): Business Street Address (No P.O. Box Vs); Phone No.: Fax No.: A Corporation -,� Corporation Name - State s< l State of incorporation:) Type' C�¢neWl Business)Professional, Service, Limited Liability): Name (typed or printed): V htt Y /* F f ds Title: Attest (CORPORATE SEAL) %--" I (Signature of Corporate Secretary) Business Street Address (No P.O. Box #'s): MK /V fl 4det LI O - R Qe rs M0 S53oLk Phone No.:700,q +� I Fax No.: z �� 1 ! � 2013 Stan,ec i 193CDt579 00 41 1f1 - 12 8fD FORM A. Joint Venture Joint Venture Name: (SEAL) By: Name (typed or printed): Title: Business address: (Signature of joint venture partner) Phone No.: Fax No.: Joint Venturer Name: (SEAL) By: Name (typed or printed): Title: Business Street Address (No P.O. Box Ws): Phone No.: Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT 51D FORM NON -COLLUSION AFFIDAVIT The following Non -Collusion Affidavit shall be executed by the bidder: State .Project No. Federal Project No. State of Minnesota ss County ofd (1],1011 I, aa_r 1 r—1 W-5 , do state under penalty of (name of person signing this affidavit) periury under 28 U.S.C. 1746 of the laws of the United. States: (1) that I am the authorized representative of `AQ ft1arJ �6yzs_ WA 0 A OWN 0 (name of person, parinership or corporation submitting this proposal) and that I have the authority to make this affidavit for and on behalf of said bidder; (2) that, in connection with this proposal, the said bidder has not either directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action iii restraint of free competitive bidding; (3) that, to the best of my knowledge and belief, the contents of this proposal have not been cornmunicated by the bidder or by any of his/leer employees or agents to any person who is not an employee or agent of the bidder or of the surety on any bond furnished with the proposal and will not be communicated to any person who is not an employee or agent of the bidder or of said surety prior to the official opening of the proposal, and (4) that I have fully informed myself regarding the accuracy of the statements made in this affidavit. < Sign ,�i (bidder or his authorized represeutatit-el ONM Can rolNu: 2016-6030 Apprcverl: 05/01/2008 Environmental AppravalExpmret 81/31/2011 �3 Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Ulflization Form EPA Form 6100-4 BID/PROPOSAL NO. / 9 PROJECT NAME ,�2Q0/0 225 Jr /re rverb > - /V&J �e- N OF PRME)NODEFYRROPOSER FAMM ADDRESS ADDRESS BLV �j d ,be))( 30 a 14 AJ 653"7` TELEPHONE NO.7 /3 l f P P ) dz;2- I I FAx NO -;7A3 9> q 7 76 The following subcontractom wffi be used on this project: COWANY NAME, ADDMS, PHONE TYPE OF WORK TO BE E$Ti11LM CUR]MMM'i'i Y NiJM$ER, AND E A ATL ADDRESS PERFORMED D DOLLAR CBRTEFIED AMOUNT AS AN 11EE OR WBE? LVC16D M RY, H 163 %?) M'IP , #�o b 56, rad 67 910i Vprdln5-fA. VA-46YND SF�IMI -MY*4M) 763 f83 3n, 0 •fi--� b M �� 1g 0 0Lk"6 6r,Sfi C, 5r[ P d 10f1 �A1Ct-�'i7Lj61j Slyl'l;l') 5"1)7O,(Jl) �i"YU n j rl)f VA At lo, 5&M A- I certi{y under penalty of perjury that the forgoing statements are true and correct In the event of a replacement of a subcontractur, I will adhere to the replacement requires exits set forth in 40 CFR Part 33 5erti 302{c} -" - ,ffignature afPrime donitacter JJ SAO- 'P' ) r !�S Date j1 O'pr�S/c�'�Tf Print Name Tits `Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreentent with a contractor to provide services pursuant to an SPA award of financial aisittance. EPA FORK 61 GC -4 (DBE Subca twbor Utilization Fo m) Max.15.2013 09:12 AM SHAW TRUCKING, INC. Environnim'ital Frotection Agency NAM9 OP SUBC'Olw TRACTORt ADDRESS I ysia 6.1141..1:..1 . ;�. AAF TELEPHONE NO. PRIME CCy'NrRAC:'M NAME ri CONTRACP ITEM OF WORK Oil E]ESCE ITEM NO, PRIMP 77rt?a1r1y ceirt.'iRed as to i-MEIE tai W6'E unI ,t @rinle Contro or TJil Print NN1mF Title ` VAma Title tdio cur Is defitm+al AA A %PuApatkV, (teal, JNOit vel to nrovt& morssk o* pursuam to an FPA alv'4uvi of flue 7634343100 PAGE. 2J r Awl Environmental Protection Agency OMB Control No: 2090-0030 Approved: 05/01/2008 Approval Expires: 01/31/2011 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 NAME OF SUBCONTfR�ACTORr PROJECT NAMFao f L (% C uCl �. L perrk Ale,)ffots ADDRESS BID ROPOSAL NO. � c 4( fl Ho TELEPHONE NO. E-MAIL ADDRESS 7 r f U 1 3�- 96 PRIME CONTRACTOR NAME f CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK SUBMITTED TO ITEM NO. PRIME PRIME CONTRACTOR Ll LS' s V ✓ Currently certified as an MBE or WBE unhilgr s BE Pr gram? vyes _ NO Siture:of - J Prime Contractor Date Print Name Titl a/a i 'r, I& Signature of Subcontractor Date f l 3 —�—-�� -7—i l3'd L Print Nang -Titled �ty- Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DISE Subcontractor Performance Form) 03/19/2013 08:42 9524696689 SAFETY SIGNS PAGE 01/01 MO CDn&ol No. 2090-= Approved: 05/01/2= ApprovaI Expires 01/31/2011 Or ov EnvixormienW ;Ikvg& Protection Agency Disadvantaged Business Enke Frogrom DBIR Subcontractor Peoormauce Farm EPA Form 6100-3 NAME OF SUBCONTRAcrolt, PROJRCT NANM 4-n, s . , Zo 13 ADDROS 0 $M/PROPOSAL NO. —iciis&i 'Nett" I EL 7-PXXONE NO. E-NEAM ADDRESS 9sz v) PRMM CONTRACTOR NAM CONTRACT rrJ!M OF WORK OR DES(MMON OF SERVICES BID TO PRMU OF WOR3K rl"IMNO. FRMS SUBMTITW TO PRIM CONTRACTOR 71 C=e:afly certified as am WE or WBE and F,#A's D yeo- A A No ffign� of Prime Con4w ate V7r7 : �PN�auw�e sigmb= ¢f SubcontracWr Date Name TitleesbcosKractar Print is dQRm4 as A c==an.. Arm, joint vent uy nz !aAkvWuaj whaenmrs alto anagremamt. with a =umcWr to provxk services punuw to an EPA award of finmxial asubnr"- EPA FOR M 6100-3 (DBE OubcophwW Fett)ropum Fom) I I UNITED FIRE & CASUALTY COMPANY 118 Second Avenue SE PO Box 73909 Cedar Rapids, Iowa 52407-3909 (A Stock Company) BID BOND KNow A? - BY THEsE PRESENTS, that THOMAS & SONS CONSTRUCTION INC as Principal, hereinafter called the Principal, and the UNVTITED FIRE & CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEW HOPE in the sum of FIVE PERCENT OF THE DOLLAR AMOUNT BID as Obliges hereinafter called the Obligee, Dollars ($ 5% OF AMOUNT BID ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHFP:-As, the Principal has submitted a bid for 2013 INFRASTRUCTURE IMPROVEMENTS CITY OF NEW HOPE CITY PROJECT NO. 906 Now, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material fur- nished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 19th day of MARCH , 20 13 Thomas & Sons Construction Inc t.(Nm1pa ti (Witness) J/It�i (Seal) SFAI T FIIAS � ,1,)Vi ce Presi derrt UNITED FIRE & CASUALTY COMPANY (Seal) (SURETY] f Itt orney-In-Fact (S,� } y +; �romeH kbiad (lte) CONT 00270400 STATE OF COUNTY OF On the INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGEMENT I ss day of a Notary Public within and for said county, personally appeared, , 20 . before me, to me known to be the person(s) described in and who executed the foregoing instrument, as Principal(s), and acknowl- edged to me that he/she executed the same as his/her free act and deed. Notary Public County, (Notarial Seal) My commission expires— CORPORATE ACKNOWLEDGEMENT STATE OF Minnesuta COUNTY OF Anoka � ss On the 19th J day of WCh 2013 . before me, personally appeared SWI T FILAS to me known, who being by me duly sworn, did depose and say: that he resides in Plymouth that he is the Vice President of the Thomas and Sons Construction, Irr. the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it wa o affixed by order of the board of directors of said cor- poration; and that he signed his name thereto by like order. =(BCATHY N. SH�ERMAN PUBLIC - MINNESOTA Notary Public ss*., Expires Jan. 31, 2015 County, (Notarial Seal) My commission expires ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF RAMSEy ss On the 19th day of MARCH 20 13 before me, appeared JEROME H. EKBLAD to me personally known, who being by me duly sworn, did say that he is the aforesaid officer or attorney-in-fact of the UNITED FIRE & CASUALTY COMPANY a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, by authority of its board of directors; and the aforesaid officer acknowled d said instrument to be the tee act and deed of said corporation. //A . / A// W_ Fe 7WARYPALIO-WOMMA F;`l 111 t`R Notary Pub c MAI County, RAMSEY 02 41� 81.#016 My commission expires JANWARY 31, 2015 UNITED FIRE ,& CASUALTY COMPANY TOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at dome Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principai office in Cedar Rapids, State of Iowa, does make, constitute and appoint T.D. BRAY, DR JEROME H. EKBLAD, OR MARY A. MILLER, OR MARK NORDAHL, ALL INDIVIDUALLY of MAPLEWOOD MN its true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows Any and All Bonds and to bind UNITED FiRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby givers are hereby ratified and confirmed The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by Board of Directors of the Company on April 18, 1973 "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate sisal, may be affixed by facsimile to any power of attorney or speciai power of attorney or certification of either authorized hereby, such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attomey-in-fact. IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 24t h day of Apr 1 l , 2008 LOBPoRATE —+-- UNITED FIRE & CASUALTY COMPANY �y�ff K By . State of Iowa, County of Linn, ss 4A On 24th day of April, 2006, before me personally came Dennis J. Richmann Vice President to me known, who being by me duly swom, did depose and say; that he resides in Cedar Rapids, State of Iowa, that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and yv' ic.h executed the above instrument, that he knows the seal of said corporation, that the seal affixed to the said instrument is'�such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to hke authority, and acknowledges same to be the act and deed of said corporation. MaryA Jansen Iowa No** Seal n - COmmlasion number 713279 My commission expires 10128113 Notary Public I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that i have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by-laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILL= IN THE HOME OFFICE OF SAID COMPANY, and that the some are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Company 4� s; this i —9th— day of March 20 .13 - tri�in� i'secretery BPOA0019 0611 BIDDER; Stantec DOCUMENT 00 41 i0 RID FORM 2013 INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO, 193801579 NEW HOPE, MINNESOTA 2013 THIS BID IS SUBMITTED TO: City of New Hope City Hall 4401 Xylon Avenue North New Hope, MN 55428 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents that: A, Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: Addendum Letter cry ! Addendum Date iq- ti -3 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at, or contiguous to, the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at, or contiguous to, the Site (except Underground Facilities) which have been identified in SC -4.02, and (2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC -4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at, or contiguous to, the Site which may affect cost, progress, or performance of the work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including appiying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. _i, ;r.. _ H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. Biddcr hasgEven Engineer written nctice of ail Cr"_"" "muL+°yVu"ities or discrcparices that aiddear In 'the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently, without consultation, communication, or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting competition. B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of the Bids. C. No attempt has been made or will be made by the Bidder to induce any ether person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner, or Engineer at the Owner's direction, to undertake an investigation and submit an evaluation concerning Bidder's responsiveness, responsibility, and qualifications before awarding a contract. Bidder hereby waives any and all claims, of whatever nature, against Owner, Engineer and their employees and agents, which arise out of or relate to such investigation and evaluation, and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law, 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s) set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions, Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price BASE BID: 1 MOBILIZATION LS I s 2 PORTABLE TOILETS EA 5 S - i '1' L`C' S 3 CLEARING TREE 9 S 4 GRUBBING TREE 9 5 5 CLEARING AND GRUBBING L5 1 S 6 PAVEMENT MARKING REMOVAL LF 260 $_ s r� 7 REMOVE CONCRETE CURB AND GUTTER LF 12,298 $ 7. 0 12 5.� � B REMOVE SEWER PIPE (SANITARY) LF 900 5 J L} S1J's 9 REMOVE SEWER PIPE (STORM) LF 1,953 S I �1•(Y' S 10 REMOVE CONCRETE SIDEWALK SF 18.572 $ 11 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 550 12 REMOVE BITUMINOUS PAVEMENT SY 37,624 $ 13 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 1,592 Stl s 19. REMOVE AND REPLACE CASTING AND RINGS EA 53 S 15 REMOVE SANITARY MANHOLE EA 3 S L1f1. �l S L V 15 REMOVE STORM MANHOLE OR CATCHBASIN EA 64 1i�•� +� A -y f Y i $ $ !',f" 17 REMOVE WATER VALVE MANHOLE EA 5 tiT 3 " ''.1 to-' 1B REMOVE HYDRANT EA 15 S 19 REMOVE VALVE AND BOX EA 35 S 16 G)- L'L' 20 SAWING BITUMINOUS PAVEMENT LF 1.280 21 REMOVE SIGN EA 161 22 REMOVE SANITARY CONE SECTION ABANDON EA 1 S z"' 23 SALVAGE AND REINSTALL MAILBOX EA 8 Sip 24 SALVAGE AND REINSTALL SIGN EA 31 S :5 REMOVE RAILROAD TRACK, TIES AND BALLAST LF 54 S i S I �'1 f+Io. Item Units Qty Unit Price Total Price 26 ABANDON EX:STrnir_ c NIMARY SF4hlFR FORCENIATN LF 27 ABANDON SANITARY SEWER PIPE LF 245 5 �; S 28 ABANDON WATERMAIN LF 9.760 $ , > S�- 29 ABANDON WATER SERVICE LF 780 5 _(-� S- 30 COMMON EXCAVATION (EV) Cy 31,574 S ! r t 0 31 TOPSOIL BORROW (LV) Cy 3,300 S _ l r L'�` $ <, 7z 32 CONSTRUCT RAIN GARDEN LS 1 5 . �o C)(' %'f> S ���`'• 0 33 GEOTEXTILE FABRIC TYPE V SY 37.624 S • 5 6' S i' 7, L'O' 34 GEOTEXTILE FABRIC TYPE V, RAIN GARDEN SY 250 S 35 SEi FCT GRANULAR SORROW (MODIFIED) TON 42,700 36 BOULEVARD EXCAVATION SY 1,600 $;�,��I 3 Lluis 37 STREET SWEEPER (WITH PICKUP BROOM) HR 170 $�'1 $ i'( ✓J 36 WATER FOR DUST CONTROL MGAL 800 S J, C' S 39 AGGREGATE BASE, CLASS 5 TN 29,014 /5� $ i 7' 5 -f J l yt-7L ,e7 L 40 OPEN GRADED AGGREGATE BASE TN 1,045 $i i L' 1 $G� �� • �' 41 MILL BITUMINOUS SURFACE (2•') SY 58,995 S_ S?. 42 BITUMINOUS MATERIAL FOR TACK COAT GAL 6,992 $ I 5 � 7 _ 70 43 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 11,347 44 TYPE SP 12.5 NONWEARING COURSE MIXTURE (4,B) TN 10.830 S 'Zi/t, 4C s 45 TYPE SP 12.5 BITUMINOUS MIXTURE FOR PATCHING (4,B) TN 3.764 S 46 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 180 S 47 TYPE SP 9,5 BITUMINOUS MIXTURE FOR TRAIL TN �2 6 7"i' L� (2,B) 200 S �) 5 48 IMPROVED PIPE FOUNDATION LF 900 $ iii' 41 S 49 15" RCP FLARED END SECTION FA 1 50 30" RCP FLARED END SECTION EA S 51 60" RCP FLARED END SECTION EA i 2-5'& No. Item Units Qty Unit Price Total Price 57 4" cnRRIJrATFp PFRFCIRATFCS HnPF nRATNTTi F W ! SYD('K LF 16.800 53 4" PERFORATED PVC DRAINTILE, SCH. 40 LF 1.260 S 54 4" PERFORATED HDPE DRAINTILE, SPECIAL LF 655 5N /) C ' 5 55 CONNECT INTO DRAINAGE STRUCTURE, DRAIN TILE EA 69 $ lZ'. U' S 56 c"' PVC SANITARY SEWER SERVICE PIPE LF 120 r S f L% r, 5 '? 1 T✓ �' L)LI 57 S" PVC PIPE SANITARY SEWER LF 251 58 10" PVC PIPE SANITARY SEWER LF 506 59 24" DUCTILE IRON PIPE SANITARY SEWER CLASS 51 LF 15 S� 60 12" RCP STORM SEWER, CL 5 LF 427 S 61 15" RCP STORM SEWER, CL 5 LF 269 $ Y' �- 5 i . UO 62 18" RCP STORM SEWER, CL 5 LF 771 5_w $ 63 24" RCP STORM SEWER, CL 4 LF 250 $ T , 0, $ 64 �: �' L' 30" RCP STORM SEWER, CL 4 LF 587 $ $ 65 36" RCP STORM SEWER, CL 9 LF 50 $ /::' • $ 66 48" RCP STORM SEWER, CL 4 LF 350 $ �._? �. $ lam'• 67 60" RCP STORM SEWFR, CL 4 LF 61 $ 68 48" ARCH RCP STORM SEWER, CL 4 LF 90 3 S I � •�: L }C- $ �`' T - ' le 69 PUMPING - SANITARY SEWER BYPASS L5 1 $ L' L'�. L �t $♦✓ 70 15" RCP STORM SEWER PIPE BEND 22.50 EA 1 $ 71 8"X6" PVC WYE EA 4 $ •� �% t 72 24" RCP SANITARY SEWER PIPE BEND EA 1 $ 7 •7 `' 73 CONNECT TO EXISTING SEWER SERVICE EA 4 $ 3 �`U STy{� 74 CONNECT TO EXISTING SANITARY MANHOLE EA 8 S 'I s 5 75 CONNECT TO EXISTING SANITARY SLWER PIPE EA 10 S r7 � � � 1 � S 76 CONNECT TO EXISTING FORCEMAIN EA 1 S t"�. 77 CONNECT FORCEMAIN TO EXISTING LIFT STATION EA 1 5 � .� � {' 1' i` S � �% � � l✓� No. Item Units Qty Unit Price Total Price 78 6" 1.0, HDPE SANITARY SEWER FORCEMAIN - 17.9 DIRECTIONAL DRILL 79 TELEVISING SANITARY SEWER LF 2.300 S S -:7 1. - so TEMPORARY WATER MAIN/SERVICE LS 1 S 81 1" CORPORATION STOP EA 17 s 82 2" CORPORATION STOP EA 2 83 1" CURB STOP & BOX EA 17 $ 84 2" CURB STOP & BOX EA 2 85 12" BUTTERFLY VALVE AND BOX EA 13 s s 86 4" GATE VALVE AND BOX EA 3 $ sc, $ 87 6" GATE VALVE AND BOX EA 28 $1- 88 8" GATE VALVE AND BOX EA 17 $ �, 89 REMOVE AND INSTALL 8" GATE VALVE AND BOX (SPECIAL) EA 19 $ 90 WATERMAIN OFFSET EA 4 $ 91 12" WATERMAIN OFFSET EA 1 $ 92 CONNECT TO EXISTING WATER SERVICE EA 17 s s 93 CONNECT TO EXISTING WA -MR MAIN EA 50 s q L 94 HYDRANT EA 16 !W, e 0 c 95 REMOVE AND INSTALL HYDRANT AND VALVE (SPECIAL) EA 15 s �L" ('&, $ C) C, L) 96 SALVAGE SPECIAL, 16' PCCP TO DIP TRANSITION EA I s 97 ADJUST HYDRANT EA 2 s 98 1" TYPE "K" COPPER PIPE LF 781) s 5 s 99 2" TYPE "K" COPPER PIPE LF .1 . 100 s '1, -) C 100 18" STEEL CASING PIPE (JACKED) LF 40 101 24" STEEL CASING PIPE (JACKED) LP TOO s S—� 102 4" WATERMAIN DUCTILE IRON CLASS 52 LF '100 5 s 103 6" WATERMAIN DUCTILE IRON CLASS 52 LF 900 5 Na. Item Units Qty Unit Price Total Price iO4 R" WATFRMATN nUCTTLF TRON CLASS 52 LF 1,245 S ',Ce '� S 105 12" 1WATERMAIN DUCTILE IRON CLASS 52 LF Nj/ 6,820 S : ' 5 106 4" INSULATION SY t. 50 S 1_ S� L 107 DUCTILE IRON FITTINGS L6 9,420 $6' [ 108 2'X T CATCH BASIN EA 31 S 109 4' DIAMETER SANITARY SEWER MH EA 2 5 �' S 7 J 110 4' DIAMETER STORM SEWER CaMH EA 26 5 C}i.', i ! �' $ 111 4' DIAMETER STORM SEWER MH EA 6 $ S C' t' $I 112 4'X O CATCH BASIN EA 1 113 5' DIAMETER STORM SEWER MH EA 3 $i[�, [, f, , I 5 (;)tom �1 (0 114 1 �1�'(', 6' DIAMETER STORM SEWER MH EA $ 7 .�' $ 115 6' DIAMETER STORM SEWER CBMH EA 1 5 ?," 0 t)L g � � �f�. �`• 116 6'X 6' STORM STRUCTURE, SPECIAL EA 1 $ 117 T DIAMETER STORM SEWER MH EA 5 5: (+!' ;�� $ 118 7' DIAMETER STORM SEWER CBMH EA 1 $ 119 9' DIAMETER STORM SEWER MH EA 1 $ •'&'- 70 $ 120 ADJUST FRAME & RING CASTING EA 15 $ -5 S 121 INSTALL 2' X 3' CASTING AND RINGS EA 5 51i') r)�(�' $ 122 INSTALL 2'X 3' CAS7ING AND RINGS, SPECIAL EA 2 S + s` �` L S 123 REMOVE AND INSTALL 4' DIAMETER CONE SECTION EA 1 S 'a ' 4 L S 124 CONNECT EXISTING PIPE TO STORM STRUCTURE EA 50 S .,7,5 (� 1' i-' S _ 7 L'' �' C' u 125 CONNECT TO EXISTING STORM PIPE EA 2 3 t.' S 126 CONNECT TO EXISTING STORM STRUCTURE EA 2 127 EXTERNAL SEAL SYSTEM EA 11 S {% S 126 RANDOM RIPRAP CLASS III CY 56 S I'� �' S .1 i7 +f L 129 RANDOM RIPRAP CLASS IV CY 70 S - (r' ' - L' S 7 { T P No. Item Units Qty Unit Price Total Price 130 GEOTEXTTI E FILTER TYPE ISI SY 14g 9 131 4" CONCRETE SIDEWALK SF 18,572 S 132 CONCRETE CURB AND GUTTER DESIGN B618 LF 6.145 $1 �}: S 133 CONCRETE CURB AND GUTTER MOUNTABLE LF 410 S ,,• L S 7 L 134 CONCRETE CURB AND GUTTER (SPECIAL) LF 5,744 $ S 135 6" CONCRETE DRIVEWAY PAVEMENT 5F 7,162 136 6" CONCRETE DRIVEWAY PAVEMENT, SPECIAL 5F 7,162 !r i S 137 6" THICK CONCRETE WALK FOR PEDESTRIAN CURB RAMP SF 2,669 $ M� S L�'6• �� 138 TRUNCATED DOME PANEL SF 296 S i :5b S 139 ELECTRICAL LIFT STATION LS 1 S �� �, 1=� S 140 REMOVE LOOP DETECTOR EA 12 S ✓ S 141 DETOUR SIGNING LS 1 g ( , '; 5 'i ; 1 �; • ; 142 TRAFFIC CONTROL LS 1 S a+� • �' S �`��'7� (7 143 SIGN PANELS TYPE C SF 567 $ �,5L' $ 41 144 RELOCATE STREET NAME BLADE SIGN EA 1 S $ r 2 r 145 PREFORMED RIGID PVC CONDUIT LOOP DETECTOR 6'X6 EA S S ;� .� S 146 PLANT INSTALLATION, RAIN GARDEN LS 1 $ 1 �1 ` ( 5 147 SILT FENCE, TYPE MACHINE SLICED LF 2,665 S S 'fG 148 FLOTATION SILT CURTAIN TYPE MOVING WATER LF .85 S - 7 149 EROSION CONTROL BLANKETS CATEGORY 3 SY 350 $ s` 150 PROTECTION OF CATCH BASIN, NON PAVED STREET EA 13 $ �i���� ` S 151 PROTECTION OF CATCH BASIN, PAVED STREET EA 6i S 152 SODDING TYPE LAWN SY 5,860 I ! S 153 DOUBLE SHREDDED HARDWOOD MULCH CY 20 ' shy � S r s � 154 HYDRAULIC SOIL STABILIZER TYPE 5 5Y 13,940 S S 155 RAIN GUARDIAN - BUNKER EA 2 S k C° %' L' 156 LAV,`h,'LDGIfJG LF 260 5 q• 5- /!' C i?✓ Gf, l iii No. Item Units Qty Unit Price Total Prue 1;7 SFFJ7 NITXTI IRF 770 SY 17 04fY 5 158 AUGMENTED SOILS CY 40 S `a Y' S . °� r'.(.' •'; 0% 159 PAVEMENT MESSAGE, (BIKE LANE BEGINS SYMBOL & EA 2 s y�.,, S 71 C ^-r 5 'Y ] /' 160 ARROW) - EPDXY PAVEMENT MESSAGE, (BIKE LANE ENDS SYMBOL & EA ; `1 i S '7 `T S 2 ;) 161 ARROW) - EPDXY PAVEMENT MESSAGE, (BIKE LANE SYMBOL & ARROW) - EA 10 5�- 162 EPIOXY PAVEMENT MESSAGE, (R X R SYMBOL) - PAINT EA 4 S 163 PAVEMENT MESSAGE, LEFT ARROW - PAINT EA 6 $ A7 • L 7� 164 PAVEMENT r . L' MESSAGE, RIGHT ARROW - PAINT EA 11 $ 165 PAVEMENT MESSAGE, THRU ARROW - PAINT EA 9 166 PAVEMENT MESSAGE, THRU RIGHT ARROW - PAINT EA 2 Sr 1 167 PAVEMENT MESSAGE, THRU LEFT ARROW - PAINT EA 8 S �7 S. L' $ ' l.'. i%�'J 168 12" DIAGONAL CROSSHATCH, YELLOW - PAINT LF 370 S } L S I+ 169 12" STOP BAR, WHITE - PAINT LF 1,105 170 4" SOLID LINE, YELLOW C., - PAINT LF 33,699 $ 171 4" BROKEN LINE, WHITE - EPDXY LF 320 172 4" BROKEN LINE, YELLOW - PAINT LF 1,810 $ 1 J [r S L 173 4" DASHED LINE, WHITE - EPDXY LF 64 174 4" SOLID LINE, WHITE - PAINT LF 9,452 S L� J` l 1� 175 4" SOLID LINE, WHITE - EPDXY LF 12,088 S' '} rte. 5L ✓i TOTAL BASE BID: N1�l ALTERNATE - QUITE ZONE CROSSING IMPROVEMENTS 176 MOBILIZATION 177 REMOVE BITUMINOUS PAVEMENT 178 SAWING BITUMINOUS PAVEMENT 179 CONCRETE CURB AND GUTTER. DESIGN 8812 180 4" CONCP.EiE MEDIAN LS t' t SY 180 5pp5 LF 360 5 .J LF 260 ` i -� _ S_" �' A Partnership A Corporation Partnership Name: By: (Signature of general partner) Name (typed or printed): Business Street Address (No P.O. Box #'s): Phone No.: Fax No.: Corporation Name: State of Incorporation; Type�neF�f Busine ss )Professional, Service, Limited Liability): Name (typed or printed): ` 5{ r i Title: �! C', 1 Y- e d Attest l� /k r, kv , r!'� r � (CORPORATE SEAL) (Signature of Corporate Secretary) Business Street Address No P.O. Box #'s): y f JV Y 8 `5 - 7 7 '� fi. �- ter, ?�! . �. Phone No.. �7 �� � `,� Fax No.: Or.. I u - ro {i ? frr, FORD A Joint Venture Joint Venture Name: By: Name (typed or printed): Title: Business address: SEAL) (Signature of joint venture partner) Phone No.: Fax No.: Joint Venturer Name: By: (Signature) Name (typed or printed): Title: Business Street Address (No P.O. Box #'s): Phone No.: _ Fax No.: Phone and Fax Number, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT NON -COLLUSION AFFIDAVIT The following Non -Collusion Affidavit shall be eXecuted by the bidder: State Project No, .Federal Project No. State of Ylinnesota } ) ss Cotinty of 1_�2a0 to a - d +'l t do state underpenalty of (name ofperson ,igmilm tttis eflldilvit) perjury under 28 U.S-C. 1746 of the laws of the United States: (1) that l ani the authorized representative of�'iY�'--^��� (name of person, parmership or r(iiporatiou srrbrnittin, phis proposal) and that l have the authority to make this affidavit for and on behalf'of said bidder; (2) that, in connection with this proposal, the said bidder has not either directly or I ndirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding; (3) that, to the best of my knowledge and belief, the contents of this proposal have not been communicated by the bidder or by any of his:"her employees or agents to any person who is not an employee or agent of the bidder or of the surety on any bond furnished with the proposal and will not be communicated to any person who is not an employee or agent of the bidder or of said surety prior to the oflicial openin_­ of the proposal, and (4) that I have Fully informed myself regarding the accuracy of the statements made in this affidavit. Signe thidder OF luS autIN'I i/LULI rel,re,entati� c} ONS ControiNo_ 2090-0030 Approved: 05/01/2008 Environmental Approval Ex *eix 01/31/2011 . Protection Agency —.. Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form EPA Form 6100-4 BID/PROPOSAL NO. PROJECT NAME` "�P?'YSl�1i Yr•i COMPANY NAME, ADDRESS,PHONE N�%AME OF PRIME BIDD OPOSER E-MAILADDRESS / ESTIMATE CURRENTLY ADDRESS/ /1/' �c �zJtf �'-1! PERFORMED TELEPHONE NO.7�. ' d f1 FAX NO. �; ; [ � W !/ 7 The following subcontractarsi wB.l be used an this project: COMPANY NAME, ADDRESS,PHONE TYPE OF WORK TO BE ESTIMATE CURRENTLY NUMBER, AND E-MAIL ADDRESS PERFORMED D DOLLAR CERTIFIED AMOUNT AS AN MBE OR WISE? LU'LCcS11��'3°�'� �i�1;�: `�'iiC�-i�� _��, � �?�( ?�''�,r„ j)",1 r.�9.f '" =-Y�C �i�•� R � " (IC tc vih-c ]11-70-0114 ri ' '$`Y',.' r'bstA �x Shm kf gir i I cert4 under penalty ofpegmy that the forgoing statements are true and correct In the event of a replacement of a subcontractor, I Will adhere to the replacerneaitreq■ irm ants set forth in 40 CFR Part 33 Sectio # 3,3l302(cl -Signature of Prime Contractor Date S'A"� L` f /' l_� , t r1'71,,'I ` Print Name _1 Titin 'Subcontractor is defined as a company, firm, joint venture. or individual who enters into an agreernent with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-4 (DBE Subcontractor Utilization Form) Mar.15.2013 09:12 AM SHAW TRUCKING, INC. 7634343100 raHAVLliL?R Ageniv '•IH C-1 I ?ItJU-lk)3U r4L,. i ... ..I [Nsadvantaged Uxisineas 'f?ntexprise Program ['1!J` 1Ji 1Jl(T.tk'iUr ['lkl41J11JJ•10a 'D rill EI'A Fr+rni 6100,1 ,NAME OF SUBC'ONTRACTORx PROJECT NAME ADDRESS BID/FROPOSAL NO. TELEPHONE NO. E -MAI . DRF7S vS G" r�.A,R]. ?RrmE CONTRACTOR NAME �""�� I NMI -mm L! � �174i.� ..' W� � � 6�/titl k4 ..�. .✓ ._�.. �. M. ..� . CC1rVTRACr Mi GEWORK OR DESC RIFFION OV 5FXV MfiS BI1)TO PRICE OF WORK tiLJONUI TED TO Ii MhlO, PR1,ME PIFINIFCONTRACTOR C u ra pt' ily cd?h? Y' No 5ig'ha1•titr'cif Prin1v Conho till• D$ly r mgnacurs�<a'aul�rcll�tt°��tlnr Drrlcy nName Tide tiidkor4netor w l:hitraa(( .ra A 4:rampin ,, (it -lo, IN;Iti vttl'ra+&rr., ar 111dIYL4111:I1 wiva irltn,rn <<t,nv:iatun'I• wJlh a LmY(Ailt+i• Ill prn.•Gk I.ryursu.ual In an FPA .aMud of iimirtrur1 aativtzov, 'ilTA FORM GIEIG.:t Nrrrormon +.• Form) PAGE. 2/ 2 (-)MB Control No: 2090-0030 Approved: 05/01/2008 Allprowl E%pires; 01/31/2011 Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form EPA Form 6100-3 NAME OF SUBCONTRACTOR, PROJECT NAME C llel ADDRESS BID/PROPOSAL NO. s4 TELEPHONE NO. E-MAIL ADDRESS -7 *4 ,-47 '--/' -3k PRIME CONTRACTOR NAME CONTRACT ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRICE OF WORK ITEM NO. PRIME SUBMITTED TO PRIME CONTRACTOR Currently certified as an VIBE or WBE under EPA's QBE Program? \-Yes No Signature Of Prime Contractor Date Print Naine Ti tlp-SA-,� Signature of SubcorlLractor Date q --T-i n-7 Lr, Print NarlirTitle ,A u- � --, V, - Subcontractor is defined as a company, tirin, joint writUfR, OY illifiVidt1,11 who enters into an flqqrvenwnt with it '"011IM(LOr to provide 54OCe6 pursuant to an EPA award of financ ial assistance. El'A FORM 6100-3 (DIM Sullconli-aclor Nt-formance Forru) dd/ly/Zrild 19b: 42 yJ024bybbt$J SArETY SiWS PAGE 01/01 f' I'- ��jG� Frotectfon Agency OW Control Nu, 2090-0030 Approved: 05/01/2008 Apprfmii E)Thw: 01/31/20U Disadvantaged Businem Entezp ise Frogram DBE Subcontmct.or Fetfaima,nee Farm FPA Farm 6100-3 NAME OF 5UBCONTRACI'pRi rROJECT NAMES ADDRESS 4 XrqViC B1D/FROPOSAL NO. 19-78q 4o TELEPIXONE NO. &UML ADDMS ra PREKE CONTRACTOR NIE NI CONTRACT IFEM OF WORK ()R DEBCRiMOIN OF SERVICES BiD TO rl'Z 4INO. FRUdM PRXCE OF i ORO SUBMTrM To PRIME CONTRACTOR Currently certf$ed as az M15E or WEE u d A's DBE No Sigraetztie of f'rie Con ate P t Name e �,,. . Signab f Subcontractoz Date Name Title 5crbcontrnc6os is dc£xnod as a caatpany, joint vsnt�ue, or moUvid%W who enters Ugu an agreeiT t Kjth a cmb=jor to ,provide services Pumm? �o arx M award at iaxaa. asais mnce. F -PA FORM 6100-3 (OBE Snhcaot wto r r%Tonn�nce Foam) i Leone Valerie From: Steven Sondrall [SAS @JSPAttorneys.com] Sent: Thursday, April 25, 2013 2:33 PM To: Johnson Guy Cc: Leone Valerie; Long, Chris; McDonald Kirk Subject: FW: SR Weidema Revised Cert. of insurance Attachments: BAM_8519920_40401.pdf Guy and Val Attached is the new certificate of insurance I received from the insurance agent for SR Weidema. With respect to the Hennepin County Cooperative Agreement for the bike path, it now includes Hennepin County as a named insured. However, Weidema does not have any Professional Liability Insurance as required by section III4. on page 3 of the Agreement. We will need to request the County to remove this section of the Cooperative Agreement. I see no need to require this insurance as it would relate mostly to an architect or engineer responsible for the design or supervision of the project. Since Weidema did not design the bike path, it does not seem reasonable that Weidema would be required to provide this insurance. I will assume Stantec has this insurance and the City would be covered under Stantec's Professional Liability coverage as the supervising engineer for the City. However, Weidema will be required to amend its contract with the City to indemnify and hold harmless the County for the work Weidema performs on the bike path (see section III on page 2). As we discussed, with respect to the Cooperative Agreement, the City will receive it funds from the County within 45 days upon completion of the bike path (project) and a submission of an invoice to the County. This payment will be subject to the approval of the County engineer. Of course, the County is also requiring from the City an indemnification and hold harmless clause for the work as well. Otherwise, this is a pretty standard cooperative agreement we have entered into with the County in the past. Regarding Weidema's requested Escrow Retainage Agreement, Minn. Stat. section 15.73 requires the City to agree to this agreement. Basically, if Weidema replaces the retainage with securities purchased from TCF and held in the escrow account for the benefit of the City, we have to pay Weidema the retainage. However, we don't have to pay until we satisfy ourselves the securities have been purchased and are being held in the account. This will take some administration work on the part of the City to verify with TCF it has the securities Weidema claims to have purchased, but I don't think we can refuse to enter into the agreement. Please contact me if you have any other questions regarding the terms of this agreement or how it will be administered. In 30 years of looking at these contracts, this is the first time I have been confronted with such an agreement relating to retainage. I think we need to monitor this account closely before we pay Weidema its retainage. Steve Steven A. Sondrall, Esq. Jensen Sondrall & Persellin, P.A. 8525 Edinbrook Crossing, Suite 201 Brooklyn Park, MN 55443 Direct (763)201-0211 Firm: (763)424-8811 Fax; (763)493-5193 WARNING: Actual receipt of E -Mail communications should not be assumed. E -Mail communications may be intercepted or inadvertently misdirected. The American Bar Association deems E -Mails a valid authorized form of communication between lawyer and client, however security of this E -Mail message and attachments (if any)cannot be assured. Unless ,the text indicates otherwise, this E -Mail message and attachments (if any) shall not be deemed legal advice, nor does it create an attorney/client relationship. If the reader of this message is not the intended recipient or authorized to deliver it to the intended recipient, dissemination, distribution or copy of this communication is prohibited. If you received this communication in error, please immediately notify sender via E -Mail reply. From: Barb Meyers, CPCU, CRIS [mailto:bme ers csdz.com] Sent: Thursday, April 25, 2013 11:12 AM To: Steven Sondrall Subject: SR Weidema Revised Cert Barb Meyers, CPCU, CRIS I Sr. Commerciai Account Representative 150 S 5th St, Ste 2800 Minneapolis, MN 55402 0: 612.349.2408 1 F: 612.349.2490 Email: bmeyers(acsdz.com I Web: www.csdz.com ===== Privacy Statement ===== NOTICE - CONFIDENTIAL INFORMATION: The information in this communication is strictly confidential. It is intended solely for the use of the individual or entity named above. If the reader of this message is not the intended recipient, or the employee or agent responsible to deliver it to the intended recipient, any dissemination, distribution, copying or other use of the information contained in this communication is strictly prohibited. If you have received this communication in error, please first notify the sender immediately and then delete this communication from all data storage devices and destroy all hard copies. PLEASE NOTE: Coverage can not be bound or altered without written confirmation from agency personnel. Client#: 1753 WEIDINCI ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDONYYY) TYPE OF INSURANCE 4/25/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: MN -COMMERCIAL LINES PHONE 612 349-2400 612 349 2490 Ext AIC No: COBB STRECKER DUNPHY & ZIMMERMANN E-MAIL 150 S FIFTH ST STE 2800 ADDRESS: PERSONAL &ADV INJURY $1,000,000 MINNEAPOLIS, MN 55402 INSURER(S) AFFORDING COVERAGE NAIC# INSURER A:AMERISURE INSURANCE COMPANY $ INSURED INSURERS: AMERISURE MUTUAL INSURANCE COMP SR wE[DEMA INC 17600 113TH AVE N INSURER C: 4/01/2013 MAPLE GROVE, MN 55369 INSURER D: BODILY INJURY {Par person) $ BODILY INJURY Per accident $ ( ) INSURER E: INSURER F: B __DED COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD IND:CAT ED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PER -AIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRR TYPE OF INSURANCE ADDL !NSR SUBR WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MM DDNYM LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR X CONTRACTUAL LIAB PER X POLICY FORM AND XCU CPP2086661 4/01/2013 04/01/2014 EACH OCCURRENCE $1,000,000 Mp �ENTED EMI FEST Eeoccurrence $500'000 MED EXP (Any one person) $10,000 PERSONAL &ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'LAGGREGATE LIMIT APPL'ESPER: POLICY 7X PRO- X LOC JECT PROD UCTS-COMPIOPAGG $2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS Ix AUTOS CA2086660 4/01/2013 04/01/201 Ea acdden SINGLE LIMIT 1,000,000 BODILY INJURY {Par person) $ BODILY INJURY Per accident $ ( ) PROPERTY DAMAGE $ Per accident $ B __DED X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CU2086662 4/01/2013 0410112014 EACH OCCURRENCE $510001000 AGGREGATE $5,000,000 I X RETENTION$O $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITYTORY ANY PROPRIETORIPARTNERIEXECUTIVE YIN N OFFICERIMEMBER EXCLUDED? � (Mandatory In NH) If ye5, describe under DESCRIPTION OF OPERATIONS below N I A WC2086663 STOP GAP LIABILITY ONLY IN THE STATE OF ND 4/01/2013 041011201 X WC STATU- OTH- I IMITS ER E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA EMPLOYEE $500000 E.L. DISEASE- POLICY LMIT 15500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) 2013 INFRASTRUCTURE IMPROVEMENTS PROJECT; CITY PROJECT NO 906 (See Attached Descriptions) CITY OF NEW HOPE 4401 XYLON AVE N NEW HOPE, MN 55428 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE TIC1N. All rinhf t raca"arl ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S5222251M510678 BAM r. DESCRIPTIONS (Continued from Page 1) ADDITIONAL INSURED ONLY IF REQUIRED BY WRITTEN CONTRACT WITH RESPECT TO GENERAL LIABILITY, AUTOMOBILE LIABILITY AND UMBRELLA LIABILITY APPLIES ON A PRIMARY BASIS AND THE INSURANCE OF THE ADDITIONAL INSURED SHALL BE NON-CONTRIBUTORY: CITY OF NEW HOPE (OWNER) STANTEC CONSULTING SERVICES INC (AIE) HENNEPIN COUNTY The following supersedes the cancellation wording: Should any of the above described policies be cancelled or materially changed before the expiration date, 30 Days written notice (10 Days for Non -Payment) will be delivered to the certificate holder. ,AUI I I A [3.S (ZU1U100) 1 01 ;2 #S5222251M510678 r Originating Department Public Works Johnson, Director COUNCIL Request for Action Approved for Agenda May 13, 2013 Kirk McDonald, Agenda Section Consent Item No. 6.9 Resolution approving a construction cooperative agreement between the city of New Hope and County of Hennepin for the construction of bicycle lanes along Boone Avenue North, between County State Aid Highway 10 (Bass Lake Road) and 49th Avenue North (2013 street and infrastructure improvement project No. 906) REQUESTED ACTION Staff is recommending that the Council pass a resolution approving a cooperative agreement that sets forth the cost/share distribution for the construction of bicycle lanes along Boone Avenue North. BACKGROUND Staff recommended that the city install dedicated bicycle lanes along Boone Avenue North, between 49th Avenue North and Bass Lake Road, in conjunction with the city's proposed 2013 street infrastructure project. This section of Boone Avenue is currently classified as an on -road shared parking/bike lane as is most of Boone Avenue through New Hope. Unlike the rest of Boone Avenue through New Hope, this section of Boone Avenue is in the city's industrial area and adjacent to high density housing with increased traffic. The construction of dedicated bicycle lanes along this section of Boone Avenue would substantially improve pedestrian and bicyclist safety. Oiyi November 13, 2012, Council approved a resolution authorizing submittal of an application for a Hennepin County grant through the 2013 bikeway development participation program; and committing to the long term maintenance of Boone Avenue bicycle lanes. The county's 2013 bikeway development participation program provides grants of up to 50%, to a maximum of $13,5P0, based on estimated construction costs of $27,000. After submittal of the application, staff received notice that Hennepin County staff recommended the project receive a Hennepin County grant for installation of on -street bicycle lanes along Boone Avenue. MOTION SECOND BY BY TO: 17,W A Al .� ��✓ '�i 12 1 12=6 2013 Street Infrastructure County Cannerative AnraPmont Request for Action May 13, 2013 Page 2 Prior to awarding the 2013 Street Infrastructure construction contract, staff received notice that the city had been approved for a $13,500 Hennepin County grant for installation of on -street bicycle lanes along Boone Avenue. The attached agreement has been reviewed by the city attorney and sets forth the obligations of the city of New Hope in undertaking the bicycle lanes project. The agreement establishes that the city of New Hope is the lead agency and is responsible for bidding the project, managing the construction, and maintaining the bicycle lanes. FUNDING The engineer's estimated cost for the bicycle lanes is $27,000. The breakdown of estimated revenue sources for the bicycle lanes is: Street infrastructure fund $13,500 • Hennepin County Grant $13,500 Total estimated revenue for contract $27,000 Final city cost and Hennepin County's grant portion will be determined by the actual cost of the bicycle lanes' construction. ATTACHMENTS Copies of the agreement, resolution, and a map are attached. City of New Hope Resolution No. 13 % 81 Resolution approving a construction cooperative agreement between the city of New Hope and County of Hennepin for the construction of bicycle lanes along Boone Avenue North, between County State Aid Highway 10 (Bass Lake Road) and 49th Avenue North (2013 street and infrastructure improvement project No. 906) WHEREAS, the city of New Hope's capital improvement program includes a street infrastructure improvement project along Boone Avenue North, between 49th Avenue North and Hennepin County Road No. 10 in 2013; and, WHEREAS, the city of New Hope's 1995 transportation plan, 2030 comprehensive plan, and 2011 complete street policy all include bicycle lanes along this section of Boone Avenue North; and, WHEREAS, bicycle lanes are designated along this section of Boone Avenue North in Hennepin County's bicycle transportation system plan and is adjacent to Hennepin County Road No. 10; and, WHEREAS, the city's engineering firm, Stantec, has prepared plans and specifications for the project to be completed; and, WHEREAS, the city of New Hope has applied for and received a Hennepin County grant through the 2013 bikeway development participation program; and, WHEREAS, a construction cooperative agreement between the city of New Hope and the County of Hennepin has been prepared, setting forth the scope of work, terms, and conditions for sharing project costs; and, WHEREAS, the agreement sets forth the obligations of the city of New Hope in undertaking the bicycle lanes project and establishes that the city of New Hope is the lead agency and is responsible for bidding the project, managing the construction, and maintaining the bicycle lanes. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota: 1. That the above recitals are incorporated herein by reference. 2. That the city hereby commits to the maintenance activities necessary to perpetuate the trail in a safe, usable and aesthetically acceptable condition. 3. That the construction cooperative agreement between the city of New Hope and the County of Hennepin for construction of the Boone Avenue North bicycle lanes is approved. 4. The mayor and city manager (the "Officers") are authorized and directed to sign the same on behalf of the city. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 13th day of May, 2013. J. Mayor Attest: City Clerk Hennepin County Public Works nTransportation Department Public Works Facility 1600 Prairie Drive Medina, MN 55340-5421 May 2, 2013 Mr. Guy Johnson Director of Public Works City of New Hope 4401 Xylan Avenue N. New Hope, MN 55428 AGREEMENT NO. PW 44-39-12 CP 1224 Dear Mr. Johnson, Phone: 612-596-0300 Web: www.co.hennepin.mn.us Submitted for approval are two copies of the above referenced agreement. If the agreement is satisfactory, please have both copies signed by the appropriate officials and return them to this office. Also, please return two certified copies of a resolution authorizing these officials to sign the agreement. Upon completion of the remaining signatures by Hennepin County officials, we will send you one fully executed copy for your files. If you have any questions concerning the agreement, please call me at (612) 596-0380. Please call me to arrange for pick up by Hennepin County. Sincerely, Wayne Loos Senior Administrative Assistant - Design encl May 16, 2013 Mr. Wayne Loos Hennepin County Public Works Transportation Department 1600 Prairie Drive Medina, MN 55340-5421 Subject: Agreement No. PW 44-39-12 (County Project 1224); City project 906 Dear Mr. Loos: Enclosed are two copies of the fore -mentioned agreement that have been executed by New Hope officials. Also enclosed are certified resolutions. Please obtain signatures of Hennepin County officials and return a fully executed copy to my attention. Thank you. Sincerely, Valerie Leone, CMC City Clerk Enc. cc: Guy Johnson, director of public works CITY OF NEw HOPE 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 + www. ci.new-hope.mn.us City Hall: 763-531-5100 * Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 * TDD: 763-531-5109 City Hall Fax: 763-531-5136 * Police Fax: 763-531-5174 * Public Works Fax: 763-592-6776 Hennepin County Public Works Transportation Department Public Works Facility 1600 Prairie Drive Medina, MN 55340-5421 November 7, 2013 Mr. Bob Paschke City of New Hope 5500 International Parkway New Hope, MN 55428 County Project No. 1224 Cooperative Agreement No. PW 44-39-12 Dear Mr. Paschke; Phone: 612-596-0300 Web: www.co.hennepin.mmus Submitted for your files is a fully executed copy of the above referenced agreement. Sincerely, WreL67os Senior Administrative Assistant — Design W L/sew encl An Equal Opportunity Enrolover Agreement No. PW 44-39-12 County Project No. 1224 City of New Hope County of Hennepin CONSTRUCTION COOPERATIVE AGREEMENT THIS AGREE'VIENT, Made and entered into this day of 2013, by and between the County of Hennepin, a body politic and corporate under the law of the State of Minnesota, hereinafter referred to as the "County", and the City of New Hope, a body politic and corporate under the laws of the State of Minnesota, hereinafter referred to as the "City". WITNESSETH: WHEREAS, the City has requested County participation in the costs to construct bicycle lanes on Boone Avenue North between 49 Avenue North and CSAR 10 (Bass Lake Road), as shown on the City Engineer's plans for City Project No. 10� (County Project No. 1224), and hereinafter referred to as the "Project"; and WHEREAS, the City or its agents will prepare preliminary and final plans and specifications for the construction of the Project, and will be responsible for the construction administration of the Project; and WHEREAS, the City has prepared an estimate for the construction work for the Project in the amount of Twenty Seven Thousand Dollars and No Cents ($27,000.00); and WHEREAS, the Project is eligible for cost participation under Hennepin County'.s bikeway cost participation policy; and WHEREAS, said work has been carried out by the parties hereto under the provisions of Minnesota Statutes, Section 162.17, Subdivision 1 and Section 471.59. NOW THEREFORE, IT IS HEREBY AGREED: The City or its agents shall prepare the preliminary and final plans for the Project, shall obtain approval of said final plans from the County, and will coordinate all necessary public informational meetings. Plans and specifications prepared by the City or its agents, and approved by the County and City, shall be designed according to County and Minnesota Department of Transportation (MnDOT) -1• Agreement No. PW 44-39-12 C.P. 1224 construction standards and practices, and shall be consistent with the MnDOT "Bicycle Transportation Planning g and Design Guidelines". Two (2) sets of approved plans shall be provided at no cost to the County prior to the start of any construction. II The City shall administer construction of the Project and perform all required engineering, inspection and testing. The City shall apply for a permit from the County for work within the County's right of way. Said permit will be granted to the City at no cost to the City. The City shall also obtain, and comply with, any and all permits and approvals required from other governmental or regulatory agencies to accomplish the Project. Said permits and approvals shall be obtained prior to the start of any construction and made available to the County upon request. The County Engineer or staff shall have the right, as the work progresses, to enter upon the job site to make any inspections deemed necessary, but shall have no responsibility for the supervision of the work. The County agrees that the City may make changes in the plans or in the character of said construction which are reasonably necessary to cause said construction to be in all things performed and completed in a satisfactory manner consistent with the plans approved by the County and City. The County Engineer or designated representatives shall have the opportunity to review any proposed changes to the plans prior to the work being performed. III The City also agrees that any contract let by the City or its agents for the performance of the work included in the Project as provided herein shall include clauses that will: 1) Require the Contractor to defend, indemnify, and hold the County and its officials, officers, agents and employees harmless from any liability, causes of action, judgments, damages, losses, costs or expenses including, without limitation, reasonable attorneys' fees, arising out of or by reason of the acts and/or omissions of the said Contractor, its officers, employees, agents or subcontractors; 2) Require the Contractor to be an independent contractor for the purposes of completing the work provided for in this Agreement; and 3) Require the Contractor to provide and maintain insurance in accordance with the following: 1. Commercial General Liability on an occurrence basis with Contractual Liability and Explosion, Collapse and Underground Property Damage (XCU) Liability coverages: Limits General Aggregate $2,000,000 Products—Completed Operations Aggregate $2,000,000 -2- Personal and Advertising Injury Each Occurrence — Combined Bodily Injury and Property Damage Agreement No. PW 44-39-12 C.P. 1224 $1,500,000 $1,500,000 Hennepin County shall be named as an additional insured for the Commercial General Liability coverage with respect to operations covered under this Agreement. 2. Automobile Liability: Combined Single limit each occurrence coverage or the equivalent covering owned, non -owned, and hired automobiles: $1,000,000 3. Workers' Compensation and Employer's Liability: A. Workers' Compensation Statutory If the Contractor is based outside the State of Minnesota, coverages must apply to Minnesota laws. B. Employer's Liability — Bodily injury by: Accident — Each Accident $500,000 Disease — Policy Limit $500,000 Disease — Each Employee $500,000 4. Professional Liability — Per Claim $1,500,000 Aggregate $2,000,000 An umbrella or excess policy over primary liability coverages is an acceptable method to provide the required insurance limits. The above subparagraphs establish minimum insurance requirements. It is the sole responsibility of the City's Contractor to determine the need for and to procure additional insurance which may be needed in connection with said Prc j ect. All insurance policies shall be open to inspection by the County and copies of policies shall be submitted to the County upon written request. IV The County will participate in the costs to construct the Project. The County's cost participation share in the construction costs shall be fifty (50) percent. -3- Agreement No. PW 44-39-12 C.P. 1224 The City understands and agrees that the County's total cost participation for the Project shall not exceed Thirteen Thousand Five Hundred Dollars and No Cents ($13,500.00) without an amendment to this Agreement. Upon completion of the Project the City shall notify the County and submit an invoice for one hundred percent (100%) of the County's share of the costs for the Project. Upon approval of the completed Project by the County Engineer or designated representative, the County shall reimburse the City for its share of the costs for the Project. The County will within forty five (45) days of said invoice, deposit with the City funds totaling the amount of said invoice. V It is understood and agreed by the parties hereto that upon completion of the Project, all improvements included in the Project shall become the property of the City and all maintenance, restoration, repair or replacement required thereafter shall be performed by the City at no expense to the County. The City agrees to defend, indemnify and hold harmless the County, its oiticals, officers, agents, volunteers .and employees, from any liabilities, claims, causes of action, judgments, damages, losses, costs or expenses, including, reasonable attorneys' fees, resulting directly or indirectly from any act or omission of the City, its contractors, anyone directly or indirectly employed by them, and/or anyone for whose acts and/or omissions they may be liable for related to the ownership, maintenance, existence, restoration, repair or replacement of the afore defined City owned improvements constructed as part of the Project. Each party agrees that it will be responsible for its own acts and the results thereot, to the extent authorized by the law, and shall not be responsible for the acts of the other party and the results thereof. The County's and the City's liability are governed by the provisions of Minnesota Statutes, Chapter 466. The County and the City each warrant that they are able to comply with the aforementioned indemnity requirements through an insurance or self-insurance program. VII All records kept by the City and the County with respect to the Project shall be subject to examination by the representatives of each party hereto. -4- Agreement No. PW 44-39-12 C.P. 1224 k,•/ 111 It is further agreed that any and all employees of the City and all other persons engaged by the City in the performance of any work or services required or provided for herein to be performed by the City shall not be considered employees of the County, and that any and all claims that may or might arise under the Worker's Compensation Act or the Minnesota Economic Security Law on behalf of said employees while so engaged and any and all claims made by any third parties as a consequence of any act or omission on the part of said employees while so engaged on any of the work or services provided to be rendered herein shall in no way be the obligation or responsibility of the County. Also, any and all employees of the County and all other persons engaged by the County in the performance of any work or services required or provided for herein to be performed by the County shall not be considered employees of the City, and that any and all claims that may or might arise under the Worker's Compensation Act or the Minnesota Economic Security Law on behalf of said employees while so engaged and any and all claims made by any third parties as a consequence of any act or omission on the part of said employees while so engaged on any of the work or services provided to be rendered herein shall in no way be the obligation or responsibility of the City. 0 In order'to coordinate the services of the City with the activities of the County so as to accomplish the purpose of this Agreement, the County Engineer or designated representative shall manage this Agreement on behalf of the County and shall serve as liaison between the County and the City. In order to coordinate the services of the County with the activities of the City so as to accomplish the purpose of this Agreement, the City Engineer or designated representative shall manage this Agreement on behalf of the City and shall serve as liaison between the City and the County. X It is understood and agreed that the entire Agreement between the parties is contained herein and that this Agreement supersedes all oral agreements and negotiations between the parties relating to the subject matter hereof. All items referred to in this Agreement are incorporated or attached and are deemed to be part of this Agreement. Any alterations, variations, modifications or waivers of provisions of this Agreement shall only be valid when they have been reduced to writing as an amendment to this Agreement signed by the parties hereto. I&V Agreement No. PW 44-39-12 C.P. 1224 0 The provisions of Minnesota Statutes 181.59 and of any applicable local ordinance relating to civil rights and discrimination and the Affirmative Action Policy statement of Hennepin County shall be considered a part of this Agreement as though fully set forth herein. 11 I The whereas clauses are incorporated herein and are hereby made a part of this Agreement. (this page left` intentionally blank) IM Agreement No. PW 44-39-12 C.P. 1224 IN TESTIMONY WHEREOF, the parties hereto have caused this Agreement to be executed by their respective duly authorized officers as of the day and year first above written. (Seal) ATTEST: By: ep lerk//of the County Board dDate: /p " `/" / 4 APPROVED AS TO FORM: CITY OF NEW HOPE By: Mayor Date: / /3 And: Manager _ Date: COUNTY OF HENNEPIN By: �W"- bVWtA) Assist6itkounty Attorney Date: APPROVED AS TO EXECUTION: By:N4�-±fc- 6?)L4�— As'ms&t County Attorney Date: loIr�1[S. Administrator, Public Works Date: ql--I- l' `2- 0I-3 RECOMMENDED FOR APPROVAL I: Director, Transportation Department and County Engineer Date: / l - 7 - _N ��� STATE OF MINNESOTA) COUNTY OF HENNEPIN) ss CITY OF NEW HOPE ) 1. I, the undersigned, being the duly qualified City Clerk of the City of New Hope, Minnesota, hereby attest and certify that: 2. As such officer, I have the legal custody of the original record from which the attached resolution was transcribed. 3. I have carefully compared the attached resolution with the original record of the meeting at which the resolution was acted upon. I find the attached resolution to be a true, correct and complete copy of the original: RESOLUTION NO. 2013-81 Resolution approving a construction cooperative agreement between the city of New Hope and County of Hennepin for the construction of bicycle lanes along Boone Avenue North, between County State Aid Highway 10 (Bass Lake Road) and 49th Avenue North (2013 street and infrastructure improvement project no. 906) 4. I further certify that the affirmative vote on said resolution was 5 ayes, 0 nayes, and 0 absent/abstention. 5. Said meeting was duly held, pursuant to call and notice thereof, as required by law, and a quorum was present. WITNESS my hand officially as such Clerk and the seal of said City, this 16th day of May, 2013. t — Lda Valerie Leone, City Clerk (Seal) CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 + Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 + TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 City of New Hope Resolution No. 13 - 81 Resolution approving a construction cooperative agreement between the city of New Hope and County of Hennepin for the construction of bicycle lanes along Boone Avenue North, between County State Aid Highway 10 (Bass Lake Road) and 49th Avenue North (2013 street and infrastructure improvement project No. 906) WHEREAS, the city of New Hope's capital improvement program includes a street infrastructure improvement project along Boone Avenue North, between 49th Avenue North and Hennepin County Road No. 10 in 2013; and, WHEREAS, the city of New Hope's 1995 transportation plan, 2030 comprehensive plan, and 2011 complete street policy all include bicycle lanes along this section of Boone Avenue North; and, WHEREAS, bicycle lanes are designated along this section of Boone Avenue North in Hennepin County's bicycle transportation system plan and is adjacent to Hennepin County Road No. 10; and, WHEREAS, the city's engineering firm, Stantec, has prepared plans and specifications for the project to be completed; and, WHEREAS, the city of New Hope has applied for and received a Hennepin County grant through the 2013 bikeway development participation program; and, WHEREAS, a construction cooperative agreement between the city of New Hope and the County of Hennepin has been prepared, setting forth the scope of work, terms, and conditions for sharing project costs; and, WHEREAS, the agreement sets forth the obligations of the city of New Hope in undertaking the bicycle lanes project and establishes that the city of New Hope is the lead agency and is responsible for bidding the project, managing the construction, and maintaining the bicycle lanes. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Minnesota: 1. That the above recitals are incorporated herein by reference. 2. That the city hereby commits to the maintenance activities necessary to perpetuate the trail in a safe, usable and aesthetically acceptable condition. 3. That the construction cooperative agreement between the city of New Hope and the County of Hennepin for construction of the Boone Avenue North bicycle lanes is approved. 4. The mayor and city manager (the "Officers") are authorized and directed to sign the same on behalf of the city. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 13th day of May, 2013. Attest: ;C'4'a. City Clerk Mayor From: McDonald Kirk Sent: Wednesday, July 10, 2013 9:52 AM To: Leone Valerie; Jeanne Day (Jeanne.day@aemfinancialsolutions.com) Subject: FW: Request for Notice of Contract Award, PFA On-site Monitoring Forms Attachments: New Hope DW 2 Labor Standards Notice of Contract Award.docx; New Hope On -Site Monitoring Forms.xis Passing on FYI From: Sabie, Becky (DEED) Lmailto.rebecca.sabie@state.mn.us] Sent: Wednesday, July 10, 2013 9:22 AM To: Johnson Guy; McDonald Kirk; Petersen, Jason (Jason. Petersen@st:antec.com) Subject: Request for Notice of Contract Award, PFA On-site Monitoring Forms Good morning, I know the City has not yet requested disbursement for the current Drinking Water Revolving Fund (DWRF) loan, but I expect that the project is underway. Attached is a copy of a "Notice of Contract Award Form" please complete this form and return it to me. Also attached is a copy of the PFA monitoring forms, I will conduct an on-site monitoring to review federal labor standards requirements (seethe tab "Federal Labor Standards -CW -DW for the form) at a date to be determined later. I expect the timing of the on-site monitoring will be later in August, unless the contractor has not done any work on the PFA -funded portion of the project. I'll coordinate with the City so that we can find a time/date that works for all parties. Prior to the on-site monitoring, I will request the City/Stantec provide me with a sampling of payrolls from the prime contractor and a couple of subcontractors to review. In February 2012 1 reviewed the general/accounting/recordkeeping items with the City for the first drinking water project and do not pian to review these items on-site, although I will want to discuss general project items, such as whether the project is on schedule. If you have any questions or concerns, please let me know. I'm out of the office this afternoon and for the rest of the week, but will be in all next week. Becky Becky Sabie I Program Coordinator Minnesota Public Facilities Authority 1st National Bank Building, 332 Minnesota Street, Suite W820 Saint Paul, MN 55101-1378 Direct: 651-259-7470 Fax: 651-296-8833 TTY: 651-296-3900 rebecca.sabieCla state.mn.us www.PositivelyMinnesota.com/pfa Labor Standards Notice of Contract Award Minnesota Public Facilities Authority Borrowers please fill out one form for each contract awarded and provide to your PFA loan officer. This information is required for compliance of Federal Davis Bacon prevailing wages on PFA -funded projects. Both federal Davis Bacon prevailing wages and State of Minnesota prevailing wages (Minnesota Statute, sections 177.41-177.43) apply to this project. Payment of the wage, overtime and fringe benefits that are most beneficial to the employees are required. Maintain a copy of the Excluded Parties List System (EPLS) debarment check printout on file for each prime contractor. PFA Project Number: MPFA-13-0013-R-FY13 (New Hope DW #2) PFA Borrower Name: New Hope County: Hennepin Project Description: Advertising date: Contract award date: Est. construction completion Contract amount: Contractor name: Contractor address: Bid opening date: Construction start date: Contractor Debarment Check Date/Results: (Check before contract award. Print debarment check and retain in labor standards file) FEDERAL Wage decision number(s) & modification number used in contract: Effective date of wage decision used in contract: (For contracts competitively bid, an exception provides that the wage determination updates (modifications) issued less than 10 days before the bid opening shall be effective unless there is not a reasonable time still available to notify bidders of the modification, and a report of the finding to that effect is inserted into the contract file. if contracts are awarded 90 days or more after bid opening, the modification issued closest to the award date must be used.) STATE Wage decision number(s) used in contract: Effective date of wage decision used in contract: (The bid advertising date establishes which Minnesota State Prevailing Wage Certification applies to the project. The Minnesota State Prevailing Wages include increases to certain classifications that are to be paid to employees working on the project once the effective date of the increase has occurred). I certify the correct wage decision is being applied to the above noted project and that the contractor and subcontractors are not debarred or suspended from participating on federal contracts, verified by http://epls.arnet.gov/ Date: Signature: Name: Title: Organization: July 28, 2014 Mr. Scott Rudie REPW Investment Company, LLC 9100 49th Avenue North New Hope, MIN 55428 Subject: Agreement to Maintain Stormwater Drainage System (Project 906) Enclosed is a fully executed contract with your company related to the construction and maintenance of a rain garden at 9100 49th Avenue North. The city will ensure the agreement is properly recorded. Questions relating to the project itself should be directed to Chris Long at Stantec (651-604- 4808). Thank you for helping the environment! Sincerely, Valerie Leone, CMC City Clerk Enc. cc: Chris Long, city engineer Bob Paschke, director of public works Steve Sondrall, city attorney CITY OF VIEW MOPE 4401 Xylon Avenue North + New Hope, Minnesota 55428.4898 + www. ci.new-hope.n-n.us City Hall: 763-531-5100 + Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 + TDD: 763-531-5109 City Hall Fax: 763-531-5136 + Police Fax: 763-531-5174 + Public Works Fax: 763-592-6776 AGREEMENT TO MAINTAIN STORMWATER DRAINAGE SYSTEM THIS AGREEMENT is made and entered into as of the _ e � day of July, 2014, by and between REPW INVESTMENT COMPANY, LLC, a Minnesota limited liability company ("Owner"), and the City of New Hope, a Minnesota municipal corporation ("City"). WITNESSETH: WHEREAS, Owner owns certain real property located in the City of New Hope, County of Hennepin, State of Minnesota, 9100 49th Avenue North, legally described as: Lot 2, Block 1, BRANDELL INDUSTRIAL PARK ADDITION, Hennepin County, Minnesota. ("Owner's Property") WHEREAS, a stormwater drainage system area shall be constructed by the City on the Owner's Property with a portion of the stormwater drainage area to be located on real property owned by the City. WHEREAS, the purpose of this Agreement is to ensure the performance of regular maintenance of the stormwater drainage system area as constructed by the City. NOW, THEREFORE, in consideration of mutual covenants of the parties set forth herein and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 1. Right -of -Entry and Plan Approval. Owner grants City the right -of -entry to Owner's Property as reasonably needed to construct the stormwater facility as shown in Exhibit A (the "Plans") attached hereto. Owner has reviewed the PIans for and consents to the construction of the stormwater facility in accordance with the Plans on the Owner's Property. The construction of the stormwater facility shall be done in accordance with the Plans in a first class workmanlike manner so as to minimize the disruption of the use of the Owner's Property by Owner and any tenants of Owner. City shall repair any damage to adjacent portions of Owner's Property caused by or arising as a result of the construction activities related to the installation of the stormwater facility. 2. Construction Costs: The City shall be responsible for all design and construction costs to install the stormwater facility as shown in Exhibit A. All disturbed areas shall be fully restored with topsoil and sod in accordance with the Plans. Page 1 The construction costs will include a 3 -year plant establishment and warranty period, which will require the City's contractor to replace any plants that have not survived during that time. 3. Maintenance of the Rain Garden. Owner and its successor or assigns as fee owner of the Owner's Property shall be responsible for maintaining the rain garden whether located on the Owner's Property or City property as outlined below: a. Remove litter, debris, and dead plant materials from the rain garden area. b. The stormwater facility shall not be used to stockpile snow, or for snow catchment areas off from parking lots or streets because of sediment accumulation other than normal snow plowing operations. c. Maintain the native perennial vegetation in the stormwater facility, in a way which does not compromise the effectiveness of the design. d. Control weeds and noxious species. This can be done with spot spraying, weeding, or selective cutting. e. Water all plants to maintain an adequate supply of moisture in the root zone. An adequate supply of moisture shall be considered 1 inch of absorbed water per week either through natural rainfall or augmented by periodic watering. Apply water at a moderate rate so as not to displace the mulch or flood the plants. 4. Maintenance of the Stormwater Facility; Schedule of Maintenance: Other than as specifically provided above for the maintenance of the rain garden, City shall be responsible for the maintenance of the stormwater facility, including the removal of accumulated sediment from the stormwater facility, including inlet, outlet, and/or pretreatment structures which may be located within Owner's Property or City property. City shall inspect the stormwater facility upon notification by the Owner, including all inlet, outlet, and/or control structures. The cost of all inspections and maintenance shall be the obligation of City. 5. Replacement Costs. Replacement costs will be the responsibility of the City. After the stormwater facility has reached the end of its useful life, the City agrees to either restore the facility to its original condition, at City's sole cost and expense and subject to the terms of this Agreement, or may remove the stormwater facility in its entirety. Restoring to its original condition shall include removal of the obsolete augmented soils, mulch, and plantings, replacement of any damaged or deteriorated drain tile, and installation of new augmented soils, mulch, and plantings of similar type and quality as originally constructed. The useful life of the stormwater facility is highly dependent on the level of maintenance. With proper installation, inspection and maintenance, the expected useful life is 20 years. Page 2 6. Hold Harmless. Except to the extent arising out of the negligent or intentional acts or omissions of the City, Owner agrees to indemnify and hold harmless the City and its agents and employees against any and all claims, demands, losses, damages, and expenses (including reasonable attorneys' fees) arising out of or resulting from Owner's or Owner's agents or employee's negligent or intentional acts, or any violation of any safety law, regulation or code in the performance of this Agreement. 7. Costs of Enforcement. The parties agree that the prevailing party in any action to enforce the terms and conditions of this Agreement, or any portion thereof, shall be entitled to reimbursement for the costs of such enforcement incurred by the prevailing party including court costs and reasonable attorneys' fees. 8. Notice. All notices required under this Agreement shall either be personally delivered or be sent by certified or registered mail and addressed as follows: To Owner: REPW INVESTMENT COMPANY, LLC 9100 491h Avenue North New Hope, MN 55428 Attn: Scott F. Rudie To City: City Manager City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 All notices given hereunder shall be deemed given when personally delivered or two (2) business days after being placed in the mail properly addressed as provided herein. 9. Successors. All duties and obligations of Owner under this Agreement shall also be duties and obligations of Owner's successors and assigns. 10. Effective Date. This Agreement shall be binding and effective as of the date hereof. Page 3 REPW INVESTMENT COMPANY, LLC, a Minnesota limited liability company By: Name. c F. Rudie Its: Chief Manager STATE OF MINNESOTA ) )ss. COUNTY OF HENNEPIN ) The foregoing instrument was acknowledged before me this 4 day of 2014, by Scott F. Rudie, the Chief Manager of REPW INVESTMENT COMPANY, LLC, Minnesota limited liability company, on behalf of said limited liability company. Lzt—�� \,-" Notary Public r G..7N0TARYPU8LTC-%NNES0TA, I, KOTELNIK n exp." Jae. 31, 2015 rA ON K Page 4 CITY OF NEW HOPE, a Minnesota municipal corporation Y Its: Aayor sI� By. Its: City Manager STATE OF MINNESOTA ) )ss. COUNTY OF HENNEPIN ) The foregoing instrument was acknowledged before me this rq g 1 day of 2014, by A �1'!_i I-leli ke,r. and kirk Z2 c7)j-ka.L,� the AayoWand City Manager of the City of New Hope, a Minnesota municipal corporation, on behalf of said municipal corporation. Drafted by: JENSEN SONDRALL & PERSELLIN, P.A. 8525 Edinbrook Crossing, Suite 201 Brooklyn Park, MN 55443 (763)424-8811 5287382.2 JMT Notary Public Page s MAI /Ire\/8 lowti A Ei 3ESx� Ib1� CArIICSI I H CCOUNTI ER CES iO'BRESKY I LENTERPRISF !!. lC �''`-Rf ATION / s n PLYMOUTH HEIGHTS ' r._; PET HOSPITAL __...:,`. AC ANTAGE I°J- T_- ---- �! ... _233s mw g400 n GE I' g704 MA J 4900 i �' NEW HOPE C7 -'i — M ;I I NRR 1 4 _ ] ¢ ! WATERSTONE > !€I ! yr F 8c 1AAH : fl 9700 ' ' msru-uxoa!laPwa !' ', d : MORTGAGE p ! ' �— �•oeuaum PalEraas fl S pPORATION I F cD fl > owmrnEsa�u -am sm13 r �xxrs� [] ' : 1 ! flW mrc,errToly!-1 ;Fb�1 / oluw n[fb str.Mn°f Iia rn:Es1�16,eao iclnd3E13u csrm,aml t 4 - -' SEw64 PPE . -.- -• -mow _._ ...... .. . ..... .. _ I_ 'C - "_'" t_ "'^" ._. 1 uw I �xa� STALLI%O"�f �' '66fM1 Ste'® �' __. D��j '.- .ate.-.^,":r-�'• — YCT` F ' Y,r.--...r�.-+�•."^^` oonxrcrowyw rna(17 I m - I i i xw-MA fl fl ;�Yf ..^-^.,+*+••...�rti_Lnx--�........4_....�..w.. ooxx[trmo ar rnF tt] !r--ues�w a me Zq <y r� r f exrue [A t MI RTO 4 pf ;�y 3� 8 I N I lU � 4884 I 3 yr,fl 4885? liJ1.0 Ir 4 64 i 19873 I : •'`r I Cdix TU ( a jI _ 0RAl4 TPE{� {_��•E e ' -I�1 - _' - .... .: 11 �f I I , Q _, _•�Kw•:r,,.__ 'i.-... �....f.-.. _ ... `O,SfALL LA B�SEWF3i%2E 1V I "� ��� �� � '. �•3 � -..�` `. ' I I , I 1' to 'PISfn115•pMSRSFn PPE [51GRM) 33 'L r I'-. y - J r..-: 37'y n 13 er Igas xBTALLtlPNl3IlFOxo8�O01 Il ;I .0 asps ! ;4877) , is has_._-. I � 1. 3,O-xlaasx�rCe � !•���_-_..__._.�.�__ ;._ r: �--...�:.�. -� I „elalax%�11PaE� r1a� �'r r II � ', � �s '� 3>�- , r r I� _ 1486 9 fl r 4868tI I ' 4f�nR f .4R57. z �/� �� �Y ^I�C a so 1m 1 Y C xa3 bl� a f7❑� S� GENER; 1 } L, NOTES:. _ NECT DRAINT[ E TO- A1LS7'1-14ON�HEfT - ; - :. - CTU RES PFR A3 ' .-'- W 3 III'�y D y�j61 o _ _f _ -'- ..._ _ yy yy yy 98 92a -- - - - ----- - ; s i • Ad i tx.r 'ail i-- _ t�.13`......y D 910 1-P4- NB_ MIRE. 9x...qQ� g - R� - sg$ ----- - _.eIT I=Mai; ��€� 65H _9 __...1--_ - _ - 1 - --- ® 900 _ 890 _ f .� - I • - __ r .... - �� , -.. I I 3 s9a FP.28% � � F P 2W 0,32951T86P, - - - asnb it ca sr ma. w len. -: a .._, .: 880- _ e, o3me m+IKB xera3ax a xrr V _ ;_ ' t 1el.j. 880 870 I - .- ..._� _._._. .. _._...... F... I' ........ _.__. arJF ..._... INLDECIN SAP# 1i07 7p 2155'EET ..g 860 ECEFTA S N-OaTE.D. _ON -01Z, GU DUNE T - m � f� t..............I , ¢ r 1� 60 1-g °I s f SI .: 6+33 6W0 5«m ♦+Op 3W0 2+Oo l+m O+m zwey 2.08 1+0p I+m O+lm♦m 3" 18b101-0 8, SAP 1R-10)d12,SN ]1b106U0=, E6P 182 -]]pmt C5.05 PLANTING LEGEND Qwimgl adNRMc Ices [mnwn Plewa aqe aF4OM �, OPWB CONNECT To PVC I sa RnagFepn wade sq Team 4•mrt, Le" w 46 CaavuFeNb Fox IMae 4' FS 4a Sdzftv*+w+mP m Lke. WWOffiOw 4"COM. la" LH Laa SPOreaeAe PabebPN RaL4•dmwmd 4'—. ]r WP I / FORRa L5.0I 4e FnMOo�­Nb(E Purple [erceower 4'— Ir PC H Afi r3phb sea Nap m 4- w OF ae I�brepmNe Herts eNaw9 ssta 4-mnL Le• as m No6dbmN� caa�Mew. 4•m�d. 1e• cF 21,lo6eV.Y-q h Gwalffi.Ubeb 4'—. Ir G& A RNbmpioW Ydb Car.% w 4'm ]r YC 49 Rudlsdi — 91nY-ayetlumr 4'm2. ]r a6 ri 1Pa�ouoebxMnw:x ONO SW—Prt 4'm ]r as uioRQ{ -' I NLECH (DEONi 3' MAY -I 50000NG, ff 411FTOPSO11 RAIN91.1a aDJUD4 41 OF TOPSOIL. &rB5Ll9 ORaBO90 6E019nIlE FABRC, BOROM TREK ri"ALGIEM®'CORS 4"PFAFOMED HOPE wwrr F SPEWL j4E NOTES) Poe DETA[LSTPIa DN SHEEP GM MV. WVS OR 0664.7 RAIN GARDEN SEMON SCALE: MIA EXI'TIMTRIM ]I 99L .... - AOTIOM OC ECEI L4WLU I -w .. __il. .. OF AERN-B9L3o - TW IPN=BBB.75 / .-691.50 ...ms4w- u PL •`M�_ `�� �' - __ Ob - .rx - .... x95'4 R. _ .... .y ft EWEOMU41]R ®b.O xes4. aim les R aF I m yC Gh U OMD � xe SP.R Isp,R neP.R w n BE m x vb.n - QNu Rb.M 664.6 nsaR e4.R ase.R 4t ew xd x%R msOR 'xeSNR 1� va 1e ¢eu INSTAL MN QIAAMAN-WNER --. gpSa'R -.-- L4 R 'QM• .-. .. n.. - .v - Cl1PBOff ATIN YEOF ED 4r RCP SEABL LAWN EDGING - S WAo[ POLVEMYLENE EiDSMNG RMXOFCNNa FORPMIOPGLL3T G.EM, NOTES, 1. TIE 3tMI L M11STBE A COMPW SPECU WG IN OV:MUNGAND MANTWG THE SPECIFIED FUNS WITH A MP INUM ORFiEIRy DOCUMM FNPEIDENCE AS REPRPSFK D BY A SIST OF COMMET® PAST PKoBBCIS. 3. ALL WNOSCNrE WORT[ SHNL BE PERiDWM BY PFR4oNNLL PRm W[M PIANDNG PID[EOIIRE£ Alb WOfll[ SNNL � UID OUTINOFRnE PROTECT AOFR Q.7AL[FAC PII OFA SWNTWS 3. PROTECTAfi0.a15T COIMILT®N CFAy6MENi� 5OR t.D1(npE gAlll1G CONSIP647ID11, 4.NIS7NL TERPORARYCOUST)CTIM FORCE/IROIRlD pswEnn GF RADP ..DNMEDIAIEI wMLON➢NONJNT[NG1t15TwxwN. S. TPEAU[94EMm SOPLS SLNLLCOHSMT OF TME FOURRM!70,R.L H SND, FREE OF DRJEMUOL6 MATE011L • M41OOT3127.23 FML a30% ORGANIC LFAFCOMPOSC-MNpOTHWR 71ADEL 4 MUM SHALLCONS[Sf OF DOUBLE ENIIEOD®�KXXHAHD SIl4LL 11LO Re�Q,T11NT511F lBERESeROETED E 7. OVARY RE"!L TMDTARPFICES TO PERES'IiDCTED FROM 7 CFTHDIG adRR WE RHLTRATRW TRENCHES TO MlDI� WPIDILfDIG OFISE SOIL e. MNGARDEN aMA[L NOT IELANTILWE ENTIRE DE M�YOTHE MH GARDEN HAS BEER STNPDI6D. 9. PRERRJ 31/911AAR 90eROW CONFORMSTDMNDOTSFECSa 2,C IL THEL M EDGa 90RRON fONipRl6TO yIENNK 3Dn2[ lL THELAUN sTGSNMILBEreua[POLYEnlYlE11E. ISE OP4Y NON44ETAlR STN(ES TD SEOAE F1IGMGAND MSTNLPge MNAFA[OIIa3Cs DDECTDNR �\ /"I -- uEDGE OFMUU3{ // �� E3ilOM OF [ELL ai E49lllm AAEA�380 EF BPL00 . anl.W EDF.R�89L10 PROPOSFDWW ! !r :....;.. '., •.--. '.,�.: INSTALL RDN CIN6it GUTTER rNOOE CURB CUT . ;.-- .. SIORM SEWER 49TH AVENUE N SAP 1!x-1014018. swrAse 7745H .vMW R Pad, RN 531" Nn R163B4E00 A-65153E-UI1 IK - 19S'-4"PERR3RATE ORA[NITLE RAIN N. CONNECT To PVC I SEE SHEET CSpS cDNnWIAT[a1 [rrv-eNW.45 � ro.PAxslvx I / L5.0I P1ex-lm-0La, sAv lez-Llu-P03, sRF eezal3aaz cwLvwx7z7=_o MerwL �Rwre - d ad 4 d ,�4: 'R LVET 48" - _,.,�, PASN rwwoual 18" ]375NVSF Mw ' 71w aFfiU7E FLEY =am.R7 LM!azvcs A:�EotlttE[1 ALUMINUM FILTER ASSEMBLY d .. xp cmmm PN.maie.eoo d 9.5" r+r:ssLs3o-uu Lr 40' 8 * al I I -III -1 I ISI I I� _ COMPa9RH CHAMBER dd a tl pill, 1111 50" 13.5" ���� ..-^�• 9 �" RAIN GUARDIAN - BUNKER coNCR�re BAss CROSS-SECTION VIEW �_ PAMENi d d ad 4 d 4 a 4 4 d e'-LS1RH l:IIT OFB�@Ai � d d d d d d 8 * v dd a 4 PAIN mNCRE14 PAo 3r p d •{I"■. Lar ILS Se' I �� ]OP OFOMIEFIEY =A91.SS aRA91.65 RAIN GUARDIAN - BUNKER PLAN VIEW GE*7ERAL NOTM 1. SLAB DPEIGIO11,1,GT110E FlRIM lLRB• RNLIaW7BERETHE OERFW ELEWA T1M WNORR R TQA8 aF 1NE METALGRAIE, NayEyE14 SINIIFD BE LS. t BELOM THE aVERF7ISW ElFlA190F1 ANl] TIF WNCREfESUB sNaLw F;1E:9p W&L BEYa110 T1E FRIT WNLTaSa1YE A5A5PVSi ae.'�1119L RAIN GUARDIAN - BUNKER COMPONENT VIEW RAIII FARa131 BaTLOM lJ]V6E FRl97 AIXiiE1's41EMN6T B=891.10 [A169080 3140.81 WRAPPED IN FR7@l FABW[ 3r Auc>nEN1®saEs . J__.- E OG. sly - -� V PEW TT "WE ORLIIJELLE, ID614L (IMI=B9R,]5 aRBSB�Sj Y4 TRENCH DETAIL CROSS-SECTION VIEW BN dO/-01l, SAPSWLeRae;5AP 5RL111-0e2 L5.02 Leone Valerie To: Johnson Guy; Coone Paul Subject: RE: project 906 - 2013 infrastructure Guy, thanks; that will be good news for the "exempt" properties who face an assessment. 1 got a letter from Northwest Church of Christ and wanted'. to know before I contacted them. Paul, you can disregard my voice mail. Valerie Leone, City Clerk City of New Hope (763)531-5117 vleone@ci.new-hope.rnn.us From: Johnson Guy Sent: Tuesday, August 06, 2013 11:53 AM To: Leone Valerie Cc: Coone Paul; 'Long, Chris' Subject: RE: project 906 - 2013 infrastructure Hi Val, Nope, there is a ton of street work left yet. With the weather delays this spring and the size of the project, they will probably be working right up to snow falls in November. Also, all of the top course of asphalt for the whole project will be installed in 2014. Guy From: Leone Valerie Sent: Tuesday, August 06, 2013 9:39 AM To: Johnson Guy Subject: project 906 - 2013 infrastructure Will this be certified to tax rolls this fall? Valerie Leone, City Clerk City of New Hope (763)531-5117 vleone@ci,new-hope.mn.us fa aw U.S. Deportment of Transportation Federal Railroad Administration WTG Z,9 '2013 Mr. Guy Johnson Public Works Director City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 1200 New Jersey Avenue, SE washingtoq, DC 20590 Re: THR-001010 (U.S. DOT National Highway -Rail Grade Crossing Inventory '.number 688956M) Dear Mr. Johnson: The Federal Railroad Administration (FRA) has reviewed the quiet zone application submitted on behalf of the City of -New Hope (City), Minnesota, pursuant to Title 49 Code of Federal Regulations (CFR) Section 222.39(b)—Public authority application to FRA. FRA approves the application submitted by the City for the crossing listed above. Implementation of the alternative safety measures (ASMs) contained in your application will result in a Quiet Zone Risk Index of 12,938, which is below the Risk Index With Horns (the risk that would be present if the horns were still sounding) of 16,862. The City may submit its Notice of Quiet Zone Establishment per 49 CFR § 222.43—What notices and other information are required to create or continue a quiet zone? after successful installation of the proposed ASMs and compliance with all applicable quiet zone requirements in 49 CFR § 222.35—What are the minimum requirements for quiet zones? FRA has provided comments to the City's application in an enclosure to this letter. For further information, please contact Mr. Ronald Ries, Staff Director, Highway -Rail Grade Crossing Safety and Trespasser Programs Division, at (202) 493-6285 or Ronald.Ries@dot.gov. Sincerely, awe -t ems° Robert C. Lauby Acting Associate Administrator for Railroad Safety/Chief Safety Officer Enclosure cc: Mr. Jim Krieger, Canadian Pacific Railway Mr. Jim Weatherhead, Minnesota Department of Transportation Enclosure: Grade Crossing Application Summary for THR-001010 (For the crossing considered for the calculation of the Quiet Zone Risk Index) FRA encourages the City to provide additional traffic control devices (such as signage, pavement markings, etc.) as needed to encourage proper traffic movements for vehicles and/or pedestrians at or across the tracks. Crossing Number 688956M (Boone Avenue) The City proposes to install a 100 -foot nontraversable curb median to the north of the crossing and a 30 -foot nontraversable curb median to the south of the crossing. There is also a commercial driveway near the southwest quadrant of the crossing. The City views this crossing treatment as an ASM with an effectiveness rate of 0.65. FRA considers this crossing treatment to be an ASM with an effectiveness rate of 0.54, mainly because of the length of the nontraversable median as compared to the distance of the driveway to the crossing. FRA strongly encourages the City to use signage and/or engineering design features (e.g., curbing, etc.) at the commercial driveway to assist motorists with the proper inbound and outbound movements on Boone Avenue. Leone Valerie rlt4 From: McDonald Kirk _ Sent: Wednesday, October 02, 2013 11:09 AM To: Paschke Bob; Chris Long (chris.long@stantec.com); Jeanne Day (Jeanne.day@aemfinancialsolutions.com) Cc. Leone Valerie Subject: PFA Report Attachments: SKMBT_C65243100210590.pdf Here is correspondence received today regarding PFA report due at end of this year. Please coordinate among yourselves on completing. Bob: 1 put original in your mail box. Thanks. Kirk September 30, 2013 Diac October 28, 20131 R-6— (Minority 6—�*i:l:EJ)G.r� J.rl. { it fihJTi[ iJ�l Cs30i+.S y:''1'�.i r rayl (Minority 6% Women's Business Enterprises) The City of i` eT v is reauired to complete the enclosed form, and return it to the Minnesota �''ublic Facilities Authority (PFA) on a semi-annual basis until all PFA funds have been reported. This form must be cam ]rated n, r er f hire! !-,�� P �� iI i, NVrRsr ry p and returned N 4 t.. _ _ . i.l !ft+.� us+�� .+ My record:, indicate `;nait this is th-- first reporting period thst the City of i" -few Hope must report on the^,, fends. Tl►e city's total funded amouat is or is expected to be $01,035,000. Therefore, there is approzima�ely i.;l� t ,:,t �� of PFA funds left to report. Reporting inust be accomplished by the project completion date or final disbursement request (including non -cone: tion e. -.pe --=s as well as construction expenses). OidL tr complete the hig dit hted sections of the enclosed foams as necessary: These include: 3A, 3,F], 3C, yB or + .._f, (which ver is applicable), ", 7, and 2 For an expl mador. of Patch section, see the U.S. EPA's Instructions enc'osed. If an amount edher f1mp z ere, is reported in C.y�=�nrtAet i�f,r-t11(back side of the form). Conducts and/or subcontrnts that were procured and/or' awarded to a Miizority and/or Wanian Business Enterprises QVIBE/VaE) must be documented on Part II of the form, only MBE/' TEs _� f�� under the Disadvantage Eusiness Enterprise Program (DBE) are ,punted towards your sazeomplishments. The enclosed forms are for procurements and/or awards made during the April 1, :013 — 2epterilaer 30, 2013 s,misnnual reporthig period for Federal Fiscal Year 2013. AU Dreviou-1.1,7, unreported amounts should also be included at this,tiire. Campleted forms are due back to my attention no later than r u _( A: you may also email fcrins to kn7 fenfrasllstaie.rrin.us Sincerely, denn!fer Frasl i•.CsT Public Facilities Authority Enclosures u[�.,PtLlt ;.P� E-sli;1? ►�„t'!�1tX'!!,J'7 14 Nation a] hank Building L 332 vlinaesota St., Saito W820 Saint Paul, ?4 151 AI -'378 A, USA 651-259-7469 800 -657 -ASS = Fax: 651-296-3833 TYirDD; 651-246-.��949 www. ogititel Minn ota.co fa A- equal opportunity , mploy+er and s-rvice prat ider APPROVAL EXPIRES: iiii2i i U.S. ENVIRONMENTAL PROTEC0,110N AGENCY MBEfWBE UTILiZA.TION iDER FEDERAL, GRANTS P!"'+RT, 1, 1 ;ii-� ar7 awrKi iv '4. d evvst. ff ri0 grocy neenam. is are n t . during 'th h't EPA FORM 5700-52A available electronjWly at h •/Awrw.e a. oviosb / /5700 52x. df ” FMI i7 " OR ae x—i pa'ge" 1A. FEDERAL FISCAL YEAR 1 B. REPORTING PERIOD (Check ALL appropriate boxes) (Oct. 1 -Sep 30) a 1" (Oct -Dec) a 2" (Jan -Mar) ❑ 3'd (Apr -Jun) 0 .0 (Jul -Sep) ❑ Semi -Annual (Oct -four) J Semi -Annual (Apr -Sap) ❑ Annual Check Ithis, is the last report for the pTlect (Project completed). 1C. REVISION' OFA PRIOR BRIEFLY DESCRIBE THE REVISIONS YOU ARE REPORT? Y or i.! MPFA-I3-0013-R-FY13 Year: _ Quarter: _ 2A. EPA FI;JANCIAL ASSISTANCE OFFICE ADDRESS (ATTN: 3A. RECIPIENT NA':AE A lD ADDRESS DBE Coordinator) Ci' of New Hope U.S. Envlronmental Protection Agency, Region 5 77 Wei; Ja ck_on Blvd. Chicago, IL 6(1604 2B. FPA DBE COORDINATOR 2C, PHOVE: 3B. RECIPIENT ktPOR i 1i'G 3C. Name: Jenni.�)r Fra , -1 CONTACT: ; N Public Facilities Authority 651-259-7469 Nome: Phone: E,-hall:Jennifer.hasl&:a'-.rrn.us Fa.� 651-296-8633 E-mail: Fax: 4A. Flil-'j"LIdCIALltSSISTAi•2CEAGrZEEtiEi,JT ID h"UMBER 48. FEDERAL FINJANCIAL ASSISTANCE PROGRAM TITLE or CFDA (SRF Stata Recipients, refer to Instructions for Completion of "IUMBEP.: blocks 4,y, 5A and se.) D Hrildn "Water Revolving Fuad FS -9758141 t}; FS97561411 � � 5H. TOTAL iZSISTA14CE &&PEEL EA!T 5B. If NO proc urem3nt and t -O accomplichmen' ^L vera made this reporting pariod (by the Air OUNT rccipierrts, sub-radpiants, loan ro6pk nts, and prirr:` contractors), 0EIC : and Sc:ltIto (SRF State Recipients, refer to lnstmctons for Block i4o.'7.iP„L .0 a.�+nr : are all expenditures through contract, order, purchase, les3e Completion of docks 4; , 5A and 5C.) or bartar of supplies, equipment, construction or services needed to complete F3deral EPk Share: $ a�'ststance programs. Accum-,lith r4raL., in this oonta.•l, are procurernonts made v4th MBEs and/or WBEs. Recipient Shari: $ ❑ ,c. Tot I Procurements This Reporting Period (Only include amocifrt not repart3d in any prior reporting period) Total Procuremtint Amount $ (Include total dollar values EwErded by recipient, sub -recipients and SRL= loan recipierr,:s, incl,•din4 e nenelturt:_.) 5D. Were sub--awarda Iscuod under this a_-sistanc3 agreement? Yes Po_ Were contracts issuad under thin asalst<nce agreement? Yes 52. VIBENVBE A=oinpllzhments This Reporting Period Advall M13EWBE ProcutDment Aowmplished: (include total dollar value sw-,rded by recipient, sub -recipients, SRF loan recipients End Prime Contractors.) C`cr. ,.tri -:tan r�nlr°Jrnw A 4Rrvic• 6. CO .MISNTS: (If no 4&,-1WBE procurramonts were accomplished during the rLporting period, plea. °: explain what steps you are taking to ochievz the MSENVES Program requirements specified in the terms and oanditions of the Assistance Agreement.) 7. ('Aki OF RECIPIENT'S AUTHORIZED REPRESENTATIVE TITLE S. SIGMATURE OF RECIPIE N'T'S AUTHORIZED REPRESEOTATIVE DATE EPA FORM 5700-52A available electronjWly at h •/Awrw.e a. oviosb / /5700 52x. df ” FMI i7 " OR ae x—i pa'ge" PART r 9. Procurement Made By Recipient i Sub- i Pr_ne Recipient andlor SRF Loan 1 Recipient ; Type of product or service codes: 0W13r= !SRO -1-e REEVE TS MAGE DURING REPORTING F;i! Rj iC EPA Finandal _. . 2. Businass 3. $ Value of Enterprise Procur3ment 4. o� B. 4Da---of S. Type urems • � :� .ama/Addrsssftone i�lumter of vrBE/WBE nt Product or Contractor or Vendor i Minority T WOM3n WDD/YY Services, (Enter Code) 1 = Construction 2 = Supplies Mote: Refer to Terms and conditions of your Assistance AUT, 3m3rn to determina th3 3 = Servims the reciplents rwfyq the award. continuing urd tte frr~c,��irey of Wmrd-M. Recipfents are 4 = Ets to E Arat �8 Proles is cvmc'.tad. requirer: to submit h,BEP� _�_ � sports to EPAb�innfng �yith tha Federal mal year quarter SPA f oPj,ri 5700-52A - OPProvel Expires 12/2?!13) instructions: 4 CeneraI ln,'Micdor e: MBEIWBE utilization is based on 40 CFR Part 33. EPA Form 5700-52A must be completed by recipients of Federal grants, cooperative agreements, or other Federal financial assistance which involve procurement of supplies, equipment, construction or services to accomplish Federal assistance programs. Recipients are requilmd to report 30 days after the end of each'federal fiscal quarter, semiannually, or annually, per the terms and conditions of the financial assistance agreement. ME ME program requirements, including reporting, are matyrial terms and conditions of the financial assistance sgreament. Is the acquisition through contract, order, purchase, lease or barter of supplies, equipro6rit, con ,truction or services. needed to accomplish Federal assistance programs. A g.,.4 :cf is `written agreement between an EPA recipient and another party (also considered "prime contacts") and any lower tier agreement (also considered "uubcontracts") for equilam3nt, services, supplies, or construction nauessary to complete the project This definition excludes written agreerhenth. with another pu6IIc agency. This (L: finitlon includ3s persol7al and professional services, agreements with consultants, and purci e,se ord3m. A ; In tft-t busts= o, -itsi d& is a business concern that is (1) at least 51 percent owned by one or more minority Individuals, or, in the case of a publicly own3d business, at least 51 percent of the stock is owned by one or more minority Individuals; and (2) whose daily business operations are managed and directed by one or more of the minority owners. In order to qualify'and participate as rn r3ilE prime or subcontractor for EPA recipients undar EPA's DBE Program, an entity must bo properly certified as required by 40 CFR Part 33, Subpart B. U.S. citizenship is required. Recipients shall presumo that minority individuals include Black Americans; Hispanic Americans, Native Amcdcans, Asian Pacific Americans, or other groups whose members are found to be disadvantaged by the Small Business Act or by the QVVlolaly vi VUi1I111V1VG w1voi ac%.uVII .r v1 L-noVuuvG order 11625. The reporting contact at EPA can provide addltional Information. A Yeoman busfrtess erre 3t{BEZ Is a business concern that is, (1) at least 51 percent owned by one or more women, or, in the case of a publicly owned business, at (Last 51 percent of the stock is owned by one or more women and (?) whose daily business operations are managed and directed by one or more of the women owners. In order to qualify and participate as a WBE prime or subcontractor for EPA recipients under EPA's DBE Program, an ent4'must be properly certified as required. by 40 CFR Pert 33, Subpart B. Business firms which are 51 percent owned by minorities or women, but are in fact managed and operated by non - minority individuals do not qualify for meeting 1 BE1WBE procurement goals. U.S. Citizenship is required. A recipient. is required to make the following good faith efforts whenevor procuring construction, equipment, services, and supplies under an EPA financial assistance agreement These good faith efforts for utilizing MBEs and WBEs must be dc,irmented. Such documentation is subject to EPA review upon request: 1. Include of MBRs f WBEs on solicitation Ifsts. 2. Assure that MiBEsNVBEs are solicited once they are identiflad. 3. Divida tottl requirements into smaller tasks to permit maximum MBEMIBE participation, where faasible. 4. Establish delivery schedules which will encourage MBENVB? participation, where feasible. 5. Encourage use of the services of the U.S. Department of Commerce's Minority, Business. Development Agency (MBDA) and the U.S. Small Business Administration to identify MBEsIWBEs. 6. Require that each party to a subgrant, subagreement, or contract awErd take the good faith efforts outlined here. C. insUvwtions fbir Pial t: la. Specify Federal fiscal veer this report covers. The Federal fiscal year runs from October 'Ist through September 30th (e.g. Noy+,tslLot�;GO, .0 H, is + [Uhin Federal ecml year 20,111,11) 1b. Check applicable reporting box, quarterly, semiannually, or annually. Also indicate if this is the last report for the project. 10. Indicate if this is a revision to a previous year, half, -year, or quarter, and provide a brief ' description of the revision you are making. 2a -c. Please refer to your financial astistance agreement for the mailing address of the EPA financial assistance office for your agreement. Quarterly Reiort`_rg 1; a Sete Semlanaual reporting ;rye late Anaral LepoKing Oue -']ate Agreements January 30, awarded April 30, NIA October prio. to May July 30, 30 27 2008 October 30 Agreements awarded on N/A April 30, OctoLzr or after may October 30 30 27 2008 ME ME program requirements, including reporting, are matyrial terms and conditions of the financial assistance sgreament. Is the acquisition through contract, order, purchase, lease or barter of supplies, equipro6rit, con ,truction or services. needed to accomplish Federal assistance programs. A g.,.4 :cf is `written agreement between an EPA recipient and another party (also considered "prime contacts") and any lower tier agreement (also considered "uubcontracts") for equilam3nt, services, supplies, or construction nauessary to complete the project This definition excludes written agreerhenth. with another pu6IIc agency. This (L: finitlon includ3s persol7al and professional services, agreements with consultants, and purci e,se ord3m. A ; In tft-t busts= o, -itsi d& is a business concern that is (1) at least 51 percent owned by one or more minority Individuals, or, in the case of a publicly own3d business, at least 51 percent of the stock is owned by one or more minority Individuals; and (2) whose daily business operations are managed and directed by one or more of the minority owners. In order to qualify'and participate as rn r3ilE prime or subcontractor for EPA recipients undar EPA's DBE Program, an entity must bo properly certified as required by 40 CFR Part 33, Subpart B. U.S. citizenship is required. Recipients shall presumo that minority individuals include Black Americans; Hispanic Americans, Native Amcdcans, Asian Pacific Americans, or other groups whose members are found to be disadvantaged by the Small Business Act or by the QVVlolaly vi VUi1I111V1VG w1voi ac%.uVII .r v1 L-noVuuvG order 11625. The reporting contact at EPA can provide addltional Information. A Yeoman busfrtess erre 3t{BEZ Is a business concern that is, (1) at least 51 percent owned by one or more women, or, in the case of a publicly owned business, at (Last 51 percent of the stock is owned by one or more women and (?) whose daily business operations are managed and directed by one or more of the women owners. In order to qualify and participate as a WBE prime or subcontractor for EPA recipients under EPA's DBE Program, an ent4'must be properly certified as required. by 40 CFR Pert 33, Subpart B. Business firms which are 51 percent owned by minorities or women, but are in fact managed and operated by non - minority individuals do not qualify for meeting 1 BE1WBE procurement goals. U.S. Citizenship is required. A recipient. is required to make the following good faith efforts whenevor procuring construction, equipment, services, and supplies under an EPA financial assistance agreement These good faith efforts for utilizing MBEs and WBEs must be dc,irmented. Such documentation is subject to EPA review upon request: 1. Include of MBRs f WBEs on solicitation Ifsts. 2. Assure that MiBEsNVBEs are solicited once they are identiflad. 3. Divida tottl requirements into smaller tasks to permit maximum MBEMIBE participation, where faasible. 4. Establish delivery schedules which will encourage MBENVB? participation, where feasible. 5. Encourage use of the services of the U.S. Department of Commerce's Minority, Business. Development Agency (MBDA) and the U.S. Small Business Administration to identify MBEsIWBEs. 6. Require that each party to a subgrant, subagreement, or contract awErd take the good faith efforts outlined here. C. insUvwtions fbir Pial t: la. Specify Federal fiscal veer this report covers. The Federal fiscal year runs from October 'Ist through September 30th (e.g. Noy+,tslLot�;GO, .0 H, is + [Uhin Federal ecml year 20,111,11) 1b. Check applicable reporting box, quarterly, semiannually, or annually. Also indicate if this is the last report for the project. 10. Indicate if this is a revision to a previous year, half, -year, or quarter, and provide a brief ' description of the revision you are making. 2a -c. Please refer to your financial astistance agreement for the mailing address of the EPA financial assistance office for your agreement. 1 1112 CrA utst Keporting Contact" Is the DBE Coordinator for the -EPA Region from which your financial assistance agreement was originated. For a list of DBE Coordinators please refer to the EPA OSBP website at www.epa.gwf/osbp. Click on "Regional Contacts" for the name of your coordinator. 3a -c. Identify the agency, state authority, university or other organizatlon which Is the recipient of the Federal financial assistance and the person to contact concerning this report. 4a. Provide the Assistance Agreement number assigned by EPA. A separate report must be subinitted for each Assistance Agreement, li:or-SrJF enciplanti-: in box 4a list numbers for ALL OPEN Assistance Agreements being reported on this form. Please note that although the New DBE Rule{which took effect May 27, 2008) revised the reporting frequency rcquiremenis irom quartariy to semiannually, that chr nge only applies to agreements awarded AF71'EP. the Metj DBE Rula too.; effect. There ore, SRF'rFcipiants may either continue to report activity for ill Agreements an one form on a quarterly bacis until Me Iasi award that wac mada prior to the Hew DBE Rule has been closed out; OR, the recipient may split the submission of SiRf remporia Into quarterly reports forAgreementa ct mrdEd ;prior the. r'ew DBE Rule, and semlennualiy ;or the awards made after the 4e%4! DBE Rule, 4b. Refer baci; to Assijtanca AgrE*ent document for this information. 58. Provide the total amount of the Assistance Agreement which Includes ,-edema funds plus recipient matching funds and funds from other source3. onta, ordv: SRF recipkents will not enter an amount in 5a. Please Isave 5a blank 5b. Self explanatory. ::c. Provide the toicl dollar amount of 2"07-L procurements awarded this reporting period by the, r,: clpkent, sub-reciPW46, and SRF loan recipients; 1�cluci`j=3 SENME expenditures. For example: Actual dollars for procurement from the procuring o?ioe; actual contracts let from the contracts office; actual goods, services, supplies, etc., from Other sources Including the central purchasing/ procurement centeis). A_ O ': To prevent double counting on line 5C, if any amount on 5E is for a subcontract and the prime contract has already boen included on Line 5C in a prior reporting period, then raport the . amount going to kBi or WBE subcontractor on lino 5E, but exclude the amount from Line 5C. To include the amount on 5C again would result In double counting because the prime contract, which includes the subcontract, would have already been reported. 5d. Stats whether or not suis -awards and/or subcontracts have been issued under the assistance agreement by indicating "yes" or "no". Be, Where requested, also provide the total dollar amount of all iviSEMIBE procurement awarded during this reporting period by the recipient, sub - recipients, SRF loan recipients, and prime contractors in the categories of construction, equipment, services and supplies, These amounts Include Federal funds plus recipient matching funds and funds from other sources. ec!1e'1i only: In 5c please enter the total procurement amount for the quarter, or semiannual period, under all of your SRF Assistance Agreements, The figure reported in this section is not directly tied to an Individual Assistance Agreemaht Identificatibn number. (SRF ;1-btw i�wip.o:-�t r:..,,gort at hrncuMmea•tE In tiro s3_00n) 6. If there were no WISEMBE accomplishments this reporting period, please briefly explain what spscific steps you are taking to achieve the MBE/I BE requirement,, specified in the terms and conditions of the Assistance Agreement. 7. . ivlame and title of official administrator or designated reporting official. 8. Signature, month, day, .nd year reprirt submitted. G. lft�,.i (?aas �%v Pare 11: For each iMBEANBE procurement made wider this assistance agreomeht during the reporting period, provide the following i,iformation: 1. Check, whether this procurement was made by the recipient, sub-reclpient/SRF loan recipient, or the prime contractor. 2. Ched1: either the I61BE or WBE column. if a firm is both an MBE and WBE, the recipient may choose to count the entire procurement towards EITHER its MBE or WBE accomplishments. The recipient may also divide the total amount of the procurement (using any ratio it so chooses) and count those divided amounts toward its MBE and WBE aocon, plishments. If the recipient chooses to divide the procurement amount and count portions toward Its MBE and WBE accomplishments, please state the appropriate amounts under the MBE and WBE columns on the form. T:he OuMdred IM3E and VME amounts fow'"i n B Dry cOntmetor mutt HUt a::03.?r t1E "IMcia of rh& 1P.,,0 Yu,,Vri,,3ilt,, "3por ad :n column #3 3. Dollar value of procurement. 4. Date of procurement, shown as month, day, year. Date of procurement is defined as the date the - ,-V-111V11% 11111110 PVy CAN MGY, 11V% N IG date the contractor received payment under the awarded contract or procurement, unless payment occurred on the date of award. (��he,-e 1:!; rci j urc;le ing* ilia moctwenno i triethod, U13 JR -1'3 Of 0170car ar-lant !3 tii3 d to the rl�ada) 5. Using codes at the bottom of the form, identify type of product or service acquired through this procurement (e.g., enter 1 if construction, 2 if supplies, etc). 6. Name, address, and telephone number of MBE!YgBE firm. • This data Is requested to comply +vith provisions mandated by: statute or regulations (40 CFR Part 30, 31, and 33); OwiB Circulars; or added by EPA to ensure sound and effective assistance management. Accurate, complete data are required to obtain funding, while no pledga of confidentiality is provided. The public reporting rnd recordinU burden for this collection of information is est;mated to average I hour per recponze annually. Burden means the total time, effort, or financial resources expended by persons to generate, maintain, retain, or disclosure or provide information to or for a Federal eguncy. This includes tie time needad to re+4ew instructions; develop, acquire, install, and utilize technology cnd systems for the purposes of collecting, validr,ting, and vcrifiying lnformution, processing and maintaining information, and disclosing and providing inform^tion; adjust the exlsdng vrmys to comply with any pravlously applicrble ins ructions and requirements; tr in personnel to be able to respond to a collec fon of informnUnn; .earch catu sourcez; complate and review the collection of information; i!nd transmit or otherwise difclose the inform€lion. An agency may nr?t conduct or sponsor, and a person is not required to respond to, a urotlection of information. unless it displays a currently valid CiMb Lonvol nu' rnber. Sena comments on the Agency's need for this information, the accurrcy of the provided burden estimates, and eny suggested methods for mirilmlzing respondent burden, including through the use of automated collection techniqueb W the D.. -actor, OPP Rsgulatory Information Divia:on, U.S. Environmental Protection Agency (2136), 1200 Pennsylvenle Avenue, JW, Washington, D.C. 20430. Include the OMC Control r"urnber in any correspondence. Do not send the cornplaM iom1 to this address. October 30, 2013 Mr. Richard Jones, Church Elder Northwest Church of Christ 8624 5011, Avenue North New Hope, MN 55428 Dear Mr. Jones: Thank you for your recent phone message. Attached please find an email communication transmitted to Rick Lanning on August 6 in response to the letter dated August 2, 2013. Hopefully this information will answer many of your questions. Feel free to call me at 763-531- 5117 if I can assist with any other questions regarding the proposed assessment. Sincerely, �I Valerie Leone, CMC City Clerk Enc, CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 + PoIice (non -emergency): 763-531-5170 • Public Works: 763-592-6777 • TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 Leone Valerie From: Leone Valerie Sent: Tuesday, August 06, 2013 2:04 PM To: 'ricklanning@juno.com' Subject: church assessment Rick, Please call me at your earliest convenience to discuss the letter dated 8/2/13 to the city regarding a proposed assessment for 2013 infrastructure improvements. A copy of your letter has been provided to the city manager. After the project is complete and final costs are known, the church will be notified of a public hearing (anticipated fall of 2014) and be given the opportunity to address the City Council regarding the project. Prior similar projects have been assessed over a 10 year period at 6% interest. The details of the assessment for the 2013 infrastructure project have not been determined. The church will be given the option of paying the entire assessment (without interest) near the end of 2014 or the option of paying it off via installments (with interest) beginning in year 2015. I hope this information is helpful. Again, feel free to call me with questions. Valerie Leone, City Clerk City of New Hope (763)531-5117 vleoneG ci.new-lho e.mn.us e Northwest Church of Christ 8624 50' Avenue North New Hope, Minnesota 55428 Website: nwcocmn.org Phone: 763-533-3336 Email: ricklanning@juno.com Av6u54 Z, 2-013 Dear Sirs, As the leadership representing the Northwest church of Christ at 50th Avenue North and Boone Avenue in New Hope we are writing to request reconsideration of the assessment for road repair of Boone Avenue. The assessment for road repair of Boone Avenue is very large and our church has been given no opportunity to plan or anticipate a payment of this magnitude. The effect on our budget will be to create a considerable deficit for 2013 requiring suspension of spending for other planned purposes and in fact threatening the financial stability and viability of our organization. The magnitude of the assessment represents in excess of 20% of our annual expenses budget. We therefore respectfully request your consideration of the following. I. Amount of the assessment The magnitude of the assessment is excessive. By our calculations the amount of the assessment is greater than 20 times the annual tax burden for a similar sized organization. 2. Pa en erms of the assessment. Based on the outcome in respect to consideration of #1 above we request payment of the final assessment amount be allowed to be made over the next twelve years. 3. Future assessments. Since the church exists on the corner of 50thAvenue North and Boone Avenue, we request any future assessments for road repair of 50th Avenue North be waived. 4. Benefit Statement. As a religious, not-for-profit organization, both the constitution of the United States and of the State of Minnesota provide specific direction for nontaxable status to our and other not-for-profit organizations. We recognize there is precedent in Minnesota case law under which Minnesota municipalities facilitate taxation of not-for-profit organizations by renaming taxes a "special assessment". We understand the precedent in case law requires a "benefit statement" to be prepared and provided to the owners of each property affected by the special assessment. We respectfully request a benefit statement for the church property be prepared and provided. The Northwest church of Christ and its membership have been exemplary citizens of New Hope and the surrounding communities. We look forward to your response in consideration of the requests noted. Respectfully, Clayton Cantrell AA A Richard J n s ""P Ap Porter Randy Fo ter 44 Robert Sc NOTICE OF PUBLIC HEARING ON PROPOSED INFRASTRUCTURE IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) 1. Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet on December 10, 2012, at 7:00 p.m. at the City Hall, 4401 Xylon Avenue North, in said City for the purpose of holding a public hearing on a proposed street and infrastructure improvement as described hereinafter. Estimated assessments are listed on page 2 of this notice. At the hearing there will be a reasonable estimate of the impact of the assessment. 2. The general nature of the improvement, as described in the November 2012 feasibility report entitled 2013 Infrastructure Improvement Project, City Project No. 906, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. As per Figure 1 "2013 Proposed Project Area" set out in Stantec's November 2012 feasibility report, the streets included in the project are as follows: a) for Reclaim — Boone Avenue North from 49th Avenue North to Bass Lake Road; 49`, Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51" Avenue North from Boone Avenue North to end of cul-de-sac; Science Center Drive from TH 169 Service Road to Boone Avenue North; East Research Center Road from Boone Avenue North to International Parkway; International Parkway from i) West Research Center Road to Science Center Drive, and ii) from West Research Center Road to 865 feet north of West Research Center Road; West Research Center Road from TH 169 Service Road to International Parkway, and b) for Mill and Overlay — International Parkway from Bass Lake Road to 865 feet north of West Research Center Road; TH 169 Service Road from West Research Center Road to 49d' Avenue North; and 49th Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The tax exempt properties to be assessed for the 2013 Infrastructure Project 906 are as follows: CITY OF NEW HOPE 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 + www. ci.new-hope.mn.us City Hall: 763-531-5100 * Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 + TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 Estimated Address PID number Assessment Northwest Church of Christ 8624 50th Avenue North Minnesota Masonic Home North Ridge 5430 Boone Avenue North Hearing & Service Dogs of MN 9440 Science Center Drive City of New Hope properties 07-118-21-13-0104 06-118-21-43-0037 06-118-21-33-0001 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 3. The estimated cost of said improvement is $10,947,464. $52,979 $131,474 $48,744 $428,887 4. The area proposed to be assessed for the making of said improvement shall include the premises described in paragraph 2. above. 5. All persons interested are invited to appear at said hearing for the purpose of being heard with respect to the making of said improvement. Dated the 27th day of November, 2012. s! Valerie Leone Valerie Leone City Clerk Ar.Request for Action Originating Department Approved for Agenda Agenda Section Public Works January 13, 2014 Consent Item No. By: Bob Paschke, Dir, Pub. Works By: Kirk McDonald 6.14 Resolution approving change order no. 1 to S.R. Weidema Incorporated for additional administrative expenses related to PFA funding (improvement project no. 906) Requested Action Staff recommends that Council approve a resolution approving payment of $776.13 to S.R. Weidema Incorporated for additional administrative expenses in preparing additional documents for the Minnesota Public Facilities Authority. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan identified this area for maintenance activities. Background The Minnesota Public Facilities Authority (PFA) granted New Hope a low interest loan from the Clean Water Revolving Fund/Drinking Water Revolving Fund program. The funds requested were for: • Installation of new water main along Boone Avenue North, between 49th Avenue North and Bass Lake Road. • Installation of new water main along 49th Avenue North, between Erickson Drive and Boone Avenue North. Additional costs resulted to meet the previously unknown requirements incorporating the Federal Davis -Bacon Wage Decision MN130096 into the contract. The city engineer and staff have reviewed the cost submitted by S.R. Weidema Incorporated and find the cost for the additional work to be appropriate. At this time, no other additional costs are anticipated as a result of this contract change. Attachments • Resolution • Change order #1 • Engineer's Memorandum Motion by Second by To: I:RFA\ PubWorks 120141 PFA RFA 1-13-14 December 10, 2013 File: 193801579 Attention: Bob Paschke City of New Hope 5500 International Parkway New Hope, MN 55428 Stantec Consulting Services Inc. 2335 Highway 36 West 5t. Paul MN 55113 Tel: (651) 636-4600 Fax: (651) 636-1311 Reference:City Project #906 — 2013 Infrastructure Improvements — Minnesota Public Facilities Authority (PFA) requirement to incorporate Federal Davis -Bacon Wage Decision MN130096 into the Contract Dear Bob, The Minnesota Public Facilities Authority (PFA) has required incorporating the Federal Davis - Bacon Wage Decision MN130096 into the Contract for the 2013 Infrastructure Improvements project. As a result of this requirement, additional administrative costs were incurred by S.R. Weidema, the project contractor, in the amount of $776.13. We have reviewed this request and recommend this invoice be paid from the project construction amount. At this time, no additional costs are anticipated as a result of this Contract change. Attached is Change Order No. 1 which provides additional detail regarding this change, as well as the administrative cost invoice supplied by the contractor. If you have any questions or require further information please call me at (651)604-4808. Regards, STANTEC CONSULTING SERVICES INC. LA4UZ7dw W. X47" - Christopher W. Long, P.E. Attachments: Change Order No. 1; S.R. Weidema, Inc. Invoice No. 2102-54 c. Paul Coone, Bernie Weber, Shawn Markham — New Hope; Jason Petersen, Adam Martinson, Rohini Ray— Stantec. City of New Hope Resolution No. 2014- 09 Resolution approving change order no.1 to S.R. Weidema Incorporated for additional administrative expenses related to PFA funding (improvement project no. 906) WHEREAS, the city entered into a contract with S.R. Weidema Incorporated for the 2013 infrastructure improvement project on Boone and 491�1 Avenue North; and, WHEREAS, during the course of the project, in preparing documents for the Minnesota Public Facilities Authority, additional costs resulted to meet the previously unknown requirements incorporating the Federal Davis -Bacon Wage Decision MN130096 into the contract; and, WHEREAS, the city engineer and staff have reviewed the costs submitted by S.R. Weidema Incorporated and find the cost for the additional work to be appropriate. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin County, Minnesota: 1. That the City Council hereby approves payment in the amount of $776.13 to S.R. Weidema incorporated. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 13th day of January, 2014. Mayor Attest: City Clerk 4 stantec Owner: City of New Hope, 4401 Xylon Ave. N., New Hope, MN 55428 Date December 10, 2013 Contractor: S. R. Weidema Inc., 17600 113th Ave. N., Maple Grove, MN 55369 Bond Company: Travelers Casualty and Surety Co. of America, One Tower Square, Hartford, CT 06183 Bond No: 105901557 CONSTRUCTION CHANGE ORDER NO. 1 2013 INFRASTRUCTURE IMPROVEMENTS �O STANTEC PROJECT NO. 193801579 I CITY PROJECT NO. 906 N "� Description of Work This Change Order No. 1 provides for administrative costs associated with incorporating the Federal Davis -Bacon Wage Decision MN130096 into the Contract, including but not limited to notification of subcontractors and complying with prevailing wage requirements. The added wage determination is for heavy construction, including water and sewer lines. The attached wage determination shall apply to water and sanitary sewer work only. The Federal Davis -Bacon Wage Decision MN 130010 for highway construction was included in the original contract and shall apply to all other types of work, including roadway construction. The types of work included in this project are tabulated on Sheets G0.06 thea GO. 11 of the signed plans and can be used to determine which of the two Federal wage decisions will apply. The Minnesota state prevailing wages for highway and heavy construction for Region 09 were also included in the original contract and are applicable to all types of construction. The Minnesota Public Facilities Authority (PFA) requires that payment of wages, fringe benefits, and overtime rates be the higher of the applicable Federal Davis -Bacon or State of Minnesota prevailing wages. Upon execution of this Change Order, the attached prevailing wages shall be posted onsite. At the time this change order was executed, all subcontractors had been notified in writing of the added wage determination, and none had indicated the need to increase wages as a result. Should the contractor or any of the subcontractors be required to pay a higher wage rate because of the added determination, the city shall be notified immediately. Upon the contractor or subcontractor providing full documentation of the added costs, including but not limited to the wage rate that was applicable prior to this change order, wages agreed upon prior to construction, and wages required due to the added wage determination, the contractor or subcontractor shall be eligible for reimbursement for the added costs. See attached Davis -Bacon Wage Decision Number: MN130096 (pg. 1.5) Contract Unit Total No. Item Unit Quantity Price Amoun_1_ CHANGE ORDER NO.1 - ADMINISTRATIVE COSTS FOR ADDED LS 1 $776.13 $776.13 FEDERAL WAGE DETERMINATION TOTAL CHANGE ORDER NO. 1: 193801579CHOl.xlsm $776.13 Original Contract Amount Previous Change Orders This Change Order Revised Contract Amount (including this change order) CHANGE IN CONTRACT TIMES Original Contract Times: Substantial Completion (days or date): Ready for final Payment (days or date): Increase of this Change Order: Substantial Completion (days or date): Ready for final Payment (days or date): Contract Time with all approved Change Orders: Substantial Completion (days or date): Ready for final Payment (days or date): Recommended for Approval by: STANTEC Approved by Contractor: S. R. WEIDEMA, INC. Date cc: Owner Contractor Bonding Company Stantec 193801579CH01.xlsm Date: Approved by Owner: CITY OF NEW HOPE Date $5,996,668.49 $0.00 $776.13 $5,997,444.62 August 29, 20 October 31, 20 N_N130096 MOD 0 REVISED 03/29/13 MN96 ******** THIS WAGE DETERMINATION WAS REPLACED ON 03/29/13******** General Decision Number: MN130096 01/04/2013 Superseded General Decision Number: MN20120096 State: Minnesota Construction Type: Heavy Heavy including Water and Sewer Lines County: Hennepin County in Minnesota. HEAVY CONSTRUCTION PROJECTS (including sewer/water construction). Modification Number Publication Date 0 01/04/2013 CARP0548-002 07/01/2012 This wage determination shall apply to the water and sanitary sewer construction only. See Statement of Estimated Quantities on Sheets G0.O6 thru G0.11 of the signed plans for breakdown of each type of work. Wage determination MN13OO1O shall apply to all other types of work included in this project. Rates Fringes CARPENTER (Including Form Work) ...................... .....$ 33.34 16.73 ---------------------------------------------------------------- ELECO292-024 05/01/2009 Rates Fringes ELECTRICIAN..... .................$ 34.30 70.25% ------ --- * ENGI0049-064 05/01/2012 Rates Fringes OPERATOR: Power Equipment Group 2......................$ 31.97 16.70 Group 3 .....................$ 31.42 16.70 Group 4 .....................$ 31.12 16.70 Group 5 .............. ......$ 28.08 16.70 Group 6 .....................$ 26.87 16.70 POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 2: Crane with over 135" Boom, excluding jib; Dragline & Hydraulic Backhoe with shovel -type controls, 3 cubic yards and over; Grader/Blade finishing earthwork and bituminous. GROUP 3: Dragline & Hydraulic Backhoe with shovel -type controls up to 3 cubic yards; Loader 5 cu yd and over; Mechanic; Tandem Scraper; Truck Crane; Crawler Crane GROUP 4: Bituminous Roller 8 tons & over; Crusher/Crushing Plant; Drill Rig; Elevating Grader; Loader over 1 cu yd; Grader; Pump; Scraper up; to 32 cu yd; Farm Tractor with Backhoe attachment; Skid Steer Loader over 1 cu yd with Backhoe attachment; Bulldozer over 50 hp. GROUP 5: Bituminous Roller under 8 tons; Bituminous Rubber Tire Roller; Loader up to 1 cu yd; Bulldozer 50 hp or less. GROUP 6: Oiler; Self -Propelled Vibrating Packer 35 hp and over. CRANE OVER 135' BOOM, EXCLUDING JIB - $ .25 PREMIUM; CRANE OVER 200' BOOM, EXCLUDING JIB - $ .50 PREMIUM UNDERGROUND WORK: UNNELS, SHAFTS, ETC. - $ .25 PREMIUM UNDER AIR PRESSURE - $ .50 PREMIUM HAZARDOUS WASTE PROJECTS (PPE Required): LEVEL A - $1.25 PREMIUM LEVEL B - $ .90 PREMIUM LEVEL C - $ .60 PREMIUM IRON0512-041 05/01/2012 Rates Fringes IRONWORKER, STRUCTURAL AND REINFORCING ......................$ 34.15 21.20 ------------------------------------------------------------- LABOO132-037 05/01/2011 Rates Fringes LABORER (LANDSCAPE) .............. $ 18.79 10.05 ----------------------------------------------------------------- LAB00563-026 05/01/2011 Rates Fringes LABORERS (1) Common or General Laborer; Top Person.... __$ 28.42 13.23 (2) Mason Tender Cement/Concrete ..... ,,.,....$ 28.62 13.23 (6) Pipe Layer .............. $ 30.42 13.23 ------------------------------------------------------------------ PLAS0633-004 05/09/2012 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 32.80 17.00 ----------------------------------------------------------------- PLUM0015-023 06/01/2012 Rates Fringes PLUMBER..,....,..,,........__.. .$ 40.56 20.24 FOOTNOTE: Paid Holiday: Labor Day ----------------------------------------------------------------- PLUM0539-017 05/01/2012 Rates PIPEFITTER...... ....------ ......$ 36.52 ---------------------------------------------- TEAM0160-016 05/01/2012 Rates Fringes 25.21 Fringes The Truck Driver rates shown in this wage determination shall apply to the water and sanitary sewer construction only. See Statement of Estimated Quantities on Sheets G0.O6 thru G0.11 of the signed TRUCK DRIVER (DUMP)��J plans for breakdown of each type of work. (1) articulated Dump Truck.. $ 27.10 14.05 Wage determination MN13O01O: Highway (2) 3 Axles/4 Axles; 5 Construction shall be used for Truck Axles receive $0.30 Driver rates for all other types of work, additional per hour........ _ $ 26.55 14.05 including roadway construction. (3) Tandem Axles; & Single Axles .......................$ 26.45 14.05 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the .scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January - Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) if the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution A17nnIIa_ rT TA7 Washington, DC 202 4.) All decisions by the Admin END OF GENERAL DELIS January 21, 2014 S.R. Weidema, Inc. 17600113th Ave. N. Maple Grove, MN 55369 Subject: Change Order No.1 for Project No. 906 At its meeting of January 13, 2014, the New Hope City Council authorized change order no.1 for $776.13. Enclosed are signed change order documents. Please forward one copy to your bonding company. Sincerely, Valerie Leone, CMC City Clerk Enc. cc: Chris Long, Stantec Bob Paschke, director of public works CM OF NEW HOPE 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 * www. ci.new-hope.mn.us City Hall: 763-531-5100 * Police (non -emergency): 763-531-5170 * Public Works: 763-592-6777 * TDD: 763-531-5109 City Hall Fax: 763-531-5136 * Police Fax: 763-531-5174 * Public Works Fax: 763-592-6776 Request for Action��P Originating Department Approved for Agenda Agenda Section City Manager October 20, 2014 Work Session Item No. By: Kirk McDonald, City Manager By: Kirk McDonald 11.9 Discuss transfer from temporary financing fund to water fund for 2013 water infrastructure costs not covered by PFA loan Requested Action Staff requests to discuss a transfer from the temporary financing fund to the water fund to pay for 2013 water infrastructure costs not covered by the low interest loan from the Public Facilities Authority (PFA). Final costs for the water improvements are now completed and the temporary financing fund was discussed as a potential funding source when the contract for the project was awarded. If the council supports a transfer, staff will prepare a resolution and place on the agenda for a future regular council meeting. Policy/Past Practice The City Council approves all transfers between funds and a primary goal of the city is to revitalize the fund balance in the water utility fund. Background The resolution awarding the contract for the construction of the 2013 infrastructure improvements was approved at the March 25, 2013, city council meeting in the amount of $5,996,668.49, which included the alternate bid of $22,386 for the Boone avenue quiet zone improvements. The construction cost for the water infrastructure improvements was $1,117,062, with $1,035,000 of the improvements being funded with a low interest loan from the PFA. It was discussed at the time of the contract award that the additional construction cost of $82,062 could be financed from the temporary financing fund so the water utility fund would not be negatively impacted. The city engineer has recently submitted the final water infrastructure costs for the project (attached). The total water main construction costs were $1,019,578 ($97,484 under budget). Indirect costs for the project were 19% (legal, engineering, etc.). Indirect costs for the water infrastructure portion of the project were $209,000. Total water infrastructure costs were $1,019,578 + $209,000 = $1,228,578. Subtracting the PFA loan revenue, the total amount of the construction and indirect water infrastructure costs not covered by the PFA loan are ($1,035,000 - $1,228,578) $193,578. Motion by Second by To: I:/RFA/CityManager/2014/Q-TraztisferTemporaryToWater 102014 Request for Action, page 2 October 20, 2014 Staff recommends the council consider a transfer from the temporary financing fund to the water fund for $193,578 to pay for the 2013 water infrastructure costs not covered by the PFA loan in order to keep the balance of the water fund viable for future projects. Attached are current fund projection sheets prepared by AEM for both the water and temporary financing fund. The current water fund projection included the original estimated transfer amount (approximately $80,000) so a longer transfer would improve the overall water fund balance. The temporary financing fund projection includes the recommended transfer of $193,578 and shows that even with the JWC emergency water supply project, there are adequate funds to make the transfer. Attachments March 25, 2013 RFA contract award March 25, 2013 council minutes City engineer memo — final water costs Fund projections .A COUNCIL Request for Action Originating Department Approved fQ.r Asenda Agenda Section Development and Public Works March 25, 2013 Planning Item No. By: Guy Johnson By: Kirk McDonald, 8.2 Resolution awarding contract for construction of public improvement No. 906 (2013 street and infrastructure improvement project) Requested Action Staff requests approval of a resolution awarding a contract for construction of public improvement No. 906 to the low and responsible bidder, S. R. Weidema Inc., in the amount of $5,996,668.49. This price is the total of the base bid of $5,974,281.93, plus alternate 1, $22,386.56. The engineer's estimate for the base bid and the alternate was $6,115,101. Alternate 1 is the proposed construction of a quiet zone at the Boone Avenue railroad crossing. S. R. Weidema Inc. is a very competent company and constructed the city's 2010 and 2011 street infrastructure projects. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan has identified this area for maintenance activities. Background The proposed 2U13 infrastructure project will involve street and utility infrastructure improvements. Based upon the analysis of street condition ratings, GoodPointe Technology staff identified 49th Avenue from TH 169 to Boone Avenue; Boone Avenue from 49th Avenue to Bass Lake Road; and the industrial streets between Boone Avenue and the TH 169 service road for maintenance activities in 2013. Council authorized preparation of a feasibility report for construction of a 2013 street infrastructure project on July 23, 2012. Additional discussions regarding the funding and prioritization of the water main replacement took place at the Council's October 15, 2012, work session. Motion by To: Second by I:\RFAIPUBW0RKS\20131906 2013 Street Infrastructure Award Contract.doc Request for Action March 25, 2013 Page 2 On November 13, 2012, the city engineer presented the feasibility report for the proposed 2013 infrastructure improvement project. Council reviewed the report and scheduled a public hearing for December 10, 2012. The city clerk notified the property owners regarding the proposed assessment project and the public hearing was held on December 10, 2012. Council discussed funding and prioritization of the water main replacement again at its December 10, 2012, meeting. With updated estimated project costs and funding restrictions, Council accepted staff's recommendation that Alternate 1 and Alternate 2 streets be milled and overlaid with spot water main, sanitary sewer, and storm water infrastructure corrections completed where necessary. Due to cost, Council also accepted staffs recommendation of a street striping layout for the project area of Boone Avenue that follows the city's complete streets policy and allows for bike lanes in both directions. Also at the December 10, 2012, meeting, Council reviewed and discussed options for a possible quiet zone at the Boone Avenue railroad crossing. Council requested that staff continue to work with the Federal Railroad Administration, Minnesota Department of Transportation Railroad Administration, and Canadian Pacific Railroad to minimize the impact to the abutting companies' operations. Staff sent a notice of intent by certified mail for a quiet zone and met onsite with representatives from the Federal Railroad Administration, Minnesota Department of Transportation Railroad Administration, and Canadian Pacific Railroad on Monday, January 7, 2013, to complete a diagnostic team review. Comments from the diagnostic team review were required to be included in the city's Federal Railroad Administration application submittal to use alternate safety measures such as shorter median lengths. Further quiet zone discussions took place at the Council work session on January 22, 2013, and Council agreed with staff's recommendation that the city continue to pursue the Boone Avenue railroad quiet zone as an alternate to the 2013 infrastructure improvement project. A public informational meeting concerning this project was held on Tuesday, January 15, 2013. Council ordered construction of the 2013 street infrastructure improvement project and authorized the preparation of plans and specifications at its meeting on January 28, 2013. Council approved plans and specifications and ordered advertisement for bids at the February 11 Council meeting. The proposed project schedule is: • Review bids and award contract on March 25, 2013 o Start construction in April 2013 Funding Bids were received from four firms on March 19, 2013, with the low bidder being S. R. Weidema Inc. at $5,996,668.49. L• \ RFAIPUBWORKS120131906 2013 Street Infrastructure Award Contract.doc 'Request for Action March 25, 2013 Page 3 In accordance with New Hope's assessment policy, the breakdown for estimated revenue sources from the feasibility report for the base 2013 infrastructure project is: • Proposed assessment amount $233,000.00 • Proposed city assessment amount $429,000.00 State aid $3,672,973.69 • Street infrastructure fund $93,163.05 o Storm water fund $292,552.95 + Sanitary sewer fund $136,530.25 Water main replacement - PFA loan 1,035,000.00i $1,035,000.00- 0Water main infrastructure - water fund $82,062.00 Subtotal Estimate $5,974,281.93 Quiet Zone Alternate: Street infrastructure fund $22,386.56 TOTAL Estimate $5,996,668.49 *The city has received notice of approval that the project is on the public facilities authority's (PFA) 2013 intended use plan (IUP). The 2013 IUP identifies projects the PFA intends to fund from the clean water revolving fund. The city has also received notice that the city has been approved for a $13,500 Hennepin County grant for installation of on street bike lanes along Boone Avenue. Attachments The engineer's memorandum, copies of the bid tabulations, and the resolution prepared by the city attorney awarding the contract are attached. C.\Users\giohnson\AppData\Local\Microsoft\ Windows\Temporary Internet Files\Content.Outlook\MOHUEBAX\Draft_906 2013 Street Infrastructure Award Contract.doc ACCOMMODATE THE EXPANSION OF THE ARC VALUE VILLAGE THRIFT STORE; DANIEL W. ENGELSMA AND ENGELSMA LIMITED PARTNERSHIP, PETITIONER)." The motion for the adoption of the foregoing resolution was seconded by Council Member Stauner, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Lammle, Stauner; and the following voted against the same: None; Abstained: None; Absent: None; whereupon the resolution was declared duly passed and adopted signed by the mayor which was attested to by the city clerk. I..NAP. PROJECT 906 Mayor Hemken introduced for discussion Item 8.2, Resolution awarding Rein 00.2 contract for construction of public improvement No. 906 (2013 street and infrastructure. improvement project). Mr. Chris Long, city engineer, illustrated the proposed project location in the northwest part of New Hope in the industrial area (49th Avenue from Erickson Drive to Boone Avenue, Boone Avenue from 49th Avenue to Bass Lake Road, and the industrial streets between Boone Avenue and TH-169 Frontage Road). Mr. Long reported the project components include street rehabilitation (reclamation or mill and overlay), water main replacement, sanitary sewer improvements, storm sewer improvements, and other potential improvements such as a railroad quiet zone, aspects of Complete Streets, and traffic sign replacement. He stated bids were opened on March 19 and the city received four bids. Mr. Long stated the low bid was submitted by S. R. Weidema, Inc. for $5,996,668.49 (base bid of $5,974,281.93 and alternate of $22,386.56 for the quiet zone railroad improvements). He stated S.R. Weidema performed the city's 2011 and 2011 street infrastructure projects and is a very competent company, Mr. Long reviewed possible revenue sources: • Minnesota state aid • Public Facilities Authority Loan • Assessments to tax exempt properties for street improvements • Water Fund • Sanitary Sewer Fund • Street Fund 4 Storm Water Fund Hennepin County 2013 Bikeway Development Program ($13,500 grant) Mr. Long reviewed the project schedule with construction beginning this spring, and final completion occurring in the summer of 2014. Council Member Stauner inquired whether the contractor has been advised that the alternate is subject to approval by the Federal Railroad Administration. Mr. Long confirmed the conditions regarding construction of the railroad quiet zone improvements are outlined in the contract. Mayor Hemken inquired of street closures. Mr. Long stated road closures are New Hope City Council March 25, 2013 Page 5 expected but traffic will be allowed to adjacent properties. Council NT0,ni-e!, Staun,.. noted the city is relying a PFA loan in excess of $1 million to fund a large part of the water improvements. He inquired of a backup plan if the city is unsuccessful in securing the loan. City Manager McDonald acknowledged the proposed funding of $1,035,000 from the PFA loan and $82,062 from the water fund. He stated funds could be transferred from the temporary financing fund which has a $2.7 million balance or from the storm water fund which contains a $2 million balance. RESOLUTION 2013.52 Council Member Lammle introduced the following resolution and moved its Item 8.2 adoption: "RESOLI] FION AWARDING CONTRACT FOR CONSTRUCTION OF PUBLIC IMPROVEMENT NO. 906 (2013 STREET AND INFRASTRUCTURE IMPROVEMENT PROJECT)." The motion for the adoption of the foregoing resolution was seconded by Council Member Hoffe, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Lammle, Stauner; and the following voted against the same: None; Abstained: None; Absent: None; whereupon the resolution was declared dulv iDassed and adopted, signed by the mayor which was attested to by the city clerk. PFA LOAN Mayor Hemken introduced for discussion Item 8.3, Resolution authorizing a Item 8.3 grant application for a loan from the Minnesota Public Facilities Authority's (PFA) Application Clean Water Revolving Fund/Drinking Water Revolving Fund. Mr. Chris Long, city engineer, stated the resolution authorizes submittal of the city's application to the Minnesota Public Facilities Authority's (PFA) for a low interest loan to be used for costs related to the water main replacement components of the 2013 street and infrastructure improvement project. Mr. Kirk McDonald, city manager, commended Public Works Director Guy Johnson for his efforts to ensure the application was submitted in a timely fashion. City Engineer Long also acknowledged efforts of Jason Peterson from Stantec who assisted city staff with the application process. RESOLUTION 2013-53 Council Member Elder introduced the following resolution and moved its Item 8.3 adoption: "RESOLUTION AUTHORIZING A GRANT APPLICATION FOR A LOAN FROM THE MINNESOTA PUBLIC FACILITIES AUTHORITY'S (PFA) APPLICATION CLEAN WATER REVOLVING FUND/DRINKING WATER REVOLVING FUND)." The motion for the adoption of the foregoing resolution was seconded by Council Member Stauner, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Elder, Hoffe, Lammle, Stauner; and the following voted against the same: None; Abstained: None; Absent: None; whereupon the resolution was declared duly12assed and adopted, signed by the mayor which was attested to by the city clerk. SIGN CODE Mayor Hemken introduced for discussion Item 10.1, Ordinance No. 2013-03, Item 10.1 An ordinance amending the New Hope Sign Code regarding changeable copy New Hope City Council March 25, 2013 Page 6 such as a railroad quiet zone, aspects of Complete Streets, and traffic sign replacement. He stated the public hearing for the project was held on December 10, 2012, and an open house was held January 15, 2013, for surrounding businesses and residents. Mr. Long explained the application submitted to the Federal Railroad Administration regarding the proposed quiet zone for the Boone Avenue railroad crossing. He reported the proposal includes a 100 foot median on the north side of the railroad tracks and a 30 foot median on the south side of the tracks. He stated the application also indicated relocation of the curb in the southeast quadrant of the crossing to the east, the expansion of both driveway approaches for the businesses just south of the crossing, the extension of no parking along the curb in the northeast quadrant of the crossing, and requested a 24-hour quiet zone. He noted the cost of the improvements for the quiet zone would likely be under $50,000 and will be bid as an Alternate to the project. Mr. Long noted it could take the FRA 60 days up to one year to consider the city's application. He stated the improvements could be made as late as May or June of 2014 so long as it is constructed prior to installation of the asphalt wear course on Boone Avenue. Mr. Long reviewed cost estimates of the project totaling $7,300,000. Revenue sources were reviewed including the possible use of a Minnesota Public Facilities Authority (PFA) loan, $4 million in state aid, and a $13,500 Hennepin County Bikeway Grant. It was noted that tax exempt properties would be assessed for the street improvements only. Mr. Long reviewed the project schedule with bids presented to Council on March 25, construction beginning this spring, and final completion occurring in the summer of 2014. Mayor Hemken inquired of the reason for requesting a 24-hour quiet zone instead of a partial quiet zone. Mr. Long explained that Plymouth has a partial quiet zone (no horns from 10 pm to 7 am) and if New Hope's request for a 24- hour quiet zone is approved the city of Plymouth might follow suit. He noted regardless of the Boone Avenue crossing decision, the train whistle will continue to sound at the nearby Winnetka Avenue crossing. RESOLUTION 2013-36 Council Member Lammle introduced the following resolution and moved its Item 8.1 adoption: "RESOLUTION APPROVING PLANS AND SPECIFICATIONS AND ORDERING ADVERTISEMENT FOR BIDS FOR PUBLIC IMPROVEMENT NO. 906 (2013 INFRASTRUCTURE IMPROVEMENT PROJECT)." The motion for the adoption of the foregoing resolution was seconded by Council Member Hoffe, and upon vote being taken thereon, the following voted in favor thereof: Hemken, Hoffe, Lammle, Stauner; and the following voted against the same: None; Abstained: None; Absent: Elder; whereupon the resolution was declared duly passed and adopted,, signed by the mayor which was attested to by the city clerk. hblP. PROJECT 893 Mayor Hemken introduced for discussion Item 8.2, Motion authorizing the New Hope City Council February 11, 2013 Page 4 McDonald Kirk From: Long, Chris [Chris. Long@stantec.com] Sent: Wednesday, October 08, 2014 2:26 PM To: McDonald Kirk Cc: Paschke Bob; Dienhart, Ann; Leone Valerie Subject: 2013 Infr. Imp. - Final Water Main Costs Kirk, Please see the tables below with the final water costs for the 2013 Infrastructure Improvements project. The water main construction costs are final amounts. In regards to the indirect costs, the water main was approximately 19% of the overall construction; therefore, final water main indirect costs were calculated using 19% of the total estimated final indirect costs. Let me know if you have any questions or need further clarifications. Thanks! Water Main Costs Amount Total Water Main Construction Costs $1,019,577.96 Tota! Est. Water Main indirect Costs (19%) $209,000.00 Total Estimated Project Costs $1,228,577.96 Funding Sources Amount PFA Loan $1,035,000.00 Temporary Financing Fund $193,577.96 Total Funding $1,228,577.96 Senior Project Manager Stantec Phone: (651 ) 604-4808 C, ris.Long@stantec.com LE The content of this email is the confidential property of Stantec and should not be copied, modified, retransmitted, or used for any purpose except with Stantec's written outhoriaat?on. If you are not the intended recipient, please delete all copies and notify us immediately. ,._os, cnr _ .iF, 6.nvlronm6nt b -,ore pr itirg this email. Water Fund Analysis Cash as of 9-30-14 $ 1,434,445 2014 remaining budgeted revenue 1,763,867 Transfer fr:-im Temp 1�1nanCe fund for 2013 water infrastructure costs not covered by PFA loan S 80,000 Total available $ 3,278,312 Operational expenses - budgeted Wages and benefits 51,7I4 Supplies/materials (10,890) Contracted services 72,105 112,929 Project as identifed below 400,000 Uncommitted 2,875,312 "Depreciation - non cash item so excluded From analysis 37,500 -2- Project cost per project Project cost Total sheet or Spent to in prior project cost Remaining o'ect # Water final cost date in 2014 years to date project cost 2014 Pavement Management 935 Stratem Pilot Project $ 1,682 $ - $ 1,682 $ - 946 2015 Infrastructure Im 400,000 400,000 Total 400,000 1.. 1,682 - I,682 400.000 -2- McDonald Kirk From: Jean D. McGann [Jean.McGann@aemfinancialsoiutions.com] Sent: Wednesday, October 15, 2014 8:44 AM To: McDonald Kirk Subject: Temporary financing commitments Kirk, Outlined below is a revised analysis of Temporary Financing fund commitments. Please let me know if you have any questions. Jean Temporary financing Cash as of 9-30-14 $ 3,185,852 Total available $ 3,185,832 C ortunitments Projects as identified below 1,422,293 Unconnni#ted $1,763,559 Jean McGann President AEM Financial Solutions Certified Public Accountants & Consultants 5201 Eden Avenue, Suite 250 Edina, Minnesota 55436 952.715.3059 Direct 952.715.3070 Phone 952.835.3261 Fax www.aemcpas.com Project cost perproject Project cost sheet or final Sent to date in prior Totalproject 2014 Remaining Project # Project Description cost in 2014 years cost repayment project cost 2013 Water improve:vents not PFA c overe d by PFA loan $ 193,378 $ - $ - $ - $ 193,578 Parking lot Fire department pa:rking lot 208,056 - - - 208,056 JWC Emergency water supply JWC loan 1,100,000 119,341 480,659 Sign SiEn at Golf c ouree 40,000 - _ _ 40 000 Total 1,422,293 Jean McGann President AEM Financial Solutions Certified Public Accountants & Consultants 5201 Eden Avenue, Suite 250 Edina, Minnesota 55436 952.715.3059 Direct 952.715.3070 Phone 952.835.3261 Fax www.aemcpas.com Request for Action Originating Department Approved for Agenda Agenda Section Ordinances & City Manager November 10, 2014 Resolutions Item No. By: Kirk McDonald, City Manager 1 By: Kirk McDonald 10.1 Resolution authorizing transfer from temporary financing fund to water fund for 2013 water infrastructure costs not covered by PFA loan Requested Action Staff recommends the City Council approve the attached resolution authorizing transfer from temporary financing fund to water fund for 2013 water infrastructure costs not covered by PFA loan. Final costs for the water improvements are now completed and the temporary financing fund was discussed as a potential funding source when the contract for the project was awarded so the water fund would not be negatively impacted. The City Council discussed this transfer at the October 20 Council Work session and supported the transfer and directed staff to place the item on a regular council agenda for formal action. Policy/Past Practice The City Council approves all transfers between funds and a primary goal of the city is to revitalize the fund balance in the water utility fund. Background The resolution awarding the contract for the construction of the 2013 infrastructure improvements was approved at the March 25, 2013, city council meeting in the amount of $5,996,668.49, which included the alternate bid of $22,386 for the Boone avenue quiet zone improvements. The construction cost for the water infrastructure improvements was $1,117,062, with $1,035,000 of the improvements being funded with a low interest loan from the PFA. It was discussed at the time of the contract award that the additional construction cost of $82,062 could be financed from the temporary financing fund so the water utility fund would not be negatively impacted. The city engineer has recently submitted the final water infrastructure costs for the project (attached). The total water main construction costs were $1,019,578 ($97,484 under budget). Indirect costs for the project were 19% (legal, engineering, etc.). Indirect costs for the water infrastructure portion of the project were $209,000. Total water infrastructure costs were $1,019,578 + $209,000 = $1,228,578. Subtracting the PFA loan revenue, the total amount of the construction and indirect water infrastructure costs not covered by the PFA loan are ($1,035,000 - $1,228,578) $193,578. Motion by I Second by To: I:/RFA/CityManager/2014/Q&R-TransferTemporaryToWater 111014 Request for Action, page 2 November 10, 2014 Staff recommends the council approve a transfer from the temporary financing fund to the water fund for $193,578 to pay for the 2013 water infrastructure costs not covered by the PFA loan in order to keep the balance of the water fund viable for future projects. Attached are current fund projection sheets prepared by AEM for both the water and temporary financing fund. The current water fund projection included the original estimated transfer amount (approximately $80,000) so a longer transfer would improve the overall water fund balance. The temporary financing fund projection includes the recommended transfer of $193,578 and shows that even with the JWC emergency water supply project, there are adequate funds to make the transfer. The attached resolution authorizes the transfer of funds, and staff recommends approval of the resolution. Attachments Resolution October 20 work session minutes excerpt March 25, 2013 RFA contract award March 25, 2013 council minutes City engineer memo — final water costs Fund projections Golf Course Ms. McGann stated the fund had a cash balance of $61,354 at the beginning of 2014. She stated the overall expenses for 2015 increased by 2.7% due to personnel costs (cost of living increases and seasonal salary adjustments due to minimum wage requirements). Director Susan Rader stated the 2015 budget includes a 50 cent increase in greens fees for adults and seniors. She noted projected utility cost increases. Ice Arena Ms. McGann stated the fund had a cash balance of $151,415 at the beginning of 2014. The budget shows a deficit of $482,637 largely due to proposed capital improvements. Director Rader stated revenue will be achieved from dryland training area, skate rental, and small increase in youth hockey concession contract. -She stated the prime ice time rate will increase from $197 to $200/hour effective September 2015. She noted the importance of remaining competitive with ice rates. Ms. Rader explained the budget includes $180,000 in depreciation, $60,000 for bond savings, and $318,000 in capital improvements (primarily replacing the south rink floor). She noted staff is exploring grant opportunities to help offset the cost of the capital improvements. Mayor Hemken introduced for discussion Item 11.9, Discuss transfer from temporary financing fund to water fund for 2013 water infrastructure costs not covered by PFA loan. Mr. Kirk McDonald, city manager, stated staff recommends the council consider transfer from the temporary financing fund to the water fund for $193,578 to pay for the 2013 water infrastructure costs not covered by the PFA loan. Mr. McDonald explained the final construction cost for the water infrastructure improvements was $1,117,062, and $1,035,000 of the improvements was funded with a low interest loan from the PFA. He stated when the contract was awarded Council discussed paying for remaining costs from the temporary financing fund so the water utility fund would not be negatively impacted. Ms. McGann stated the temporary financing fund has $1.5 million in uncommitted funds. Council expressed support for the transfer. Mr. McDonald stated a resolution will be presented at the November 10 Council Meeting. Council Member Stauner inquired of the funding source for the temporary financing fund. Mr. McDonald stated it receives interest earnings as well as $120,000 annually from the water fund. Mr. McDonald stated staff will prepare a spreadsheet outlining the temporary financing fund for discussion at a future meeting. ADJOURNMENT The meeting was adjourned at 9:55 p.m. as there was no further business to City Council Work Session Page 12 October 20, 2014 McDonald Kirk From: Long, Chris [Chris.Long@stantec.com] Seat: Wednesday, October 08, 2014 2:26 PM To: McDonald Kirk Cc: Paschke Bob; Dienhart, Ann; Leone Valerie Subject: 2013 Infr. Imp. - Final Water Main Costs Kirk, Please see the tables below with the final water costs for the 2013 Infrastructure improvements project. The water main construction costs are final amounts. In regards to the indirect costs, the water main was approximately 19% of the overall construction; therefore, final water main indirect costs were calculated using 19% of the total estimated final indirect costs. Let me know it you have any questions or need further clarifications. Thanks! Water Main Costs Amount Total Water Main Construction Costs $1,019,577.96 Total Est. Water Main Indirect Costs (19%) $209,000.00 Total Estimated Project Costs $1,228,577.96 Funding Sources Amount PFA Loan $1,035,000.00 Temporary Financing Fund $193,577.96 Total Funding $1,228,577.96 Senior Project Manager Stantec Phone: (651 ) 604-4808 Chris.Long@stantec.com L ,..f?leb,,Ain, :P S Vti i Cf�l.l i1 t. t, j•`y {'i?tyi C. °I:'f.' it Pr�,'1?Y7 til_. The Content of this email is the confidential property of Stantec and should not be copled,'modiFled, retransmitted, or used for any purpose except with Stantec's written authorization. If you are not the intended recipient, please delete all copies and notify us immediately. =:t Please con -;de,- the environment before printing this email Water Fund Analysis Water Fund Cash as of 9-30-14 $ 1,434,445 2014 remaining budgeted revenue 1,763,867 Transfer from Temp Finance fund for 2013 water infrastructure costs not covered by PFA loan $ 80,000 Total available $ 3,278,312 Operational expenses - budgeted Wages and benefits 51,714 Supplies/materials (10,890) Contracted services 72,105 112,929 Project as identified below 400,000 Uncommitted 2,878,312 "Depreciation - non cash item so excluded from analysis 37,500 Project cost per project Project cost Total sheet or Spent to in prior project cost Remaining Project #E Water final cost date in 2014 years to date project cost 2014 Pavement Management 935 Strategy Pilot Project $ 1,682 $ - $ 1,682 $ 946 2015 Infrastructure Imp 400,000 400,000 Total 400,000 1,682 - 1,682 400,000 921 From: Jean D. McGann (Jean.McGann@aemfinancialsolutions.com] Sent: Wednesday, October 15, 2014 8:44 AM To: McDonald Kirk Subject: Temporary financing commitments Kirk, Outlined below is a revised analysis of Temporary Financing fund commitments. Please let me know if you have any questions. Jean Teneorm7 Stancing Cash as of 30-14 $ 3,185,852 Total available $ 3,185 832 Commitments Projects as identified below 1,422,293 Unconunitied $1C'97 Pro'ect # Pro'ect Desc ' tion 2013 Water improvements not PFA covered b PFA loan Parkin Iot Fire de attment arldn lot JWC Emergency water supply JWC loan Si Si at Golf c outgo Total Jean McGann President AEM Financial Solutions Certified Public Accountants & Consultants 5201 Eden Avenue, Suite 250 Edina, Minnesota 55436 952.715.3059 Direct 952.71.5.3070 Phone 952.835.3261 Fax www.aemct)os.com 59 Project cost per F%Lett Project cast sheet or deal Spent to date inpdor Tatalproject:2014 Renaming cost in 2014 ars cost nt ro'ect cost $ 193 578 $ - $ - $ - $ 193,578 208,051 - _ _ ono n« I 1 November 21, 2014 North Ridge Health & Rehab 5430 Boone Avenue North New Hope, '_VIN 55428 Subject: Assessment for 2013 Street Infrastructure Project #906 The assessment hearing on this project will not be held this fall as originally planned. The delay is necessary as project costs are not final. Therefore, a hearing will be held in 2015 followed by assessments certified to the county with the first installment due in 2016. The proposed assessments as stated in the notice dated November 27, 2012, are: Address Northwest Church of Christ 8624 501h Avenue North Minnesota Masonic Home North Ridge 5430 Boone Avenue North Hearing & Service Dogs of MN 9440 Science Center Drive City of New Hope properties PID number 07-118-21-13-0104 06-118-21-43-0037 06-118-21-33-0001 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 Please call me at 763-531-5117 if you have any questions, ?ycerel, Valerie Leone, CMC Clerk -Treasurer CITY OF NEW HOPE Estimated Assessment $52,979 $131,474 $48,744 $428,887 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 • www, ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 November 21, 2014 Northwest Church of Christ 8624 501h Avenue North New Hope, MN 55428 Subject: Assessment for 2013 Street Infrastructure Project #906 The assessment hearing on this project will not be held this fall as originally planned. The delay is necessary as project costs are not final. Therefore, a hearing will be held in 2015 followed by assessments certified to the county with the first installment due in 2016. The proposed assessments as stated in the notice dated November 27, 2012, are: Address Northwest Church of Christ 8624 501h Avenue North Minnesota Masonic Horne North Ridge 5430 Boone Avenue North Hearing & Service Dogs of MN 9440 Science Center Drive City of New Hope properties PID number 07-118-21-13-0104 06-118-21-43-0037 06-118-21-33-0001 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 Please call me at 763-531-5117 if you have any questions. Si cereiy; Valerie Leone, CMC Clerk -Treasurer CITY OF NEW HOPE Estimated Assessment $52,979 $131,474 $48,744 $428,887 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. cf.new-hope.mmus City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 City Hall Fax: 763-531-5136 + Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 November 21, 2014 Hearing & Service Dogs of MN 9440 Science Center Drive New Hope, MN 55428 Subject: Assessment for 2013 Street Infrastructure Project #906 The assessment hearing on this project will not be held this fall as originally planned. The delay is necessary as project costs are not final. Therefore, a hearing will be held in 2015 followed by assessments certified to the county with the first installment due in 2016. The proposed assessments as stated in the notice dated November 27, 2012, are: Address Northwest Church of Christ 8624 50th Avenue North Minnesota Masonic Home North Ridge 5430 Boone Avenue North Hearing & Service Dogs of MN 9440 Science Center Drive City of New Hope properties PID number 07-118-21-13-0104 06-118-21-43-0037 06-118-21-33-0001 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 Please call me at 763-531-5117 if you have any questions. Sincerely, s'�14 PAZ- Valerie PZ Valerie Leone, CMC Clerk -Treasurer CITY OF NEW HOPE Estimated Assessment $52,979 $131,474 $48,744 $428,887 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 + www. ci.new-hope.mmus City Hall: 763-531-5100 + Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 City Hall Fax: 763-531-5136 + Police Fax: 763-531-5174 + Public Works Fax: 763-592-6776 Leone Valerie From: Hoyt Carissa Sent: Monday, November 24, 2014 7:28 AM To: Leone Valerie Subject: RE: pending assessment .A i`i FM wia -=e:ij!. :�-al�krh:i �,._� r.. C` , ; J.';!'•{ t.'. _moi i' C1 it�-�!1 �.. :.,.'`r,'." ] �•u' f•:. .. _ M ' ;,vtl P��.,. , This is shown as a future assessment. e'er ?4-ia 2. EaV City of'New Hope Utility Billing & Special Assessnient5 (763) 852-676o Direct (763) 5N-67177I1Iain (763) 592-6776 Fax utility -bill inLr(iDci.new-hone.mn, us 5500 International Pkwy New liope, Mi" 55='t�38 From: Leone Valerie Sent: Friday, November 21, 2014 9:20 AM To: Hoyt Carissa Subject: pending assessment Can you tell me if this is still shown as a pending assessment project 906? (Northridge pro perty)....wondering if it got paid off when the property was sold earlier this year. 06-118-21-43-0037 $131,474 Valerie Leone, City Clerk City of New Hope (763)531-5117 vleone@ci.new-hope_mn.us 1 MINNESOTA STATUTES 2015 429.061 429.061 ASSESSMENT PROCEDURE. Subdivision 1. Calculation, notice. At any time after the expense incurred or to be incurred in making an improvement shall be calculated under the direction of the council, the council shall determine by resolution the amount of the total expense the municipality will pay, other than the amount, if any, which it will pay as a property owner, and the amount to be assessed. If a county proposes to assess within the boundaries of a city for a county state -aid highway or county highway, including curbs, gutters, and storm sewers, the resolution must include the portion of the cost proposed to be assessed within the city. The county shall forward the resolution to the city and it may not proceed with the assessment procedure nor may the county allocate any cost under this section for property within the city unless the city council adopts the resolution approving the assessment. Thereupon the clerk, with the assistance of the engineer or other qualified person selected by the council, shall calculate the proper amount to be specially assessed for the improvement against every assessable lot, piece or parcel of land, without regard to cash valuation, in accordance with the provisions of section 429.051. The proposed assessment roll shall be filed with the clerk and be open to public inspection. The clerk shall thereupon, under the council's direction, publish notice that the council will meet to consider the proposed assessment. Such notice shall be piibli lied in the newspaper at least once and shall be mailed to the owner of each parcel described in the assessment roll. For the purpose of giving mailed notice under this subdivision, owners shall be those shown to be such on the records of the county auditor or, in any county where tax statements are mailed by the county treasurer, on the records of the county treasurer; but other appropriate records may be used for this purpose. Such publication and mailing shall be no less than two weeks prior to such meeting of the council. Except as to the owners of tax-exempt property or property taxes on a gross earnings basis, every property owner whose name does not appear on the records of the county auditor or the county treasurer shall be deemed to have waived such mailed notice unless the owner has requested in writing that the county auditor or county treasurer, as the case may be, include the name on the records for such purpose. Such notice shall state the date, time, and place of such meeting, the general nature of the improvement, the area proposed to be assessed, the total amount of the proposed assessment, that the proposed assessment roll is on the file with the clerk, and that written or oral objections thereto by any property owner will be considered. The notice must also state that no appeal may be taken as to the amount of any assessment adopted pursuant to subdivision 2, unless a written objection signed by the affected property owner is filed with the municipal clerk prior to the assessment hearing or presented to the presiding officer at the hearing. The notice shall also state that an owner may appeal an assessment to district court pursuant to section 429.081 by serving notice of the appeal upon the mayor or clerk of the municipality within 30 days after the adoption of the assessment and filing such notice with the district court within ten days after service upon the mayor or clerk. The notice shall also inform property owners of the provisions of sections 435.193 to 435.195 and the existence of any deferment procedure established pursuant thereto in the municipality. In addition, the notice mailed to the owner must state in clear language the following information: (1) the amount to be specially assessed against that particular lot, piece, or parcel of land; (2) adoption by the council of the proposed assessment may be taken at the hearing; (3) the right of the property owner to prepay the entire assessment and the person to whom prepayment must be made; (4) whether partial prepayment of the assessment has been authorized by ordinance; (5) the time within which prepayment may be made without the assessment of interest; and (6) the rate of interest to be accrued if the assessment is not prepaid within the required time period. Copyright 0 2015 by the Revisor of Statutes, State of Minnesota. All Rights Reserved. 429.061 MINNESOTA STATUTES 2015 2 Subd. 2. Adoption; interest. At such meeting or at any adjournment thereof the council shall hear and pass upon all objections to the proposed assessment, whether presented orally or in writing. The council may amend the proposed assessment as to any parcel and by resolution adopt the same as the special assessment against the lands named in the assessment roll. Notice of any adjournment of the hearing shall be adequate if the minutes of the meeting so adjourned show the time and place when and where the hearing is to be continued. The council may consider any objection to the amount of a proposed assessment as to a specific parcel of land at an adjourned hearing upon further notice to the affected property owner as it deems advisable. At the adjourned hearing the council or a committee of it may hear further written or oral testimony on behalf of the objecting property owner and may consider further written or oral testimony from appropriate city officials and other witnesses as to the amount of the assessment. The council or committee shall prepare a record of the proceedings at the adjourned hearing and written findings as to the amount of the assessment. The amount of the assessment as finally determined by the council shall become a part of the adopted assessment roll. No appeal may be taken as to the amount of any assessment adopted under this section unless written objection signed by the affected property owner is filed with the municipal clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by this subdivision are waived, unless the failure to object at the assessment hearing is due to a reasonable cause. If the adopted assessment differs from the proposed assessment as to any particular Iot, piece, or parcel of land, the clerk must mail to the owner a notice stating the amount of the adopted assessment. Owners must also be notified by mail of any changes adopted by the council in interest rates or prepayment requirements from those contained in the notice of the proposed assessment. The assessment, with accruing interest, shall be a lien upon all private and public property included therein, from the date of the resolution adopting the assessment, concurrent with general taxes; but the lien shall not be enforceable against public property as long as it is publicly owned, and during such period the assessment shall be recoverable from the owner of such property only in the manner and to the extent provided in section 435.19. Unless otherwise provided in the resolution, all assessments shall be payable in equal annual installments extending over such period, not exceeding 30 years, as the resolution determines, payable on the first Monday in January in each year, but the number of installments need not be uniform for all assessments included in a single assessment roll if a uniform criterion for determining the number of installments is provided by the resolution. Assessments on property located in a targeted neighborhood as defined in Laws 1987, chapter 386, article 6, section 4, may be payable in variable annual installments if the resolution provides for a variable payment. The first installment of each assessment shall be included in the first tax rolls completed after its adoption and shall be payable in the same year as the taxes contained therein; except that the payment of the first installment of any assessment levied upon unimproved property may be deferred until a designated future year, or until the platting of the property or the construction of improvements thereon, upon such terms and conditions and based upon such standards and criteria as may be provided by resolution of the council. If special assessments against the property have been deferred pursuant to this subdivision, the governmental unit shall record with the county recorder in the county in which the property is located a certificate containing the legal description of the affected property and of the amount deferred. In any event, every assessment the payment of which is so deferred, when it becomes payable, shall be divided into a number of installments such that the last installment thereof will be payable not more than 30 years after the levy of the assessment. All assessments shall bear interest at such rate as the resolution determines. To the first installment of each assessment shall be added interest on the entire assessment from a date specified in the resolution levying the assessment, not earlier than the date of the Copyright 0 2015 by the Revisor of Statutes, State of Minnesota. All Rights Reserved. MINNESOTA STATUTES 2015 429.061 resolution, until December 31 of the year in which the first installment is payable, and to each subsequent installment shall be added interest for one year. on all unpaid installments; or alternatively, any assessment may be made payable in equal annual installments including principal and interest, each in the amount annually required to pay the principal over such period with interest at such rate as the resolution determines, not exceeding the maximum period and rate specified above. In the latter event no prepayment shall be accepted under subdivision 3 without payment of all installments due to and including December 31 of the year of prepayment, together with the original principal amount reduced only by the amounts of principal included in such installments, computed on an annual amortization basis. When payment of an assessment is deferred, as authorized in this subdivision, interest thereon for the period of deferment may be made payable annually at the same times as the principal installments of the assessment would have been payable if not deferred; or interest for this period may be added to the principal amount of the assessment when it becomes payable; or, if so provided in the resolution levying the assessment, interest thereon to December 31 of the year before the first installment is payable may be forgiven. Subd. 3. Transmitted to auditor, prepayment. After the adoption of the assessment, the clerk shall transmit a certified duplicate of the assessment roll with each installment, including interest, set forth separately to the county auditor of the county to be extended on the proper tax lists of the county; but in lieu of such certification, the council may in its discretion direct the clerk to file all assessment rolls in the clerk's office and to certify annually to the county auditor, on or before November 30 in each year, the total amount of installments of and interest on assessments on each parcel of land in the municipality which are to become due in the following year. If any installment and interest has not been so certified prior to the year when it is due, the clerk shall forthwith certify the same to the county auditor for collection in the then succeeding year; and if the municipality has issued improvement warrants to finance the improvement, it shall pay out of its general funds into the fund of the improvement interest on the then unpaid balance of the assessment for the year or years during which the collection of such installment is postponed. All assessments and interest thereon shall be collected and paid over in the same manner as other municipal taxes. The owner of any property so assessed may, at any time prior to certification of the assessment or the first installment thereof to the county auditor, pay the whole of the assessment on such property, with interest accrued to the date of payment, to the municipal treasurer, except that no interest shall be charged if the entire assessment is paid within 30 days from the adoption thereof, and, except as hereinafter provided, the owner may at any time prior to November 15 of any year, prepay to the treasurer of the municipality having levied said assessments, the whole assessment remaining due with interest accrued to December 31 of the year in which said prepayment is made. If the assessment roll is retained by the municipal clerk, the installment and interest in process of collection on the current tax list shall be paid to the county treasurer and the remaining principal balance of the assessment, if paid, shall be paid to the municipal treasurer. The council may by ordinance authorize the partial prepayment of assessments, in such manner as the ordinance may provide, prior to certification of the assessment or the first installment thereof to the county auditor. Subd. 4. Collection, tax-exempt property. On the confirmation of any assessments the clerk shall mail to the county auditor a notice specifying the amount payable by any county, to the clerk or recorder of any other political subdivision a notice specifying the amount payable by the political subdivision and to the owner of any right-of-way, at its principal office in the state, a notice specifying the amount payable on account of any right-of-way. The amount payable on account of any right-of-way or public property shall be payable to the municipality's treasurer and shall be payable in like installments and with like interest and penalties as provided for in reference to the installments payable on account of assessable real property, except that interest accruing shall not begin to run until the notice provided in this subdivision has been properly given and 30 days thereafter have elapsed. The governing body of any such political subdivision shall provide for the payment of these amounts and shall take appropriate action to that end. If the assessment Copyright 0 2015 by the Revisor of Statutes, State of Minnesota. All Rights Reserved. 429.061 MINNESOTA STATUTES 2015 4 is not paid in a single installment, the municipal treasurer shall annually mail to the owner of any right-of- way and, as long as the ptoperty is publicly owned, to the owner of any public property a notice stating that an installment is due and should be paid to the municipal treasurer of the municipality which levied the special assessment. The municipality may collect the amount due on account of the right-of-way of any railroad or privately owned public utility by distress and sale of personal property in the manner provided by law in case of taxes levied upon personal property or by suit brought to enforce the collection of this indebtedness unless a different method of collecting such amounts is provided for by any contract between the owner of any right-of-way and the municipality. Subd. 5. Special assessments; administrative expenses. Notwithstanding any general or special law to the contrary, a municipality shall pay to the county auditor all administrative expenses incurred by the county under subdivision 3 for each special assessment of any local improvement certified by the municipality to the county auditor. History: 1953 c 398 s 6; 1955 c 811 s 2; 1957 c 510 s 2; 1957 c 699 s 1; 1961 c 77 s 1; 1961 c 525 s 5-7; 1963 c 771 s 24- 1965 c 877 s 3; 1969 c 1045 s 1; 1969 c 1095 s 1; 1974 c 314 s 2; 1976 c 195 s 2,- 1976 ;1976 c 324 s 18; 1980 c 509 s 164; 1980 c 560 s 5; 1980 c 607 art 11 s 1,2; 1984 c 478 s 2; 1984 c 543 s 50; 1Sp1985 c 16 art 1 s 3; 1986 c 315 s 2; 1986 c 444; 1986 c 473 s 10,11; 1987 c 344 s 3; 1987 c 386 art 6 s 2; 1991 c 342 s 8; 1993 c 375 art 5 s 33; art 17 s 17; 2005 c 4 s 106 Copyright 0 2015 by the Revisor of Statutes, State of Minnesota. All Rights Reserved. - Request for Action Originating Department Approved for Agenda Agenda Section Public Works September 28, 2015 Consent Item No. By: Bob Paschke, Director By: Kirk McDonald, Ci Manager 6.7 Resolution authorizing final payment of $73,603.17 to S. R. Weidema Inc., for improvement No. 906 (2013 street and infrastructure improvement project). Requested Action Staff recommends a resolution accepting project No. 906 and approval of the final payment in the amount of $73,603.17 to S. R. Weidema, Inc. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. The city's street infrastructure management plan had identified this area for maintenance activities. Background The 2013 infrastructure project involved street and utility infrastructure improvements in the areas of 49th Avenue from TH 169 to Boone Avenue; Boone Avenue from 49th Avenue to Bass Lake Road; and the industrial streets between Boone Avenue and the TH 169. Council authorized preparation of a feasibility report for construction of a 2013 street infrastructure project on July 23, 2012. Additional discussion regarding funding and prioritization of the water main replacement took place at a work session on October 15, 2012. On November 13, 2012, the city engineer presented a feasibility report for the proposed 2013 infrastructure improvement project. Council reviewed the report and scheduled a public hearing for December 10, 2012. The city clerk notified the property owners and the public hearing was held on December 10, 2012. Motion by ' Second by L:1 RFAIPUBWORKS1201.51906 Final - 2013 Street infrastructure project1906 Final - 2013 Street Infrastructure project.docx Request for Action, Page 2 September 28, 2015 Council discussed funding and prioritization of the water main replacement also at its December 10, 2012, meeting. A public informational meeting concerning the project was then held on Tuesday, January 15, 2013. At a work session on January 22, 2013, Council instructed staff to pursue a Boone Avenue railroad quiet zone as an alternate to the 2013 infrastructure improvement project. Council ordered construction of the 2013 street infrastructure improvement project and authorized the preparation of plans and specifications at its meeting on January 28, 2013. Council approved plans and specifications and ordered advertisement for bids at the February 11, 2013 Council meeting. The council then reviewed bids and awarded the contract on March 25, 2013. Bids were received from four firms on March 19, 2013, with the low bidder being S. R. Weidema, Inc. at $5,996,668.49. The total of the base bid was $5,974,281.93, plus alternate 1 in the amount of $22,386.56 totaled $5,996,668.49. One change order was in the amount of $776.13; and one change order was a deduct of $19,384.31, bringing the revised contract to $5,978,060.31. The final pay request is $73,603.17. Infrastructure improvements approved by council were full reconstruct of Boone and 491h and the remainder of project area for the streets to be milled and overlaid with spot water main, sanitary sewer, and storm water infrastructure corrections. As well a street striping layout for Boone Avenue following the city's complete streets policy allowing for bike lanes in both directions and parking on the east side. Funding In accordance with New Hope's assessment policy, revenue sources for the 2013 infrastructure project are from: Assessment on tax exempt properties • Assessment on city owned properties State aid • Street infrastructure fund • Storm water fund • Sanitary sewer fund • Water fund • PFA loan from the clean water revolving fund • Hennepin County grant for installation of on street bike lanes Quiet Zone Alternate • Street infrastructure fund Attachments • Resolution • Engineer's memorandum • Assessment roll and tax exempt property map • Final pay request I: RFA PUBWORKS 2015 906 Final - 2013 Street infrastructure ro ect 906 Final -201.3 Street Infrastructure prpject.docx City of New Hope Resolution No. 15- 142 Resolution accepting the 2013 infrastructure improvement project and approving the final payment request to S. R. Weidema, Inc.. (improvement project No. 906) WHEREAS, the city has entered into a contract with S. R. Weidema, Inc. for construction of the 2013 infrastructure project No 906; and, WHEREAS, staff is recommending that the Council adopt a resolution to accept improvement project No. 906 and approve final payment to S. R. Weidema, Inc. in the amount of $73,603.17; and, WHEREAS, the city engineer has reported that all work and documentation has been satisfactorily completed and recommends that final payment be made to S. R. Weidema, Jnc. NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of New Hope, Hennepin County, Minnesota: That the City Council accepts the 2013 infrastructure project from S. R. Weidema, Inc. 2. That the city manager is hereby directed to authorize the final payment of $73,603.17, to S. R. Weidema, Inc. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota this 28th day of September, 2015. Mayor Attest: LZ4'aac City Clerk I: RFA PUBWORKS 2015 906 Final - 2013 Street infrastructure ro'ect 906 Final - 2013 Street Infrastructure 12rgject.ducx i Stan to e September 22, 2015 File: 193801579 Stantec Consulting Services Inc. 2335 Highway 36 West St. Paul MN 55113 Tel: (651 ) 636-4600 Fax: (651 ) 636-1311 Attention: Bob Paschke City of New Hope 5500 International Parkway New Hope, MN 55428 Reference: City Project #906 -2013 infrastructure Improvements -Final Payment Dear Bob, Enclosed find the final pay request and the IC -134 forms for the 2013 infrastructure Improvements project. It is recommended that final payment of $73,603.17 is made and the City of New Hope accepts the project. The contractor, S.R. Weidema, Inc., continues to experience problems with getting the restoration to meet contract specifications along Boone Avenue. The restoration work can be completed within the contract warranty period, or the City may choose to call for the contractor's bond and complete the restoration work by others. All other work has been completed in accordance with the contract plans and specifications. The Original Contract Amount as indicated on the Contractor's Request for Payment is $5,996,668.49. The contract was amended to include two change orders, resulting in a Revised Contract Amount of $5,978,060.31. Change Order No. 1, in the amount of $776.13, provided additional payment for administrative costs associated with incorporated prevailing wages into the contract. Change Order No. 2 deducted $19,384.31 from the contract due to failing aggregate base gradation tests. The Final Construction Amount is $5,549,112.10, which is $428,945.21 less than the Revised Contract Amount. This under run was primarily due to less water main materials required, as well as less area of bituminous paving and patching required. Design with community ;r, mind .", ' f; September 22, 2015 Mr. Bob Paschke Page 2 of 2 Reference: City Project #906 -2013 Infrastructure Improvements - Final Payment If you have any questions or require further information please call me at (651)604-4808. Regards, STANTEC CONSULTING SERVICES INC. Christopher W. Long, P.E. C. Kirk McDonald, Valerie Leone, Dave Lemke, Bernie Weber, Shawn Markham, John Blasiak - New Hope; Adam Martinson, Kellie Schlegel - Stantec. Design with community in mind 4. Minn Masonic Home No Ridge Non -Residential Mill & Overlay 5430 Boone Ave N Reclaim PID 06-118-21-43-0037 5. Hearing & Service Dogs of MN Non -Residential Mill & Overlay 9440 Science Center Dr Reclaim PID 06-118-21-33-0001 6. City of New Hope 5500 International Pkwy PTD 06-118-21-34-0020 7. City of New Hope 86 Address Unassigned PID 06-118-21-31-0019 8. City of New Hope 5700 International Pkwy PID 06-118-21-31-0020 9. City of New Hope 86 Address Unassigned PID 07-118-21-23-0001 10. City of New Hope 9401 49th Ave N PID 07-118-21-32-0071 Non -Residential Mill & Overlay Reclaim Non -Residential Mill & Overlay Reclaim Non -Residential Mill & Overlay Reclaim Non -Residential Mill & Overlay Reclaim Non -Residential Mill & Overlay Reclaim 0 $47.79 Appendix B-2 608 $206.09 $125,302.72 Total Assessment $125,302.72 Final Project Assessments $42,963.21 0 $206.09 $0.00 2013 Infrastructure Improvements $42,963.21 638 $47.79 $30,490.02 September 2015 $0.00 Total Assessment $30,490.02 938 $47.79 Street Front Assessment Assessment Entity Property Type Improvement Footage Rate Amount Total Assessment $13,237.83 139 $47.79 $6,642.81 0 $206.09 1. City of New Hope Non -Residential Mill & Overlay 263 $47.79 $12,568.77 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 07-118-21-24-0003 Total Assessment $12,568.77 2. City of New Hope Non -Residential Mill & Overlay 263 $47.79 $12,568.77 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 07-118-21-24-0004 Total Assessment $12,568.77 3. Northwest Church of Christ Non -Residential Mill & Overlay 0 $47.79 $0.00 8624 50th Ave N Reclaim 245 $206.09 $50,492.05 PID 07-118-21-13-0104 Total Assessment $50,492.05 4. Minn Masonic Home No Ridge Non -Residential Mill & Overlay 5430 Boone Ave N Reclaim PID 06-118-21-43-0037 5. Hearing & Service Dogs of MN Non -Residential Mill & Overlay 9440 Science Center Dr Reclaim PID 06-118-21-33-0001 6. City of New Hope 5500 International Pkwy PTD 06-118-21-34-0020 7. City of New Hope 86 Address Unassigned PID 06-118-21-31-0019 8. City of New Hope 5700 International Pkwy PID 06-118-21-31-0020 9. City of New Hope 86 Address Unassigned PID 07-118-21-23-0001 10. City of New Hope 9401 49th Ave N PID 07-118-21-32-0071 Non -Residential Mill & Overlay Reclaim Non -Residential Mill & Overlay Reclaim Non -Residential Mill & Overlay Reclaim Non -Residential Mill & Overlay Reclaim Non -Residential Mill & Overlay Reclaim 0 $47.79 $0.00 608 $206.09 $125,302.72 Total Assessment $125,302.72 899 $47.79 $42,963.21 0 $206.09 $0.00 Total Assessment $42,963.21 638 $47.79 $30,490.02 0 $206.09 $0.00 Total Assessment $30,490.02 938 $47.79 $44,827.02 0 $206.09 $0.00 Total Assessment $44,827.02 277 $47.79 $13,237.83 0 $206.09 $0.00 Total Assessment $13,237.83 139 $47.79 $6,642.81 0 $206.09 $0.00 Total Assessment $6,642.81 674 $47.79 $32,210.46 0 $206.09 $0.00 Total Assessment $32,210.46 Total Assessment Value $371,303,66 z C, s r Stantec Consulting l 2335 West Highway 38 53C D St. Paul, MN 55113 C .a 10/1512012 LAKE RD r 57001menatwnal Pkwy 530 ROOM Ave N PIN 0&t1&Q1-434087 PIN: WIIB-21.31-M 53C D NonAes J a Y Z 10a z WAddress Unesagned FAIRVIE_WAVE N XV01Y AVE N_ PIN 0&�B� 1-0018 PIN 07-M-21-24-0003 Off' RESEARCH CENTER RDWr Non -Res 55001nwnpbmmal Pkwy PIN 08-118.21-34-0020 Non -Res 8440 8cleaoe Gaoler O7 PIN 0&11&1.1-99-0001 Non -Ree SCIENCE CENTER DR 52NOAVE N z 51STAVE R' +7 m T BOTH AVE N SiSTAVE N $ N e IV z `'$ LU Z z 0 'Y Z Zi' �. Uj ; OZ 2 Q m }. X 56TH AVE N 9824 501h Ave N- C PIN: 07-119$1-13-0104 Non -R-6 Z 5DTH AVE N G in Z ,{ 55TH AVE N 530 ROOM Ave N PIN 0&t1&Q1-434087 Z Z a Nan Rea Z Z� Y 54TH AVE N 9824 501h Ave N- C PIN: 07-119$1-13-0104 Non -R-6 Z 5DTH AVE N G in Z ,{ 99 Address Uni &fined 89Adclms Unasalgned O PIN 07-179-21-29-0001 MN 07-115-21-24-0004 Z� ReR Nun -Res 88Addren Unaeelghed FAIRVIE_WAVE N XV01Y AVE N_ pr PIN 07-M-21-24-0003 Non -Res Z 4.9TH AVE N A z Z Q y zUj w C a ai-I110�-2-21- z 0 a z PIN 071 Ras w y -dam a a. a z: m LL W 130ONE OR N C 0 250 500 9,000 Feet aA717R AVE N Cityof New Hope Tax Erem Exempt The Informativn on this map Ras been compiled N� stantec etaR hom a variety of sources and is 2013 Infrastructure Improvements subject to change without notice. Starrtec makes Yes no representations or warranties, express or Implied, Tax Exempt properties as to accuracy, complateness,timetlness, or rights to the aRe of e0dm information. Tax_Exempt PropaNea_2013,mxd • Data from 1 0108/2 01 2 Owner: City of New Hope, 4401 Xylon Ave. N., New Hope, MN 55428 Date: September 14, 2015 For Period: 11/4/2014 to 9/14/2014 Re uest No: 12 FINAL Contractor: S.R. Weldema Inc., 17600 113th Ave. N. Maple Grove MN 55369 CONTRACTOR'S REQUEST FOR PAYMENT 2013 INFRASTRUCTURE IMPROVEMENTS STANTEC PROJECT NO. 193801579 CITY PROJECT NO. 906 SUMMARY 1 Original Contract Amount 2 Change Order - Addition 3 Change Order - Deduction 4 Revised Contract Amount 5 Value Completed to Date 6 Material on Hand 7 Amount Earned 8 Less Retainage 0% 9 Subtotal 10 Less Amount Paid Previously 11 Liquidated damages - 12 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. Recommended for Approval by: STANTEC Approved y Contractor: S.R. WEIDEMA, INC. Specified Contract Completion Date: 193 841579 R EQ URn a l Asm $ 5,996,668.49 $ 776.13 $ 19,384.31 $ 5,978 060.31 $ 5,549,112.10 $ 0.00 $ 5,549,112.10 $ 0.00 $ 5,5491112.10 $ 5,475,508.93 $ 0.00 12/FINAL $ _ _ 73,603.17 Approved by Owner: CITY OF N W HOPE Date: a_,:) --/K No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 193801579R E012 F n a Lid sm Contract Unit Current Quantity Amount Item Unit Quantity Price Quantity to Date to Date BASE BID: MOBILIZATION LS 1 292953.00 1 292,953.00 PORTABLE TOILETS EA 5 125.00 6 750.00 CLEARING TREE 9 360.00 37 13,320.00 GRUBBING TREE 9 90.00 39 3,510.00 CLEARING AND GRUBBING LS 1 800.00 1 800.00 PAVEMENT MARKING REMOVAL LF 260 1.50 0.00 REMOVE CONCRETE CURB AND GUTTER LF 12298 3.00 14205 42,615.00 REMOVE SEWER PIPE (SANITARY) LF 900 4.35 828 3,601.80 REMOVE SEWER PIPE (STORM) LF 1953 8.55 1999.11 17,092.39 REMOVE CONCRETE SIDEWALK SF 18572 0.50 14829 7,414.50 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 550 3.60 837.5 3,015.00 REMOVE BITUMINOUS PAVEMENT SY 37624 2.05 37959 77,815.95 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 1592 3.50 1679.21 5,877.24 REMOVE AND REPLACE CASTING AND RINGS EA 53 711.00 74 52,614.00 REMOVE SANITARY MANHOLE EA 3 481.00 5 2,405.00 REMOVE STORM MANHOLE OR CATCHBASIN EA 64 329.00 73.54 24,194.66 REMOVE WATER VALVE MANHOLE EA 5 483.00 4 1,932.00 REMOVE HYDRANT EA 15 378.00 14 5,292.00 REMOVE VALVE AND BOX EA 35 189.00 22.38 4,229.82 SAWING BITUMINOUS PAVEMENT LF 1280 3.15 426.1 1,342.22 REMOVE SIGN EA 161 25.00 56 81 2,025.00 REMOVE SANITARY CONE SECTION & ABANDON EA 1 924.00 1 924.00 SALVAGE AND REINSTALL MAILBOX EA 8 150.00 4 600.00 SALVAGE AND REINSTALL SIGN EA 31 100.00 9 15 1,500.00 REMOVE RAILROAD TRACK, TIES AND BALLAST LF 54 55.75 50 2,787.50 ABANDON EXISTING SANITARY SEWER FORCEMAIN LF 375 5.85 325 1,901.25 ABANDON SANITARY SEWER PIPE LF 245 8.50 524 4,454.00 ABANDON WATERMAIN LF 9760 4.80 385 1,848.00 ABANDON WATER SERVICE LF 780 3.90 378 1,474.20 COMMON EXCAVATION (EV) CY 31574 7.15 31116.132 222,480.34 TOPSOIL BORROW (LV) CY 3300 21.00 1490 31,290.00 CONSTRUCT RAIN GARDEN LS 1 3975.00 1 3,975.00 GEOTEXTILE FABRIC TYPE V SY 37624 1.85 35308.9 65,321.47 GEOTEXTILE FABRIC TYPE V, RAIN GARDEN SY 250 2.50 250 625.00 SELECT GRANULAR BORROW (MODIFIED) TON 42700 9.50 34155.41 324,476.40 BOULEVARD EXCAVATION SY 1600 6.70 11136 74,611.20 STREET SWEEPER (WITH PICKUP BROOM) HR 170 130.00 55 7,150.00 WATER FOR DUST CONTROL MGAL B00 38.00 579 22,002.00 AGGREGATE SASE, CLASS 5 TN 29014 18.35 28500.33 522,981.06 OPEN GRADED AGGREGATE BASE TN 1045 28.00 316.33 8,857.24 MILL BITUMINOUS SURFACE (2") SY 58995 0.90 61972.35 55,775.12 BITUMINOUS MATERIAL FOR TACK COAT GAL 6992 3.00 5535 16,605.00 TYPE SP 12.5 WEARING COURSE MIXTURE (4,E) TN 11347 63.35 10414.05 659,730.08 TYPE SP 12.5 NONWEARING COURSE MIXTURE (4,B) TN 10830 56.90 9466.30 538,632.47 TYPE SP 12.5 BITUMINOUS MIXTURE FOR PATCHING (4,B) TN 3764 72.64 1006.49 73,111.43 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 180 152.75 175.19 26,760.27 TYPE SP 9.5 BITUMINOUS MIXTURE FOR TRAIL (2,B) TN 200 100.05 182.67 18,276.13 IMPROVED PIPE FOUNDATION LF 900 0.01 195 1.95 15" RCP FLARED END SECTION EA 1 441.00 5.39 2,376.99 30" RCP FI ARFD END SECTION EA 1 693.00 1.82 1,261.26 60" RCP FLARED END SECTION EA 1 1635.00 1 1,635.00 4" CORRUGATED PERFORATED HDPE DRAINTILE W / SOCK LF 16800 2.30 15659.91 36,017.79 4" PERFORATED PVC DRAINTILE, SCH. 40 LF 1260 8.75 1001 8,758.75 4" PERFORATED HDPE DRAINTILE, SPECIAL LF 655 25.00 140 3,500.00 CONNECT INTO DRAINAGE STRUCTURE, DRAIN TILE EA 69 206.00 62 12,772.00 6" PVC SANITARY SEWER SERVICE PIPE LF 120 43.00 155.77 6,698.11 8" PVC PIPE SANITARY SEWER LF 251 70.00 251 17,570.00 10" PVC PIPE SANITARY SEWER LF 506 67.00 895 59,965.00 24" DUCTILE IRON PIPE SANITARY SEWER CLASS 51 LF 15 152.00 24 3,648.00 12" RCP STORM SEWER, CL 5 LF 427 41.00 523.91 21,480.31 15" RCP STORM SEWER, CL 5 LF 269 42.00 316 13,272.00 18" RCP STORM SEWER, CL 5 LF 771 44.00 828.86 36,469.84 24" RCP STORM SEWER, CL 4 LF 250 55.00 236 12,980.00 30" RCP STORM SEWER, CL 4 LF 587 69.00 583.8 40,282.20 36" RCP STORM SEWER, CL 4 LF 50 85.00 44 3,740.00 48" RCP STORM SEWER, CL 4 LF 350 131.00 355 46,505.00 60" RCP STORM SEWER, CL 4 LF 61 173.00 61 10,553.00 193801579R E012 F n a Lid sm 193801579 REQ 12 Fine l ads m Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date 68 48" ARCH RCP STORM SEWER, CL 4 LF 90 168.00 98 16,464.00 69 PUMPING - SANITARY SEWER BYPASS LS 1 7616.00 1 7,616.00 70 15" RCP STORM SEWER PIPE BEND 22.50 EA 1 759.00 1 759.00 71 8"X6" PVC WYE EA 4 194.00 5 970.00 72 24" RCP SANITARY SEWER PIPE BEND EA 1 720.00 0.00 73 CONNECT TO EXISTING SEWER SERVICE EA 4 245.00 5 1,225.00 74 CONNECT TO EXISTING SANITARY MANHOLE EA 8 1477.00 9 13,293.00 75 CONNECT TO EXISTING SANITARY SEWER PIPE EA 10 838.00 10.98 9,205.25 76 CONNECT TO EXISTING FORCEMAIN EA 1 1153.00 1 1,153.00 77 CONNECT FORCEMAIN TO EXISTING LIFT STATION EA 1 1401.00 1 1,401.00 78 6" I.D. HDPE SANITARY SEWER FORCEMAIN DIRECTIONAL DRILL LF 375 43.00 325 13,975.00 79 TELEVISING SANITARY SEWER LF 2300 1.25 0.00 80 TEMPORARY WATER MAIN/SERVICE LS 1 10200.00 1 10,200.00 81 1" CORPORATION STOP EA 17 115.00 15 1,725.00 82 2" CORPORATION STOP EA 2 248.00 2 496.00 83 1" CURB STOP & BOX EA 17 182.00 15 2,730.00 84 2" CURB STOP & BOX EA 2 380.00 2 760.00 85 12" BUTTERFLY VALVE AND BOX EA 13 2248.00 12 26,976.00 86 4" GATE VALVE AND BOX EA 3 1036.00 1.39 1,437.50 87 6p" GATE VALVE AND BOX EA 28 1203.00 32.63 39,253.89 88 O " GATE VALVE AND BOX EA 17 1506.00 16 24,096.00 89 REMOVE AND INSTALL 8" GATE VALVE AND BOX (SPECIAL) EA 19 3821.00 10 38,210.00 90 WATERMAIN OFFSET EA 4 2256.00 3.82 8,617.92 91 12" WATERMAIN OFFSET EA 1 3344.00 0.5 1,672.00 92 CONNECT TO EXISTING WATER SERVICE EA 17 246.00 23.45 5,768.70 93 CONNECT TO EXISTING WATER MAIN EA 50 927.00 52.84 48,982.68 94 HYDRANT EA 16 3583.00 16 57,328.00 95 REMOVE AND INSTALL HYDRANT AND VALVE (SPECIAL) EA 15 6627.00 11 72,897.00 96 SALVAGE SPECIAL, 18" PCCP TO DIP TRANSITION EA 1 506.00 1 506.00 97 ADJUST HYDRANT EA 2 783.00 9 7,047.00 98 1" TYPE "K" COPPER PIPE LF 780 31.00 833.04 25,624.35 99 2" TYPE "K" COPPER PIPE LF 100 41.00 79.91 3,276.31 100 18" STEEL CASING PIPE (JACKED) LF 40 428.00 40 17,120.00 101 24" STEEL CASING PIPE (JACKED) LF 100 311.00 100 31,100.00 102 4" WATERMAIN DUCTILE IRON CLASS 52 LF 100 51.00 68.76 3,506.76 IC3 6" WATERMAIN DUCTILE IRON CLASS 52 LF 900 58.00 931.5 54,027.00 104 8" WATERMAIN DUCTILE IRON CLASS 52 LF 1245 61.00 1375 83,675.00 105 12" WATERMAIN DUCTILE IRON CLASS 52 LF 6820 58.00 6798.15 394,292.70 106 4" INSULATION SY 50 47.00 0.00 107 DUCTILE IRON FITTINGS LB 9420 4.50 10618 47,781.00 108 2' X T CATCH BASIN EA 31 1583.00 31.89 50,481.87 109 4' DIAMETER SANITARY SEWER MH EA 2 2556.00 5.85 14,952.60 110 4' DIAMETER STORM SEWER CBMH EA 26 2023.00 25.13 50,837.99 111 4' DIAMETER STORM SEWER MH EA 6 1916.00 6 11,496.00 112 4'X 6' CATCH BASIN EA 1 8223.00 1 8,223.00 113 5' DIAMETER STORM SEWER MH EA 3 2693.00 5 13,465.00 114 6' DIAMETER STORM SEWER MH EA 1 3440.00 1 3,440.00 115 6' DIAMETER STORM SEWER CBMH EA 1 3262.00 0.00 116 6' X 6' STORM STRUCTURE, SPECIAL EA 1 5355.00 2.44 13,076.05 117 7' DIAMETER STORM SEWER MH EA 5 4165.00 5.039 20,987.44 118 7' DIAMETER STORM SEWER CBMH EA 1 3905.00 6.33 24,718.65 119 9' DIAMETER STORM SEWER MH EA 1 7152.00 1 7,152.00 120 ADJUST FRAME & RING CASTING EA 15 425.00 15 6,375.00 121 INSTALL 2'X T CASTING AND RINGS EA 5 944.00 3 2,832.00 122 INSTALL 2' X 3' CASTING AND RINGS, SPECIAL EA 2 1078.00 2 2,156.00 123 REMOVE AND INSTALL 4' DIAMETER CONE SECTION EA 1 869.00 0.00 124 CONNECT EXISTING PIPE TO STORM STRUCTURE EA 50 1095.00 47.97 52,527.15 125 CONNECT TO EXISTING STORM PIPE EA 2 773.00 3 2,319.00 126 CONNECT TO EXISTING STORM STRUCTURE EA 2 1347.00 1 1,347.00 127 EXTERNAL SEAL SYSTEM EA 11 257.00 61.17 15,720.69 128 RANDOM RIPRAP CLASS III CY 56 124.00 56 6,944.00 129 RANDOM RIPRAP CLASS IV CY 70 124.00 38 4,712.00 130 GEOTEXTILE FILTER TYPE IV SY 156 4,40 108 475.20 131 4" CONCRETE SIDEWALK SF 18572 3.70 10261 37,965.70 132 CONCRETE CURB AND GUTTER DESIGN B618 LF 6145 10.99 11935.4 131,170.05 133 CONCRETE CURB AND GUTTER MOUNTABLE LF 410 16.48 82 1,351.36 134 CONCRETE CURB AND GUTTER (SPECIAL) LF 5744 15.48 2854 44,179.92 135 6" CONCRETE DRIVEWAY PAVEMENT SF 7162 5.50 13883 76,356.50 193801579 REQ 12 Fine l ads m 193801579 R E Q 12 Fin a bd s m Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date 136 6" CONCRETE DRIVEWAY PAVEMENT, SPECIAL SF 7162 5.83 3377 19,687.91 137 6" THICK CONCRETE WALK FOR PEDESTRIAN CURB RAMP SF 2664 6.95 2951 20,509.45 138 TRUNCATED DOME PANEL SF 296 43.00 332 14,276.00 139 ELECTRICAL LIFT STATION LS 1 7270.00 1 7,270.00 140 REMOVE LOOP DETECTOR EA 12 290.00 11 3,190.00 141 DETOUR SIGNING LS 1 9500.00 1 9,500.00 142 TRAFFIC CONTROL LS 1 9000.00 1 9,000.00 143 SIGN PANELS TYPE C SF 587 29.50 410 587 17,316.50 144 RELOCATE STREET NAME BLADE SIGN EA 1 150.00 1 150.00 145 PREFORMED RIGID PVC CONDUIT LOOP DETECTOR 6'X6` EA 5 1768.00 4 7,152.00 146 PLANT INSTALLATION, RAIN GARDEN LS 1 12000.00 1 12,000.00 147 SILT FENCE, TYPE MACHINE SLICED LF 2665 2.25 56 126.00 146 FLOTATION SILT CURTAIN TYPE MOVING WATER LF 85 28.26 50 1,413.00 149 EROSION CONTROL BLANKETS CATEGORY 3 SY 350 1.55 240 372.00 150 PROTECTION OF CATCH BASIN, NON PAVED STREET EA 13 235.67 13 3,063.71 151 PROTECTION OF CATCH BASIN, PAVED STREET EA 81 404.13 117 47,283.21 152 SODDING TYPE LAWN SY 5860 4.19 9075 38,024.25 153 DOUBLE SHREDDED HARDWOOD MULCH CY 20 40.31 38 1,531.78 154 HYDRAULIC SOIL STABILIZER TYPE 5 SY 13940 0.40 4500 10723.5 4,289.4C 155 RAIN GUARDIAN - BUNKER EA 2 4734.37 2 9,468.74 156 LAWN EDGING LF 260 5.00 260 1,300.00 157 SEED MIXTURE 270 SY 13940 0.30 4500 10830.5 3,249.15 15B AUGMENTED SOILS CY 40 47.18 40 1,887.20 159 PAVEMENT MESSAGE, (BIKE LANE BEGINS SYMBOL & ARROW) - EPDXY EA 2 285.00 2 570.00 160 PAVEMENT MESSAGE, (BIKE LANE ENDS SYMBOL & ARROW) - EPDXY EA 2 285.00 2 570.00 161 PAVEMENT MESSAGE, (BIKE LANE SYMBOL & ARROW) - EPDXY EA 10 185.00 17 3,145.00 162 PAVEMENT MESSAGE, (R X R SYMBOL) - PAINT EA 4 550.00 4 2,200.00 163 PAVEMENT MESSAGE, LEFT ARROW - PAINT EA 6 95.00 9 855.00 164 PAVEMENT MESSAGE, RIGHT ARROW - PAINT EA 11 95.00 14 1,330.00 165 PAVEMENT MESSAGE, THRU ARROW - PAINT EA 9 85.00 9 765.00 166 PAVEMENT MESSAGE, THRU RIGHT ARROW - PAINT EA 2 150.00 2 300.00 167 PAVEMENT MESSAGE, THRU LEFT ARROW - PAINT EA 8 150.00 8 1,200.00 168 12" DIAGONAL CROSSHATCH, YELLOW - PAINT LF 370 4.60 72 331.20 169 12" STOP BAR, WHITE - PAINT LF 1105 4.60 3155.43 14,515.00 170 4" SOLID LINE, YELLOW -PAINT LF 33699 0.26 29642 7,706.92 171 4" BROKEN LINE, WHITE - EPDXY LF 320 0.50 180 90.00 172 4" BROKEN LINE, YELLOW - PAINT LF 1810 0.26 2630 683.80 173 4" DASHED LINE, WHITE - EPDXY LF 64 0.50 24 12.00 174 4" SOLID LINE, WHITE - PAINT LF 9452 0.26 10616 2,760.16 175 4" SOLID LINE, WHITE - EPDXY LF 12088 0.50 14756 _ . 7,378.00 TOTAL BASE BID: 5,547,738.52 ALTERNATE NO. 1 - QUIET ZONE CROSSING IMPROVEMENTS 176 MOBILIZATION LS 1 10675.76 1 10,675.76 177 REMOVE BITUMINOUS PAVEMENT SY 180 2.82 0.00 17$ SAWING BITUMINOUS PAVEMENT LF 360 3.17 0.00 179 CONCRETE CURB AND GUTTER DESIGN 8812 LF 280 17.00 260 4,420.00 180 4" CONCRETE MEDIAN SY 71 32.00 58 1,856.00 181 CONCRETE APPROACH NOSE SY 20 64.00 20 1,280.00 182 TRAFFIC CONTROL LS 1 1000.00 1 1,000.00 183 SIGN PANELS TYPE C SF 25 30.00 25 25 750.00 TOTAL ALTERNATE NO. 1 - QUIET ZONE CROSSING IMPROVEMENTS 19,981.76 CHANGE ORDER NO. 1 1 ADMINISTRATIVE COSTS FOR ADDED FEDERAL WAGE DETERMINATION LS 1 776.13 1 776.13 TOTAL CHANGE ORDER NO. 1 776.13 CHANGE ORDER NO. 2 1 AGGREGATE BASE DEDUCT FOR FAILING GRADATIONS, LS 1 (19384.31) 1 (19,384.311 TOTAL CHANGE ORDER NO. 2 (19,384.31) 193801579 R E Q 12 Fin a bd s m Contract Unit Current Quantity Amount No. Item Unit Quantity Price Quantity to Date to Date TOTAL BASE BID: TOTAL ALTERNATE NO. 1 - QUIET ZONE CROSSING IMPROVEMENTS TOTAL CHANGE ORDER NO. 1 TOTAL CHANGE ORDER NO. 2 TOTAL WORK COMPLETED TO DATE 193807 579REQ12Fmljdsm 5,547,738.52 19,981.76 776.13 119.384.311 5,549,112.10 PROJECT PAYMENT STATUS OWNER CITY OF NEW HOPE CITY PROJECT NO. 906 STANTEC PROJECT NO. 193801579 CONTRACTOR S.R. WEIDEMA, INC. CHANGE ORDERS No. Date Description Amount 1 12/10/2013 This Change Order provides for adjustments to this 776.13 05/02/2013 project. See Change Order. $178,097.55 2 1/6/2014 This Change Order provides for adjustments to this (19,384.31) 08/03/2013 project. See Change Order. 06/11/20131 Total Change Orders (18,608-18 PAYMENT SUMMARY No. From To Payment Retainacie Completed 1 04/01/2013 Original Contract 5,996,668.49 05/02/2013 Change Orders $178,097.55 Total Amount Earned $9,373.56 $187,471.10 2 08/03/2013 06/11/20131 $291,372-66 $24,708-96 $494, 179.16 3 06/12/2013 07./03/2013 $466,758.75 $49,275.21 $985,504.16 4 07/04/2013 08/07/2013 $657,941.81 $83,906.72 $1,678,074.49 5 08/08/2013 09/0912013 $873,891.57 $129,898.02 $2,597,960.36 6 Q9/10/2013 10./04/20131 $388 182.22 $150,328.66 $3,006,573.22 7 10/05/2013 11/01/2013 $597,503.01 $181,776.19 $3,635,523.76 8 11/02/2013 12/06/2013 $660,129.97 $216,519.87 $4,330,397.41 9 12/07/2013 07/07/2014 $110,851.96 $222,354.18 $4,447,083.69 10 07/08/2014 08/22/2014 843 260.07 266 736.29 $5,334,725.87 11 08/23/2014 11/03/2014 407 519.36 $55,308.1.7 $5,530,817.10 12 FINAL 11/04/2014 09/14/2015 $73,603.17 $5,549,112.10 Material on Hand Total Payment to Date $5,549,112-10 Original Contract 5,996,668.49 Retainage Pay No. 12 FINAL Change Orders (18,608-18) Total Amount Earned $5,549,112.10 Revised Contract 5,978,060.31 193801579 REQ12Final.)dsm Page 1 of 1 Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved Confirmation Summary Confirmation Number. 0-989-286-272 Submitted Date and Time: 28 -Sep -2015 10:55:04 AM Legal Name: S R WEIDEMA INC Federal Employer ID: 41-1728453 User Who Submitted: 1808244 Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number: 517439488 Minnesota ID: 1808244 Project Owner: CITY OF NEW HOPE Project Number SAP 182-101-018 Project Begin Date: 29 -May -2013 Project End Date: 15 -Apr -2015 Project Location: NEW HOPE Project Amount: $5,978,060.00 Subcontractor Summary Name ID Affidavit Number CREATIVE CURB LLC 3623244 1859616768 JIM LUCAS 9983799 1497972736 EJM PIPE SERVICES INC 5050874 224362496 CENTURY FENCE COMPANY 8678834 1105739776 PHASE III OF MAPLE GROVE INC 4654903 905396224 SHAWTRUCKING INC 2028764 814563328 MIDWEST ASPHALT CORP 7252554 1094549504 GEYER SIGNAL OF ST CLOUD INC 3502133 2117959680 AMS CONTRACTING INC 1119687 100745216 ON CALL PAVEMENT SWEEPING 1507188 507297792 EJ MAYERS INC 6130608 2091696128 Important Messages A copy of this page must be provided to the contractor or government agency that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651-282-9999, (toll-free) 800-657-3594, or (email) withholding.tax@state.mn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday - Friday. Please print this pace for your records using the print or save functionality built into your browser. https:/lwww.mndor.state.mn.us/tpleservices//Retrievel0/b-/w7_FixjUJLc_UFKmInEcQ_... 9/28/2015 This email is an automated notification and is unable to receive replies. Contractor Affidavit Sub.ritted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted Affidavit Summary Affidavit Number: Minnesota ID: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 0-585-037-696 28 -Sep -2015 10:41:23 AM CREATIVE CURB LLC 41-1912020 Connie Hesse Contractor Affidavit 1859616768 3623244 CITY OF NEW HOPE SAP 182-101-018 09 -Apr -2013 15 -Nov -2013 NEW HOPE, MN 2013 INFRASTRUCTURE $224,192.96 No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651-282-9999, (toll-free) 800-657-3594, or (email) with hold ing.tax _ state.mn.us. Business hours are 8:00 a. m. - 4:30 p.m. Monday - Friday. How to View and rr nt this Request You can see copies of your requests by going to the History Tab. This message and any attachments are solely for the intended recipient and may contain nonpublic / private data. If you are not the intended recipient, any disclosure, copying, use, or distribution of the information included in this message and any attachments is prohibited. If you have received this communication in error, please notify us and immediately and permanently delete this message and any attachments. Thank you. L-09-2015 11:43 From: V1iuxizrlJ5 11,1.7 FAA 71l3t1890003 MINNESOTA- REVENUE Contractor Affidavit Submitted Thank you. your C017tEaCtOr Affidavit Iran been approved. Confirmation Summary con lrmation NomLw: Submitted Dole and Tlma: Legal Name: Social Securlty Number. U ,ur Who Submitled: Type of Request Submitred: Affidavit Summary Affidavit Number: Account Number: Projacl Owner Protect Number. Project Begin Date: Project 9nd Data: Project location: Project Amouni: Subcontracilors: 1.434-709.884 9 -Jul -2015 11:15:22 AHI JIM I_VCAS LudaslOJL Controotor Affidavit 1497972736 09x3799 NEW HOPE (cllY) 2102-01 01 -May -2013 W-Nov2013 NEW HOPE MN 64,850.00 No Swcontrectors Linda Roxian Important Messages A copy of this Pape must be provided 10 1he contractor or gWernnwl agency shat Mred you. To:76342e9095 Contact Us It you need further asslstartrA, ooDiact our W(Mokling Tax Division 31651.283-2099, (toll -tree) 800 357-3594, or (email) Wrthholding.tax�state.rrm,us Business hours arra 8:00 a.m. - 4.30 p.m. Monday- Friday. Please print thifi 0.01 rb�pnn Dace for your records tieing the PO4 or save funcdonathy built into your browser. https://www,nindor_state.innus/lp/e.services/—/Retrievel0/b-/gonaViGWBLnoIbLinLf9WU.. Page: 1/1 1A0001/0001 Page I of 1 719/2015 NW e -services Page 1 of Contractor Affidavit Completed Thank you, your Contactor Affidavit has been approved Confirmation Summary Confirmation Number. 0.138-201-984 Submitted Date and Time: 23 -Jun -2015 10:47:07 AM Legal Name; EJM PIPE SERVICES INC Federal Employer ID: 41-1290042 User Who Submitted: 1eJMPIPE TYPe of Request Submitted: COntractorAfOdavit Affidavit Summary Affidavit Number. 224362466 A=unt Humber. 5050874 Project Owner; CITY OF NEW HOPE Project Number: 2013 [NFRASTRUCTURF, Project Begin Dais: 01-Juf•2013 Project Pad Dale: 08 -Aug -20113 Project Looadon: NEW !-COPE, MINNESOTA Project Amqunt: $59,709,00 Subcontractors; No Suboorltractom Important Messages A copy of Ibis page must be ProAded to the contras ipr or government agency that hlred you. Contact Us If you need further a98isiance. COMMot our Wthholding Tax Dlvfsion at 651-282-9999, 0011•freaj 800-657-3994, Or {emai[j Withhokrrng.tax®$tate,mn.u0. Businesa hours are 8:00 a.m. - 4:30 p.m. Mondey - Friday. How to View and Print this Request You can see copies of your requests by going to the Hi&tory Tab, or by clicking the link below. To Print Or email a copy of this cmr6rma*n page, click one of the buttons below. CIi�O .to_to the History Tab Printer Friendly Emeil Me close Crml'Kt US About ifs Taxpayer Rid h[S Other Language PfIV@CY & Security Use of Informallon Link Policy MinnPsat,n.grw Fraud Alert Site Holp ft,loitd Siles Careers. IF ittps://Www.mndor.state.mn.us/tp/eservices/—,/ 6/23/201 06/23/2015 11:02 FAX 6514647377 CENTURY FENCE CO. MINNESOTA- REVENUE Contractor Affidavit Submitted Thank you, your ContraetorAffidavit has been approved. Confirmation Summary Confirmation Number. Submitted Date and Time: Legal Name: Federal Employer IQ: User Who Submitted: Type of Request Submitted; Affidavit Summary Affidavit Number Account Number. Project Owner. Project Number: Project Begirt Date: Project End Date: Project Location: Project Amount: Subcontractors: 1-435-732-864 23 -Jun -2016 10:52:58 AM CENTURY FENCE COMPANY 39.0203700 CENTFENCE Contractor Affidavit /105739776 $678834 CITY OF NEW NOPE CP 906 04 -Aug -2014 15 -Aug -2014 NEW NOPE $37,574.08 No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agency that hired you. ID 002/002 Page I of 1 Contact Us If you need further assistance, contact our Withholding Tax Division at 651-2822--8899, (toll -fire) 800-657-3594, or (email) Withhplding.tax@state.rnn.us. Business hours are 8:00 a.m. - 4:30 p.m. Monday- Friday. Please print this confirmation Page for your records using the print or save functionality built into your browser. hops://www.mndor.state.mn,us/tp/eservices/ /Retrieve/0/b-/r7coEIsYH7wF... 6/23/2015 NN e -Services Contractor Affidavit completed Thank you, your Contractor AltidaW has been approved. confirmation Summary confirmation Number. O�gOgg2S26 / Submitted date and Time: 23 -fun -2015 1o:58:43 AM a 1� Legal Name: PHASE til OF MAPLE GROVE INC Federal Employer IM 52-2209965 user Who Submitted: Mspla Grove Type of RequestSubmltlsd: ContractorAtfidavit Affidavit Summary Afn dlavit Number.. e65396224 Account Number: 4654903 ProJact owner. crry OF NEW HOPE Project Number: 2102.11 Project Begin Dale: 07 -Aug -2014 project End Data: 07-Ar�2014 Project Location: NEW HOPE, MN ProjectAmcunt $7,214.00 Subconlractcrs: No Subcorrlrsc ors important Messages A copy of This page must be provided to the contractor OF 90vamment agency that hired you. Contact Us it you need further assistance, contact our Withholding Tax Division at 651-282.9999, (toll free) 800657.3594, or (email) WRhhaldmg.texQstate.mn.us. Business hours are 8:00 a.m. -4:34 P.M. Monday- Friday. How to View and Print this Request You can see copies of your requests by going to the History Tab, or by clicking the link below. To Print or email a copy of this confirmation page, click one of the buttons below. pick here to go to HistoN Tab prlydeiFriendlY Email Me Close Contact tis About us Taxp2yer Rights Olhor Lang" -g6 Privacy & Secarity IJse of lrrformalion Leek Policy fft,%eaota.gov Fraud Alerl Sits Halp Related Sites Carers IP https://www.mndor.state.mn.us/tp/eservices/­/ Page 1 of 1 612312015 6/24/2016 htipslhvww.mndor.state.mn.usAWesertAcW /RetrieveJORo-/6gnCL]7uYsosiumASabZft WILE=Prin12 INNESOT' REVENUE Contractor Affidavit Submi#ted Thank you, your Contra ctorAffidavit has been approved. Confirmation Summary Confirmation Number: Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Summary Affidavit Number: Account Number: Project Owner: Project Number: Project Begin Date: Project End Date: Project Location: Project Arno unt: Subcontractors: 0-836-684-672 24 -Jun -2015 10:24:27 AM SHAW TRUCKING INC 41-1777707 TREYTAN Contractor Affidavit 814563328 2028764 CITY OF NEW HDPE SAP 182-101-018 29 -May -2013 11-Now2013 NEW HOPE $251,985.67 No Subcontractors Important Messages A copy of this page must be provided to the contractor or govemment agency that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651-282-9999, (toll-free) 800-657-3594, or (email) Withholding.tax@state.mn.us. Business hours are 8:0(1 a.m. - 4:30 p.m. Monday - Friday. Please Rrint this confirmation Page for your records using the print or save functionality built into your browser. https:llwww.mndor.state.rnrLusWeservicW 1RetrievaUt)-/6gnCL17uKsosiumA$Wtg ?FILE=Print2 111 Page 1 of 1 MINNESOTA- REVENUE Contractor Affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number: Submitted Date and Time: Legal Name: Federal Employer Ib: User Who Submitted Type of Request Submitted: Affidavit Summary Affidavit Number: Account Number: Project Owner. Project Number. Project Begin Date: Project End Date: Project Location: Project Amount; Subcontractors: 1-189-464-960 24 -Jun -2018 9:62:27 AM MIDWEST ASPHALT CORP 41-0943785 mwasph Contractor Affidavit 9094649504 7252554 CrTY OF NEW HOPE 2102-7 23 -Apr -2013 26 -Sep -2014 BOONE AVE & 49TH AVE N $1,293,063.89 No Subcontractors Important Messages A copy of this page must be provided to the contractor or government agancy that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651-282-9999, (toll-free) 800-557-3594, or (emall) Wthholding.iexQstate.mn.trs. Business hours are 8:00 a.m. -4:30 P.M. Monday - Friday. Please Ldar MS coonfn-nationaue for your records using the hint or save functionality built Into your browser. haps://www.mndor.staie.rnn.us4leservices/ lRetrievel0/b-/5YsNdjz6Zssjk5KUiK6Axw ... 6/24/2015 JUN -30.7015 11:23AM GEYER SIGNAL 3206546884 L7 IN \LSO A -P Ny TE Contractor Affidavit Submitted Thank you, your ContramrAtifdavlt has been approved. Confirmation Summary Conffrmatlon Number: Submitted nate and'rne: Legal dams: Federal Fmployor If?: llser Who Submitted: TY)IM Wf i[L-yuwt SubmILusd. Affidavit Summary Affidavit Humber: Account Number Project Owner. Project Number. Project Begin Date. Projed End Date; PmjeCt Location: Project Amount bw000nwootors: 1-173-534.624 23 -Jun -2015 11;32:17 AM GEYER SIGNAL OF ST CLOUD INC 41-1583556 geysig Gu„utiL(u, slrAuavlL 21179596$0 3502133 CITY OF NEW HOPE SAP 182-101-01a 16 -Apr -2013. 23.01;t-2014 2013 INFRASTRUCTtJR1=1MPS, NEW HOAE $34,&45.00 NO %i(ibeontfaMrs Important Messages A copy Of this page must be provided to the Contractor or government agency that hired you. Contact us If you need further assistance, contact our 1nflthholding Tax Division at 657.282-9999, (foil -free) 800-657-35g4, or (email) V thhotding.tax@state.mn_us. Business hours are 6:00 s.m. - 4:30 p.rn. Monday - Friday. Please for your rewrvs using the prim or save nmcDonauty Dunt Into your oromer, N0. 169 1�-,M 3/3a f 1 lilLk�-/lwc�w.uw►l�r,statc,mn.tt,�/tp/escrvicc3! lRotaniovo/Ofb 19VT 55—,)9N9M1JoLiir4pq�v.__ E/23/.1015 -6-2015 15:33 FROM:AMS CONTRACTING LLC 6513486870 .MINh'f WMA- R INUE Contractor Affidavit Submitted Thank You, your 00011 (;W N1116110 1 has been epprovad. Contirmetion Summary Conf rm9don Number: 8011111f6d Date and Time - 1 -6081 Name, Federal Employer N}: liner Who Submitted: Type of Requatrt Submitted: Afffdavlt Summary ANM&vlt Number. Aer.ount Number: Prow owner. Pf*IW Number. Ned Begin Date: Prq)ed End Dela: Protect Location: I -'Mad Amount; Subr ontraciorc. 11-676-960-1178 6-JUI-2016 4;41:42 PIN Awls CONTRACTING LLC 27-0322978 AMS Gonbwgng COniractor Amdavil 1007462is 1418687 CITY OF New HOPE 2019 NFRASTRUCTURE 2102-03 01 -SOP -2014 30 -Der. -2014 NEW HDPE $16,730.00 NO Suboontredom TO.•7634289095 P.1-11 fmpertant Messages A oopy Of this Page must b8 provided 110 Me oonflacrar or Qovgmimnl og9ncy 11178! hired you. Contact Us If YOU need Wher aselelance, aantacl our Whnpoldina Tax Division at asi.2a"gga, (toll-fine)80"67-11804, or (amall) Wlthnatding.taxOstate.mn.us. Business hours aro 8:00 a.m. - 4:30 p.m. Manday - Friday. Please Qda43hle conArmado :puce for your raoords using the print or save funs tonality built into your browwr, Page I of X hClps://www.mndor.state.mn.us/tp/eservices/ /Retrieve/0/b-/KWiYU n7-X0u0DF1tE9l-D1V... 7/4/1091 rage 1 UL 1 MINNESOTA- REVENUE Contractor affidavit Submitted Thank you, your Contractor Affidavit has been approved. Confirmation Summary Confirmation Number_ Submitted Date and Time: Legal Name: Federal Employer ID: User Who Submitted: Type of Request Submitted: Affidavit Summary Affidavit Number: Account'Number: Project Owner. Project Number Project Begin Date: Project End Date: Project Location: Project Amount: Subcontractors: 0-710-744-950 10-JUI--2015 3:45:55 PM ON CALL PAVEMENT SWEEPING INC 80-0588577 lauramiller ContractorAff'idavit 507297782 1507188 CITY DF NEW HOPE 2102-09 DI -Apr -2013 01 -Jun -2013 NEW HOPE $6,23uo No Subcontractors Important Messages A copy of dais page must be provided to the contractor or govemment agency that hired you. Contact Us If you need further assistance, contact our Withholding Tax Division at 651-282-9999, (tolk free) 800-657-3594, or (email) Vlfithholding.tax@state_mn.us. Business hours are 8:00 a.m. -4:30 p.m. Monday - Friday. Please print this confirmation pane for your records using the print or save functionality bulltinto your browser. https.:IlWww.mndor.state.mn.usltplesezvice8l lRetrievel0/b-BKxvgu9Z67GGEfogjp.K9cw .. 7/10/2015 t312.molD MN e -Services Contractor Affidavit Submitted Enter Information Review and Submit comptate Thankyou, your ContractorAlildavlt has been approved Confirmation Summary Confirmation Number. 1-704-826-752 Submitted Dale and Time: 25 -Aug -2015 9:p1:30 AM Legal Name: E J MAYERS INC Federal Employer ID: 48-1257369 User Mo Submitted: Eimayers Type of Request Submitted: Contractor Affidavit Affidavit Summary Affidavit Number, 2091696129 Minnesota ID: 6130608 Project Owner: CITYOFNEWHOPE Project Number. SAP 182 -fol -018 Project Begin Date: 29 -May -2013 Project End Date: 11 -Nov -2013 Project Location: NEW HOPE ProjecTAmount $7,150.00 Subcontractors: No subcontractors ImPortant Messages Aoopyofthls page must be provided to the contraclor orgovernmentagency that hired you. Contact Us If you need further assfslance, contact ourWthholding Tax Division at 661-282.81389, (toll-free) 800.657-3594, or (email) Mholding.tax@stata.mmus. Business hours are 8:00 a -m. - 4:$0 p.m. Monday - Friday. How to View and Print this Request You car, See copies of your requests by going to the History Tab, or by clicking the link below.To Printor email a copy ofthfs confirmation page, click one ofthe buttons below. Click here to go to tha History Tab Printer F iendly ETaff 1%% Close i'. ai .`. lla �1,,�:'. ls.4 I a't.::a; : F�:�11•.', ti+i �:,•, � ,n:Ail:., 7.1 rCl. Y � .'..::i17 � :.+: t;:` +'�Firrh'�4��� -: f' : _ ji cgav ..: ri :�1::•�. s4; %la:ll: ..:a:..ni ;rl::, l.tb:_ •s hdp;/lwww,mndor.stMe.mn.usWeservIoW 1411 1/1 COUNCII Request for Action Originating Department Approved for Agenda Agenda Section City Manager September 28, 2015 Development & Planning Item No. By: Valerie Leone, City Clerk By: Kirk McDonald 8.3 Resolution declaring cost to be assessed and ordering preparation of proposed assessments in connection with 2013 Infrastructure Improvement Project 906 Requested Action Staff is recommending that the Council approve a resolution declaring the cost to be assessed and order the preparation of proposed assessments by the city clerk for the 2013 Infrastructure Improvement Project. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. Background On March 25, 2013, Council authorized a contract with S.R. Weidema Incorporated for construction of the 2013 infrastructure project for $5,996,668. The contract included Alternate 1 for a quiet zone at Boone Avenue. The work included street and utility infrastructure improvements from 491h to Bass Lake Road from Boone Avenue to Hwy. 169. The final contract amount was $5,978,060.31. A public hearing on the proposed assessment was held December 10, 2012, and tax exempt properties were notified/encouraged to attend the hearing. The city engineer has determined that the total cost for the street portion of the 2013 infrastructure project is $4,472,502.06. Using New Hope's assessment policy, the assessment rate is $47.49 per foot for street mill and overlay and $206.09 per foot for street reclamation work. The 2013 infrastructure improvement project includes ten tax exempt properties for assessment (seven of the ten parcels are city -owned). The total proposed assessment roll is $371,303.66. Motion by Second by To: A, CQ I; \ RFA\ City Manager\ 20151 q -declare cost project 906.doc Request for Action, Page 2 September 28, 2015 The properties to be assessed for the 2013 infrastructure improvement project are: Address PID Number Northwest Church of Christ (8624 501hAve. N) 07-118-21-13-0104 North Ridge Health and Rehab (5430 Boone Ave. N.) 06-118-21-43-0037 Hearing & Service Dogs of MN (9440 Science Center Dr.) 06-118-21-33-0001 City of New Hope 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 07-118-21-23-0001 07-118-21-32-0071 The city cleric will notify the property owners of the public hearing and the proposed assessments. The total assessment roll is $371,303.66, and the total for city -owned property is $141,245.68. Funding State aid and a PFA loan of $1,035,000 covered a substantial portion of the project cost. Other funding sources were street infrastructure fund, storm wafter fund, sanitary sewer fund, water fund, and assessments. Attachments Resolution Appendix B-1 Appendix B-2 (final) and map I:%RFAICity Manager\ 20151q -declare cost project 906.doc RESOLUTION NO.2015-146 RESOLUTION DECLARING COST TO BE ASSESSED AND ORDERING PREPARATION OF PROPOSED ASSESSMENT IN CONNECTION WITH INFRASTRUCTURE IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) WHEREAS, contracts have been let for the construction of the 2013 Infrastructure Improvement No. 906 in the City, and WHEREAS, the total cost of street improvements is $4,472,502.06. NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: I . The City Council hereby determines that the City shall pay $4,101,198.40 of said cost, exclusive of the amount it may pay as a property owner, and the sum of $371,303.66 shall be assessed against benefitted property owners based upon benefits received without regard to cash valuation. 2. Assessments shall be payable in equal biannual installments due and payable on or before May 15`x' and October 15th of each year extending over a period of ten (10) years, the first of the installments to be payable on or before May 15, 201 & and shall bear interest at the rate of six (6%) percent per annum from the date of the adoption of the assessment resolution. 3. The City Clerk, with the assistance of the City consulting engineer and any other necessary personnel, shall forthwith calculate the proper amount to be specially assessed for such improvement against every assessable lot, piece or parcel of land without regard to cash valuation as provided by law, and the Clerk shall file a copy of such proposed assessment in the Clerk's office for public inspection. 4. The City Clerk shall, upon the completion of such proposed assessment, notify the Council thereof. Adopted by the City Council this 28th day of September, 2015. Kathi eInken, Mayor Attest: Valerie Leone, ity Clerk Mill & Overlay Subtotal Reclaim Subtotal Appendix B-1 Final Project Assessments 2013 Infrastructure Improvements September 2015 Total Project Street Cost $1,207,575.55 $3,264,926,51 FF Non -Residential Rate 25,266 $47,79 15,842 $206,09 Totals $4,472,502.06 41,108 4. Minn Masonic Home No Ridge Appendix B-2 MITI & Overlay 0 $47.79 $0.00 5430 Boone Ave N Final Project Assessments Reclaim 608 $206.09 $125,302.72 2013 Infrastructure Improvements September 2015 Total Assessment Street Front Assessment Assessment Entity Property Type Improvement Footage Rate Amount 0 $206.09 $0.00 PID 06-118-21-33-0001 1. City of New Hope Non -Residential Mill & Overlay 263 $47.79 $12,568.77 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 07-118-21-240003 $30,490.02 5500 International Pkwy Reclaim 0 $206.09 $0.00 Total Assessment $12,568.77 2. City of New Hope Non -Residential Mill & Overlay 263 $47.79 $12,568.77 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 07-118-21-24-0004 938 $47.79 $44,827.02 86 Address Unassigned Reclaim 0 $206.09 Total Assessment $12,568.77 3. Northwest Church of Christ Non -Residential Mill & Overlay 0 $47.79 $0.00 8624 50th Ave N Reclaim 245 $206.09 $50,492.05 PID 07-118-21-13-0104 Mill & Overlay 277 $47.79 $13,237.83 5700 International Pkwy Reclaim Total Assessment $50,492.05 4. Minn Masonic Home No Ridge Non -Residential MITI & Overlay 0 $47.79 $0.00 5430 Boone Ave N Reclaim 608 $206.09 $125,302.72 PID 06-118-21-43-0037 Total Assessment $125,302.72 5. Hearing & Service Dogs of MN Non -Residential Mill & Overlay 899 $47.79 $42,963.21 9440 Science Center Dr Reclaim 0 $206.09 $0.00 PID 06-118-21-33-0001 Total Assessment $42,963.21 6. City of New Hope Non -Residential Mill & Overlay 638 $47.79 $30,490.02 5500 International Pkwy Reclaim 0 $206.09 $0.00 PID 06-118-21-34-0020 Total Assessment $30,490.02 7. City of New Hope Non -Residential Mill & Overlay 938 $47.79 $44,827.02 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 06-118-21-31-0019 Total Assessment $44,827.02 8. City of New Hope Non -Residential Mill & Overlay 277 $47.79 $13,237.83 5700 International Pkwy Reclaim 0 $206.09 $0.00 PID 06-118-21-31-0020 Total Assessment $13,237.83 9. City of New Hope Non -Residential Mill & Overlay 139 $47.79 $6,642.81 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 07-118-21-23-0001 Total Assessment $6,642.81 10. City of New Hope Non -Residential MITI & Overlay 674 $47.79 $32,210.46 9401 49th Ave N Reclaim 0 $206.09 $0.00 PID 07-118-21-32-0071 Total Assessment $32,210.46 Total Assessment Value $371,303.66 -T A I'Al/ 24 CA-� r�svw Ik LAKE RD IL z a4 2 ff tJ RESEARCH CENTER RD W 9440 Sore ue Gender U' PIN 00-118-2143-OW1 NOn-Res 80Addrass Unsa 2nsd PIN 0B.1118021-311-0019 NoiIlkeq �5 SCIENCE CENTER DR 5300 hdemahonal P6 wy PIN 00-112-21-34-0020 Non -Res 56TH AVE'N 5480 Boorta Ava N PIN OB -1182143-0037 NOWRes Al 54TH AVE N 55TH AVE N z r LU 88 Address u Saespned eBAddressUrmssl9ned m ' N J PIN O7118-21-230061 PIN 47-118.21-24-0004 Rae, Nan -Res 51 STAVE M' q' U ST5TA'/E N Y , m x I z 5$C� FAIRVIEWAVEM XyLbJAVEIV.' 8924 SOtit Ave N- ut a - - xry NmERes Z z, 0 5DT" AVE N rn z ' z z z. 2 49THAVE N 5700:14arrm honal Pkwya q' z: PIN: 06118-4141-OaEO W z z LI Non -Res Aft it }, zO Q 9401 49% An N O m 0. 0' PIN 07418.2132-0071(�p�j'' ._ ,�, _ Res.. -, 80Addrass Unsa 2nsd PIN 0B.1118021-311-0019 NoiIlkeq �5 SCIENCE CENTER DR 5300 hdemahonal P6 wy PIN 00-112-21-34-0020 Non -Res 56TH AVE'N 5480 Boorta Ava N PIN OB -1182143-0037 NOWRes Al 54TH AVE N 55TH AVE N z r z � a 88 Address u Saespned eBAddressUrmssl9ned m ' 52r4DAVE N O PIN O7118-21-230061 PIN 47-118.21-24-0004 Rae, Nan -Res 51 STAVE M' q' ST5TA'/E N Y , m x I 66AddrmUnas@19ned FAIRVIEWAVEM XyLbJAVEIV.' 8924 SOtit Ave N- MN: 07-1$8-21-13111114 �- - - xry NmERes Z BOTH AVE M 5DT" AVE N rn z z � a 88 Address u Saespned eBAddressUrmssl9ned O PIN O7118-21-230061 PIN 47-118.21-24-0004 Rae, Nan -Res . x I 66AddrmUnas@19ned FAIRVIEWAVEM XyLbJAVEIV.' PIN 07L -118 -21 -24 -OM - - � Mon -Ree ' z 2 49THAVE N z z. z z z LI }, 9401 49% An N 0' PIN 07418.2132-0071(�p�j'' ._ ,�, _ Res.. -, .. `D. BQOWECIRN ¢ 4 0 250 500 1,000 Feet DECATUR AVE pr p 5tantec Consulting City of New nope Tax Exempt* Pt * The IMarmatlon this has been 1 2335 West Highway 36 on map compiled by Stantee staff from avadety oT sources and is - St. Paul, MN 55113 2013 Infrastructure Improvements No nethm. sla =Lor kas ro ehanons or Y tea w rept wut no representelions or warten8ea, express or Implied, s 1a,sr2o,2 Tax Exempt Properties or rights mooch to heto Inf rmaloa,8mepna�, to the use oTsuch infomrelion. use . -134m6Le c-_langTA%Projects%Taz_Eaempt_PmperUes_2013.rnxd " Data from 10108/2012 COUNCIL Request for Action 4. Originating Department Approved for Agenda Agenda Section City Manager September 28, 2015 Ordinance & Resolutions Item No. By: Valerie Leone, City Clerk By: Kirk McDonald, City Manager 10.1 Resolution calling for a public hearing on assessments for infrastructure improvement no. 906 (2013 Infrastructure improvement Project) Requested Action Staff is recommending that the Council approve a resolution establishing a public hearing for October 26, 2015, to consider the assessments for the 2013 street and infrastructure improvement project. Policy/Past Practice The City Council routinely considers public infrastructure improvement projects to extend the useful life of the infrastructure and/or improve the level of service. Background Council authorized preparation of a feasibility report for the 2013 infrastructure project on July 23, 2012, and on November 13, 2012, the city engineer presented the feasibility report for this improvement project. Council reviewed the report and scheduled a public hearing for December 10, 2012. The city clerk notified the property owners regarding the proposed assessment project and the public hearing. On March 25, 2013, the contract was awarded to S. R. Weidema Inc., in the amount of $5,996,668. The project is now complete, and it is appropriate to schedule a public hearing for assessments. The public hearing can be held on October 26, 2015. The properties to be assessed for the 2013 infrastructure improvement project are listed on the following page. Motion by Second by To: Z 7 I:1 RFAI City Manager\ 2015\q -call for public hearing 906.doc Request for Action, Page 2 September 28, 2015 Address Northwest Church of Christ 8624 5511, Ave. N. North Ridge Health and Rehab 5430 Boone Ave. N. Hearing & Service Dogs of MN 9440 Science Center Drive City of New Hope Front footage PID Number Assessment Amount 245 feet 07-118-21-13-0104 $50,492.05 Reclaim Total Assessments 608 feet 06-118-21-43-0037 $125,302.72 Reclaim 899 feet 06-118-21-33-0001 $42,963.21 Mill & overlay 263 feet 07-118-21-24-0003 $12,568.77 Mill & Overlay 263 feet 07-118-21-24-0004 $12,568.77 Mill & Overlay 638 feet 06-118-21-34-0020 $30,490.02 Mill & Overlay 938 feet 06-118-21-31-0019 $44,827.02 Mill & Overlay 277 feet 06-118-21-31-0020 $13,237.83 Mill & Overlay 139 feet 07-118-21-23-0001' $6,642.81 Mill & Overlay 674 feet 07-118-21-32-0071* $32,210.46 ,.._ Mill & Overlay Total Assessments $371,303.66 'Ihese two properties were not included in the proposed assessments in the feasibility report. The city clerk will notify the property owners of the public hearing and the proposed assessments. Attachments Map Resolution I: \ RFA\ City Manager\ 2015\ q -call for public hearing 906.doc RESOLUTION NO. 2015 - 147 RESOLUTION CALLING FOR PUBLIC HEARING ON ASSESSMENTS FOR INFRASTRUCTURE IMPROVEMENT NO. 906 (2013 Infrastructure Improvement Project) WHEREAS, the City Clerk, with the assistance of the City consulting engineer, has prepared an assessment roll for the 2013 Infrastructure Improvement No. 906, and said proposed assessment roll is on file with the City Clerk and open to public inspection; NOW THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope, Minnesota, as follows: 1. The Clerk shall publish notice that this Council will meet to consider the proposed assessments on October 26, 2015, at 7:00 p.m. at the City Hall, 4401 Xylon Avenue North of said City of New Hope, Minnesota. The published notice shall be in substantially the form set forth on Exhibit A attached hereto and shall be published in the city's official newspaper at least two weeks prior to the hearing. 2. Notice shall be mailed by the Clerk to the owners of each parcel described in the assessment roll. 3. The owner of any property so assessed may, at any time prior to certification of the assessment to the county auditor, pay the whole of the assessment on such property, with interest accrued to the date of payment, to the Finance Director or Assessment Clerk, except that no interest shall be charged if the entire assessment is paid within 30 days from the adoption of the assessment. At any time thereafter, the owner may pay to the Finance Director or Assessment Clerk the entire amount of the assessment remaining unpaid, with interest accrued to December 31 of the year in which such payment is made. Such payment must be made on or before November 14 or interest will be charged through December 31 of the succeeding year. 4. If the adopted assessment differs from the proposed assessment as to any particular lot, piece or parcel of land, the Clerk shall mail to the owner a notice stating the amount of the adopted assessment. Owners must also be notified by mail of any changes adopted by the Council in interest rates or prepayment requirements from those contained in the mailed notice of the proposed assessment. Adopted by the City Council this 28th day of September, 20 5. Kathi He en, Mayor Attest: Valerie Leone, City Clerk EXHIBIT A NOTICE OF HEARING ON ASSESSMENTS FOR INFRASTRUCTURE IMPROVEMENT NO. 906 TO WHOM 1T MAY CONCERN: TIME AND PLACE AND Notice is hereby given that the City Council of the City of GENERAL MATURE OF New Hope, Minnesota, will meet in the City Hall at 4401 IMPROVEMENTS: Xylan Avenue North in the City of New Hope, Minnesota, on the 26th day of October, 2015 at 7:00 p.m. to consider objections to the proposed assessments described in the November 2012 feasibility report entitled 2013 Infrastructure Improvement Project, City Project No. 906, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. As per Figure 1 "2013 Proposed Project Area" set out in Stantec's November 2012 feasibility report, the streets included in the project are as follows: a) for Reclaim —Boone Avenue North from 49th Avenue North to Bass Lake Road; 49f Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51St Avenue North from Boone Avenue North to end of cul-de-sac; Science Center Drive from TH 169 Service Road to Boone Avenue North; East Research Center Road from Boone Avenue North to International Parkway; International Parkway from i) West Research Center Road to Science Center Drive, and ii) from West Research Center Road to 865 feet north of West Research Center Road; West Research Center Road from TH 169 Service Road to International Parkway, and b) for Mill and Overlay — International Parkway from Bass Lake Road to 865 feet north of West Research Center Road; TH 169 Service Road from West Research Center Road to 491h Avenue North; and 491h Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. ASSESSMENT ROLL OPEN The proposed assessment roll is on file with the City Clerk TO INSPECTION: and open to public inspection. AREA PROPOSED TO BE The area proposed to be assessed consists of every lot, piece ASSESSED: or parcel of land benefitted by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: PID NUMBER/ADDRESS: 07-118-21-13-0104 Northwest Church of Christ 8624 5011, Avenue North 06-118-21-43-0037 North Ridge Health & Rehab 5430 Boone Avenue North 06-118-21-33-0001 Hearing & Service Dogs of MN 9440 Science Center Drive 07-118-21-24-0003 City of New Hope properties 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06118-21-31-0020 06118-21-23-0001 06-118-21-32-0071 TOTAL AMOUNT OF The total amount proposed to be assessed is $371,303.66. PROPOSED ASSESSMENT; WRITTEN OR ORAL Written or oral objections will be considered at the hearing. OBJECTIONS: pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the District Court within ten days after service upon the Mayor or Clerk. LIMITATION ON APPEAL: No appeal may be taken as to the amount of any assessment adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. DEFERMENT OF Under the provisions of Minnesota Statutes, Sections 435.193 ASSESSMENTS: to 435.195, the City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older, retired disabled homeowners or members of the Minnesota National Guard or other military reserves ordered into active service for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code section 1.60 et. al., a copy of which is available upon request at the office of the City Clerk. MAILED NOTICE: The notice of this hearing mailed to property owners contains additional information. DATED: September 28, 2015. BY ORDER OF THE CITY COUNCIL City Clerk TAKE RD 1 � z 0 zz tW— z RESEARCH CENTER RD W zl i I I I I 9440 Buienoc Canter or PIN 05-116,21-3.o-0001 Non'Res 5700:Inarmathonal Pkwy PIN: 06-115,2131-0020 Non•Res %Address Unassigned PIN 96-11821-31-0010 Non -Res O FJ`` GAG �5 SCIENCE CENTtk bR 5500 International Pkwy PIN 06-176-2i-34-0020 Non -Res z W m ` m ` 52N6AVEN I I 19 1 W = 51ST'AVE R Q' 2 0 515TAVE FC ao N aPt �A z U :Z O Z. Y QU_ W O ji z a: o z: M : o. 56TH AVE N 5430 Boone Ave N PIN u5-118-2143-0aa7 Nun -Re. 54TH AVE N 55TH AVE N z Z- O stc aitrtec tq' City of New Hope 2013 Infrastructure Improvements Y Tax E7Cem t Pro Properties p p 8024 5m Ave N. — --C ' FAclienhmunic' aMw horn n mnk1dMAPV I9r)A.TAIPminr 1r _ E—re Prnn me 2M%Z * Dat2 from 1 O/Ot"?017 PIN: 07.118-21-t3-0764 Non -Res Z 50TH AVE1450TH AVE N M. ' z KIN 06 Address Unassigned BBAddre.e Unassigned O PIN 07-118-21.230001 PIN 07-11&21-24-0004 - i Z Res Noo-Res qP _ .. ._. - 86 Address Unsastgnsd FAI R}fIEVJ.4VEIV XytoNA1/E'ly. i PIN 07 -116 -21 -M -ODM NolrRes -- 1 x - j Z 49THAVE N - -,Z,,- .Z i Z. D' - - . 4-. Z. w '.. �;.._ _ > v 84014t1EhAveN z_ Q1--- G PIN d7-116-21-32-0071 1 'O Res <- m w BOONE C!R N 0 250 500 1,000 4 1 Feet DECATUR AVE N stc aitrtec Stantec Consulting Highway St. Paul, MN 55113 10!15!2012 City of New Hope 2013 Infrastructure Improvements Y Tax E7Cem t Pro Properties p p Tax Exempt* � � No Yes The tantac 0cn on n s map has been es and is by stalaec aleft tram a variety of sources and IB subject to change withoutnotce.staMecmakes n0 representations or warran8es, apress o71mpavd, as eo accuracy, oompteteness,timeliness, or rights to the use of such information. FAclienhmunic' aMw horn n mnk1dMAPV I9r)A.TAIPminr 1r _ E—re Prnn me 2M%Z * Dat2 from 1 O/Ot"?017 Leone Valerie From: Long, Chris [Chris. Long@stantec.com] Sent: Wednesday, September 30, 2015 2:56 RM To: Leone Valerie Subject: RE: public hearing notice Val, See revised below: a) for Reclaim — Boone Avenue North from 49�h Avenue North to Bass Lake Road; 4912, Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 511t Avenue North from Boone Avenue North to end of cul-de-sac; and b) for Mill and Overlay — international Parkway from Bass Lake Road to Science Center Drive; East Research Center Road from Boone Avenue North to International Parkway; TH 169 Service Road front West Research Center Road to 49"Avenue North; Science Center Drive from TH 169 Service Road to Boone Avenue North; West Research Center Road from TH 169 Service Road to International Parkway; and 49=h Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. Let me know if you need anything else. Thanks Val Associate Stantec 2335 Highway 36 West St. Paul .MN 55113-3819 Phone: (651) 604-4808 Ce°I: (651) 492-7747 Fax: (651) 363-1311 Ch,is. Long @stantec,com The content of this email is the confidential property of 5taniec and should not be copied, modified, retransmitted, or used for any purpose except with 5tantec's wrii`en authorization. If you are not the intended recipient, please delete all copies and notify us immediately. °rJ Plecw, con-ider tho anvironm ;nt b�'or From: Leone Valerie [mailto:vleone@)ci.new-hol2e.mn.us] Sent: Wednesday, September 30, 2015 2:43 PM To: Long, Chris Subject: public hearing notice Can you update this so it properly reflects what streets were reclaimed and what were mill & overlay.... Notice is hereby given that the City Council of the City of New Hope, Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the City of New Hope, Minnesota, on the 26th day of October, 2015 at 7:00 p.m, to consider objections to the proposed assessments described in the November 2012 feasibility report entitled 2013 Infrastructure Improvement Project, City Project No. 906, prepared by Stantec Consulting Services, Inc., Engineers for the City, is the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used 1 where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. As per Figure 1 "2013 Proposed Project Area" set out in Stantec's November 2012 feasibility report, the streets included in the project are as follows: a) for Reclaim - Boone Avenue North from 49th Avenue North to Bass Lake Road; 49tl Avenue North from Boone Avenue North to 160 feet west of Erickson Drive, 51%t Avenue North from Boone Avenue North to end of cul-de-sac, Science Center Drive from TH 169 Ser -Ace Road to Boone Avenue North; East Research Center Road from Boone Avenue North to International Parkway; International Parkway from i) West Research Center Road to Science Center Drive, and n) from West Research Center Road to 865 feet north of West Research Center Road, West Research Center Road from TH 169 Service Road to International Parkway-, and b) for Mill and Overlay -- International Parkway from Bass Lake Road to 865 feet north of West Research Center Road; TH 169 Service Road from West Research Center Road to 49th Avenue North; and 49tr Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all othez appurtenant works and services reasonably required to complete the project Valerie Leone City of 0:m Hope City Clerk 4401 Xylon Ave N New Hope, MN 55428 Office: 763-531-5117 1 Fax: 763-531-5136 vleone@ci.new-hope.mn.us N Notices Mailed on 10/5/15. Owner Front footage PID Assessment Northwest Church of Christ 245 feet reclaim 07-118-21-13-0104 $50,492.05 8624 551h Ave. N. North Ridge Health and Rehab 608 feet reclaim 06-118-21-43-0037 $125,302.72 5430 Boone Ave. N. Hearing & Service Dogs of MN 899 feet mill & overlay 06-118-21-33-0001 $42,963.21 9440 Science Center Drive City of New Hope 263 feet mill & overlay 07-118-21-24-0003 ` $12,568.77 263 feet mill & overlay 07-118-21-24-0004 $12,568.77 638 feet mill & overlay 06-118-21-34-0020 $30,490.02 938 feet mill & overlay 06-118-21-31-0019 $44,827.02 277 feet mill & overlay 06-118-21-31-0020 $13,237.83 139 feet mill & overlay 07-118-21-23-0001' $6,642.81 T 674 feet mill & overlay 07-118-21-32-0071* $32,210.46 $371,303.66 *These two properties were not included in the proposed assessments in the feasibility report. NOTICE OF HEARING ON ASSESSMENTS FOR 2013 INFRASTRUCTURE IMPROVEMENT NO. 906 TO: PROPERTY TO BE ASSESSED: ASSESSMENT: INTEREST RATE/TERM: Northwest Church of Christ 07-118-21-13-0104, 8624 50th Avenue North $50,492.05 6% over 10 years TIME AND PLACE AND Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 Xylan Avenue North in the IMPROVEMENTS: City of New Hope, Minnesota, on the 26th day of October, 2015, at 7:00 p.m. to consider objections to the proposed assessments for the 2013 Infrastructure Improvement Project, City Project No. 906. The project includes the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. The streets included in the project are as follows: a) for Reclaim — Boone Avenue North from 490, Avenue North to Bass Lake Road; 49*f' Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51St Avenue North from Boone Avenue North to end of cul-de-sac; and b) for Mill and Overlay — International Parkway from Bass Lake Road to Science Center Drive; East Research Center Road from Boone Avenue North to International Parkway; TH 169 Service Road from West Research Center Road to 49th Avenue North; Science Center Drive from TH 169 Service Road to Boone Avenue North; West Research Center Road from TH 169 Service Road to International Parkway; and 491h Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 • TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. ASSESSMENT ROIL OPEN TO The proposed assessment roll is on file with the City Clerk and open to INSPECTION: public inspection, AREA PROPOSED TO BE The area proposed to be assessed consists of every lot, piece or parcel of land ASSESSED: benefited by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: OWNER/ ADDRESS Northwest Church of Christ, 8624 50t` Avenue North PID NUMBER: PID 07-118-21-13-0104 North Ridge Health & Rehab, 5430 Boone Avenue North PID 06-118-21-43-0037 Hearing & Service Dogs of MN, 9440 Science Center Drive PID 06-118-21-33-0001 City of New Hope properties: 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 06-118-21-23-0001 06-118-21-32-0071 TOTAL AMOUNT OF The total amount proposed to be assessed is $371,303,66. PROPOSED ASSESSMENT: WRITTEN OR ORAL Written or oral objections will be considered at the hearing. OBJECTIONS: RIGHT OF APPEAL: An owner of property to be assessed may appeal the assessment to the district court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the district court within ten days after service upon the Mayor or Clerk. LIMITATION ON APPEAL: No appeal may be taken as to the amount of any assessment adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, —2— Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. ASSESSMENT Under the provisions of Minnesota Statutes, Sections 435.193 to 435.195, the DEFERMENT: City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older, retired disabled homeowners or members of the Minnesota National Guard or other military reserves ordered into active service for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code §1.60 et. al., a copy of which is available upon request at the office of the City Clerk. SPECIFIC AMOUNT TO The amount to be specifically assessed against your particular lot, piece, or BE ASSESSED: parcel of land is stated on the first page of this notice. Adoption by the Council of the proposed assessment may be taken at the hearing. INTEREST RATE: If the assessment is not paid within 30 days from the adoption of the assessment roll, interest will accrue on the assessment at the rate of 6%. ASSESSMENT Unless you choose to prepay your assessment, the assessment will be certified INSTALLMENTS: to your real estate taxes commencing with taxes payable in 2016. The assessment will be spread in equal annual installments over 10 years bearing interest at 6%. The first installment will include interest on the total assessment from November 1, 2015, through December 31, 2016, or 14 months' interest. PAYMENT OPTIONS 1. FULL PAYMENT - You may prepay the entire assessment to the Finance THIS YEAR: Director or Assessment Clerk of the City prior to December 1, 2015, when the assessment roll is certified to the County Auditor. To avoid paying interest, you need to prepay the assessment in full within 30 days of the adoption of the assessment. 2. PARTIAL PAYMENT - One partial payment per property will be accepted and credited to any special assessment levied against real property in the City within 30 days from the date the City Council adopts a resolution approving said special assessments. Payments must be made to the Finance Director or Assessment Clerk. The remaining unpaid balance will be certified to the County Auditor and apportioned to the property's real estate taxes for payment per the collection procedure established in Minnesota Statute Chapter 429. PAYMENT IN In subsequent years, the principal balance remaining may be paid to the Finance SUCCEEDING YEARS: Director or Assessment Clerk at any time prior to November 14 of any year. October 5, 2015 BY ORDER OF THE CITY COUNCIL sl Valerie Leone, City Clerk NOTICE OF HEARING ON ASSESSMENTS FOR 2013 INFRASTRUCTURE IMPROVEMENT NO. 906 TO: PROPERTY TO BE ASSESSED: ASSESSMENT: INTEREST RATE/TERM: North Ridge Health & Rehab 06-118-21-43-0037, 5430 Boone Avenue North $125,302.72 6% over 10 years TIME AND PLACE AND Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the IMPROVEMENTS: City of New Hope, Minnesota, on the 26th day of October, 2015, at 7:00 p.m. to consider objections to the proposed assessments for the 2013 Infrastructure Improvement Project, City Project No. 906. The project includes the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. The streets included in the project are as follows: a) for Reclaim — Boone Avenue North from 49t" Avenue North to Bass Lake Road; 490, Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 5111 Avenue North from Boone Avenue North to end of cul-de-sac; and b) for Mill and Overlay — international Parkway from Bass Lake Road to Science Center Drive; East Research Center Road from Boone Avenue North to International Parkway; TH 169 Service Road from West Research Center Road to 491' Avenue North; Science Center Drive from TH 169 Service Road to Boone Avenue North; West Research Center Road from TH 169 Service Road to International Parkway; and 491h Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 • TDD: 763-531-5109 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. ASSESSMENT ROLL OPEN TO The proposed assessment roll is on file with the City Clerk and open to INSPECTION: public inspection. AREA PROPOSED TO BE The area proposed to be assessed consists of every lot, piece or parcel of land ASSESSED: benefited by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: OWNER/ ADDRESS Northwest Church of Christ, 8624 501i Avenue North PID NUMBER: PID 07-118-21-13-0104 North Ridge Health & Rehab, 5430 Boone Avenue North PID 06-118-21-43-0037 Hearing & Service Dogs of MN, 9440 Science Center Drive PID 06-118-21-33-0001 City of New Hope properties: 07-118-21-24-0003 '07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 06-118-21-23-0001 06-118-21-32-0071 TOTAL AMOUNT OF The total amount proposed to be assessed is $371,303.66. PROPOSED ASSESSMENT: WRITTEN OR ORAL Written or oral objections will be considered at the hearing. OBJECTIONS: RIGHT OF APPEAL: An owner of property to be assessed may appeal the assessment to the district court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the district court within ten days after service upon the Mayor or Clerk. LIMITATION ON APPEAL: No appeal may be taken as to the amount of any assessment adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Ma Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. ASSESSMENT Under the provisions of Minnesota Statutes, Sections 435.193 to 435.195, the DEFERMENT: City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older, retired disabled homeowners or members of the Minnesota National Guard or other military reserves ordered into active service for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code §1.60 et. al., a copy of which is available upon request at the office of the City Clerk. SPECIFIC AMOUNT TO The amount to be specifically assessed against your particular lot, piece, or BE ASSESSED: parcel of land is stated on the first page of this notice. Adoption by the Council of the proposed assessment may be taken at the hearing. INTEREST RATE: If the assessment is not paid within 30 days from the adoption of the assessment roll, interest will accrue on the assessment at the rate of 6%. ASSESSMENT Unless you choose to prepay your assessment, the assessment will be certified INSTALLMENTS: to your real estate taxes commencing with taxes payable in 2016. The assessment will be spread in equal annual installments over 10 years bearing interest at 6%. The first installment will include interest on the total assessment from November 1, 2015, through December 31, 2016, or 14 months' interest. PAYMENT OPTIONS 1. FULL PAYMENT - You may prepay the entire assessment to the Finance THIS YEAR: Director or Assessment Clerk of the City prior to December 1, 2015, when the assessment roll is certified to the County Auditor. To avoid paying interest, you need to prepay the assessment in full within 30 days of the adoption of the assessment. PARTIAL PAYMENT- One partial payment per property will be accepted and credited to any special assessment levied against real property in the City within 30 days from the date the City Council adopts a resolution approving said special assessments. Payments must be made to the Finance Director or Assessment Clerk. The remaining unpaid balance will be certified to the County Auditor and apportioned to the propert/, s real estate taxes for payment per the collection procedure established in Minnesota Statute Chapter 429. PAYMENT IN In subsequent years, the principal balance remaining may be paid to the Finance SUCCEEDING YEARS: Director or Assessment Clerk at any time prior to November 14 of any year. October 5, 2015 BY ORDER OF THE CITY COUNCIL sl Valerie Leone, City Clerk M NOTICE OF HEARING ON ASSESSMENTS FOR 2013 INFRASTRUCTURE IMPROVEMENT NO. 906 TO: PROPERTY TO BE ASSESSED: ASSESSMENT: INTEREST RATE/TERM: Hearing & Service Dogs of MN 06-118-21-33-0001, 9440 Science Center Drive $42,963.21 6% over 10 years TIME AND PLACE AND Notice is hereby given that the City Council of the City of New Hope, GENERAL NATURE OF Minnesota, will meet in the City Hall at 4401 XyIon Avenue North in the IMPROVEMENTS: City of New Hope, Minnesota, on the 26th day of October, 2015, at 7:00 p.m, to consider objections to the proposed assessments for the 2013 Infrastructure Improvement Project, City Project No. 906. The project includes the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. The streets included in the project are as follows: a) for Reclaim -- Boone Avenue North from 491h Avenue North to Bass Lake Road; 4911, Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51st Avenue North from Boone Avenue North to end of cul-de-sac; and b) for Mill and Overlay — International Parkway from Bass Lake Road to Science Center Drive; East Research Center Road from Boone Avenue North to International Parkway; TH 169 Service Road from West Research Center Road to 4911, Avenue North; Science Center Drive from TH 169 Service Road to Boone Avenue North; West Research Center Road from TH 169 Service Road to International Parkway; and 49th Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund CITY OF_NEW HOPE 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 + www. ci.new-hope.mn.us City Hall: 763-531-5100 + Police (non -emergency): 763-531-5170 + Public Works: 763-592-6777 City Hall Fax: 763-531-5136 + Police Fax: 763-531-5174 + Public Works Fax: 763-592-6776 for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. ASSESSMENT ROLL OPEN TO The proposed assessment roll is on file with the City Clerk and open to INSPECTION: public inspection. AREA PROPOSED TO BE The area proposed to be assessed consists of every lot, piece or parcel of land ASSESSED: benefited by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: OWNER/ ADDRESS Northwest Church of Christ, 8624 50th Avenue North PID NUMBER: PID 07-118-21-13-0104 North Ridge Health & Rehab, 5430 Boone Avenue North PID 06-118-21-43-0037 Hearing & Service Dogs of MN, 9440 Science Center Drive PID 06-118-21-33-0001 City of New Hope properties: 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 06-118-21-23-0001 06-118-21-32-0071 TOTAL AMOUNT OF The total amount proposed to be assessed is $371,303.66. PROPOSED ASSESSMENT: WRITTEN OR ORAL Written or oral objections will be considered at the hearing. OBJECTIONS: RIGHT OF APPEAL: An owner of property to be assessed may appeal the assessment to the district court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the district court within ten days after service upon the Mayor or Clerk. LIMITATION ON APPEAL: No appeal may be taken as to the amount of any assessment adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, _2_ Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. ASSESSMENT Under the provisions of Minnesota Statutes, Sections 435.193 to 435.195, the DEFERMENT: City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older, retired disabled homeowners or members of the Minnesota National Guard or other military reserves ordered into active service for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code §1.60 et. al., a copy of which is available upon request at the office of the City Clerk. SPECIFIC AMOUNT TO The amount to be specifically assessed against your particular lot, piece, or BE ASSESSED: parcel of land is stated on the first page of this notice. Adoption by the Council of the proposed assessment may be taken at the hearing. INTEREST RATE: If the assessment is not paid within 30 days from the adoption of the assessment roll, interest will accrue on the assessment at the rate of 6%. ASSESSMENT Unless you choose to prepay your assessment, the assessment will be certified INSTALLMENTS: to your real estate taxes commencing with taxes payable in 2016. The assessment will be spread in equal annual installments over 10 years bearing interest at 6%. The first installment will include interest on the total assessment from November 1, 2015, through December 31, 2016, or 14 months' interest. PAYMENT OPTIONS 1. FULL PAYMENT - You may prepay the entire assessment to the Finance THIS YEAR: Director or Assessment Clerk of the City prior to December 1, 2015, when the assessment roll is certified to the County Auditor. To avoid paying interest, you need to prepay the assessment in full within 30 days of the adoption of the assessment. 2. PARTIAL PAYMENT - One partial pavment per property will be accepted and credited to any special assessment levied against real property in the City within 30 days from the date the City Council adopts a resolution approving said special assessments. Payments must be made to the Finance Director or Assessment Clerk. The remaining unpaid balance will be certified to the County Auditor and apportioned to the property's real estate taxes for payment per the collection procedure established in Minnesota Statute Chapter 429. PAYMENT IN In subsequent years, the principal balance remaining may be paid to the Finance SUCCEEDING YEARS: Director or Assessment Clerk at any time prior to November 14 of any year. October 5, 2015 BY ORDER OF THE CITY COUNCIL sl Valerie Leone, City Clerk -3- AFFIDAVIT OF PUBLICATION STATE OF MINNESOTA ) ss COUNTY OF HENNEPIN Charlene Vold being duly sworn on an oath, states or affirms that he/she is the Publisher's Designated Agent of the newspaper(s) known as: SP Robb/Crystal[NewHope/Go]dV with the known office of issue being located in the county of: HENNEPIN with a substantial portion of the circulation in the counties of- HENNEPIN and has full knowledge of the facts stated below: (A) The newspaper has complied with all of the requirements constituting qualifica- tion as a qualified newspaper as provided by Minn. Stat. §331A.02. (B) This Public Notice was printed and pub- lished in said newspaper(s) once each week, for 1 successive week(s); the first insertion being on 10/08/2015 and the last insertion being on 10/08/2015. MORTGAGE FORECLOSURE NOTICES Pursuant to Minnesota Stat. §580.033 relating to the publication of mortgage foreclosure notices: The newspaper complies with the conditions described in §580.033, subd. 1, clause (1) or (2). If the newspaper's known office of issue is located in a county adjoining the county where the mortgaged premises or some part of the mortgaged premises described in the notice are located, a substantial portion of the newspaper's circulation is in the latter county. By: Designated Agent Subscribed and sworn to or affirmed before me on 10/08/2015. Notary Public S tirvw v �.iv,iwwvw� pA�LfNi: MARE MAGPHRSON Notary Public-Mliri Sota My Commiesion a Ores.ian 31, 2019 Rate Information: (1) Lowest classified rate paid by commercial users for comparable space: 546.90 per column inch Ad ID 456985 City of New Hope (Official Publication) City of New Hope NOTICE OF HEARING ON ASSESSMENTS FOR INFRASTRUCTURE IMPROVEMENT NO, 908 Notice Is hereby given that the City Council of the City of New Hope, Minnesota, will meet in the City Hail at 4401 Xylon Avenue North in the City of New Hope, Min- nesota, on the 26th day of October, 2015, at 7:00 p.m. to consider ob- jections to the proposed assess- ments for the 2013 infrastructure Improvement Project, City Project No. 908. The project includes the reha- bilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improve- ments. Only the street improve- ments are proposed to be specially assessed. The street Improvements to be assessed involve two con- struction strategies including 1) Full Mill and Two inch overlay and 2) Re- claim strategy. Full Mill and Two Inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structur- ally sound, but the pavement has failed, and aggregate base matertals require improvement, This requires the removal of all bituminous surfac- ing, preparation of aggregate base and new bituminous paving. The streets included in the project are as follows: a) for Reclaim - Boone Av- enue North from 49th Avenue North to Bass Lake Road; 49th Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51st Avenue North from Boone Av- enue North to end of cul-de-sac; and b) for Mill and Overlay - inter- national Parkway from Bass Lake Road to Science Center Drive; East Research Center Road from Boone Avenue North to Intemational Park- way; TH 169 Service Road from West Research Center Road to 49th Avenue North; Science Center Drive from TH 169 Service Road to Boone Avenue North; West Research Cen- ter Road from TH 168 Service Road to International Parkway; and 49th Avenue North from East Bridge Abutment to 160 feet west of Erick- son Drive. The street project also in- cludes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a por- tion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special as- sessment policy. The proposed assessment roll is on file with the City Clark and is open to public inspection. The area proposed to be as- sessed consists of every lot, piece or parcel of land benefitted by said improvement, which has been or- dered made and is as follows, in the City of New Hope, Minnesota: Northwest Church of Christ, 8624 50th Avenue North PID 07-118-21-13-0104 North Ridge Health & Rehab, 5430 Boone Avenue North PID 06-118-21-43-0037 Hearing & Service Dogs of MN, 9440 Science Center Drive PID 06-116-21-33-0001 City of New Hope properties 07-118-21-24-0003 07-116-21-24-0004 06-118-21-04-0020 06-116-41-31-0019 06-118-21~31-0020 06-118-21-23-0001 06-118-21-32-0071 The total amount proposed to be assessed is $371,303.66. Written or oral objections will be considered at the hearing. An owner of property to be as- sessed may appeal the assessment to the District Court of Hennepin County pursuant to Minnesota Stat- utes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoptlon of the assess - merit and firing such notice with the District Court within ten days after service upon the Mayor or Clerk. No appeal may he taken as to the amount of any assessment adopted by the City Council unless a written objection signed. by the affected property owner is tiled with the Clerk prior to the assessment hear- ing or presented to the presiding of- ficer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.081 are waived, unless the failure to abject to the assess- ment hearing is due to a reasonable cause. Under the provisions of Minne- sate Statutes, Sections 435.193 to 435.195, the City may, at Its discre- tion, defer the payment of assess- ments for any homestead property owned by a person 65 years of age or older, retired disabled homeown- ers or members of the Minnesota National Guard or other military re- serves ordered into active service for whom it would be a hardship to make the payments. The procedure for applying for such a deferment Is set forth in New Hope Code section 1.60 at. al., a copy of which is avail- able upon request at the office of the City Clerk. By the order of the City Council Valerie Leone, City Clerk 10!8/15, 3SP2, PHN Irrfrastructure Assessments, 456985 City of New Hope NOTICE OF HEARING ON ASSESSMENTS FOR INFRASTRUCTURE IMPROVEMENT NO. 906 Notice is hereby given that the City Council of the City of New Hope, ?Minnesota, will meet in the City Hall at 4401 Xylon Avenue North in the City of New Hope, Minnesota, on the 26th day of October, 2015, at 7:00 p.m. to consider objections to the proposed assessments for the 2013 Infrastructure Improvement Project, City Project No. 906. The project includes the rehabilitation of streets, installation of new ductile iron water main along streets being rehabilitated as well as sanitary and storm sewer improvements. Only the street improvements are proposed to be specially assessed. The street improvements to be assessed involve two construction strategies including 1) Full Mill and Two inch overlay and 2) Reclaim strategy. Full Mill and Two inch overlay is used where the crown in the street has not settled and the street is paved with a uniform layer of bituminous. The Reclaim strategy is used where the curb is structurally sound, but the pavement has failed, and aggregate base materials require improvement. This requires the removal of all bituminous surfacing, preparation of aggregate base and new bituminous paving. The streets included in the project are as follows: a) for Reclaim — Boone Avenue North from 4911, Avenue North to Bass Lake Road; 49th Avenue North from Boone Avenue North to 160 feet west of Erickson Drive; 51St Avenue North from Boone Avenue North to end of cul-de-sac; and b) for Mill and Overlay — International Parkway from Bass Lake Road to Science Center Drive; East Research Center Road from Boone Avenue North to International Parkway; TH 169 Service Road from West Research Center Road to 49t1 Avenue North; Science Center Drive from TH 169 Service Road to Boone Avenue North, West Research Center Road from TH 169 Service Road to International Parkway; and 49th Avenue North from East Bridge Abutment to 160 feet west of Erickson Drive. The street project also includes all other appurtenant works and services reasonably required to complete the project. The City allocates annually a portion of real estate taxes to its Street Fund for street projects. Therefore only properties exempt from real estate taxes are specially assessed for the cost of street improvements according to the City's special assessment policy. The proposed assessment roll is on file with the City Clerk and is open to public inspection. The area proposed to be assessed consists of every lot, piece or parcel of land benefitted by said improvement, which has been ordered made and is as follows, in the City of New Hope, Minnesota: Northwest Church of Christ, 8624 50t1, Avenue North PID 07-118-21-13-0104 North Ridge Health & Rehab, 5430 Boone Avenue North PID 06-118-21-43-0037 Hearing & Service Dogs of MN, 9440 Science Center Drive PID 06-118-21-33-0001 City of New Hope properties 07-118-21-24-0003 07-118-21-24-0004 06-118-21-34-0020 06-118-21-31-0019 06-118-21-31-0020 06-118-21-23-0001 06-118-21-32-0071 The total amount proposed to be assessed is $371,303.66. Written or oral objections will be considered at the hearing. An owner of property to be assessed may appeal the assessment to the District Court of Hennepin County pursuant to Minnesota Statutes, Section 429.081 by serving notice of the appeal upon the Mayor or Clerk of the City within 30 days after the adoption of the assessment and filing such notice with the District Court within ten days after service upon the Mayor or Clerk. No appeal may be taken as to the amount of any assessment adopted by the City Council unless a written objection signed by the affected property owner is filed with the Clerk prior to the assessment hearing or presented to the presiding officer at the hearing. All objections to the assessments not received at the assessment hearing in the manner prescribed by Minnesota Statutes, Section 429.061 are waived, unless the failure to object to the assessment hearing is due to a reasonable cause. Under the provisions of Minnesota Statutes, Sections 435.193 to 435.195, the City may, at its discretion, defer the payment of assessments for any homestead property owned by a person 65 years of age or older, retired disabled homeowners or members of the Minnesota National Guard or other military reserves ordered into active service for whom it would be a hardship to make the payments. The procedure for applying for such a deferment is set forth in New Hope Code section 1.60 et. al., a copy of which is available upon request at the office of the City Clerk. By the order of the City Council Valerie Leone, City Clerk (For publication in the New Hope — Golden Valley Sun Post on October 8, 2015) COUNCIL Request for Action Originating Department Approved for Agenda Agenda Section City Manager October 26, 2015 Public Hearin Item No. By: Valerie Leone, City Clerk By: Kirk McDonald, City Manager 7.1 Resolution adopting assessments for improvement project no. 906 (2013 street and infrastructure improvement project) Requested Action Staff is recommending that the Council approve a resolution to adopt the proposed assessments for the 2013 street and infrastructure project no. 906. Policy/Past Practice Assessments are proposed to be levied against benefited, tax-exempt properties, in accordance with New Hope's assessment policy. Background On March 25, 2013, Council authorized a contract with S.R. Weidema Incorporated for construction of the 2013 infrastructure project for $5,996,668. The contract included Alternate 1 for a quiet zone at Boone Avenue. The work included street and utility infrastructure improvements from 491h to Bass Lake Road from Boone Avenue to Hwy. 169. The final contract amount was $5,978,060.31. The city engineer has determined that the total cost for the street portion of the 2013 infrastructure project is $4,472,502.06. Using New Hope's assessment policy, the assessment rate is $47.49 per foot for street mill and overlay and $206.09 per foot for street reclamation work. The 2013 infrastructure improvement project includes ten tax exempt properties for assessment (seven of the ten parcels are city -owned). The total proposed assessment roll is $371,303.66. On September 28, 2015, Council approved a resolution declaring costs to be assessed and established a public hearing to consider the assessments at the October 26 Council Meeting. The city clerk has notified the Motion by ,U Seum -by` To:{, I: \ RFAI City Manager 120151 q -adopt assessments 906.doc Request for Action, Page 2 October 26, 2015 property owners of the public hearing and the proposed assessments for the 2013 infrastructure project: Address Front foots %e PID Number Assessment Amount Northwest Church of Christ 245 feet 07-118-21-13-0104 $50,492.05 8624 551" Ave. N. Reclaim North Ridge Health and Rehab 608 feet 06-118-21-43-0037 $125,302.72 5430 Boone Ave. N. Reclaim Hearing & Service Dogs of MN 899 feet 06-118-21-33-0001 $42,963.21 9440 Science Center Drive Mill & overlay City of New Hope 263 feet 07-118-21-24-0003 $12,568.77 Mill & Overlay 263 feet 07-118-21-24-0004 $12,568.77 Mill & Overlay 638 feet 06-118-21.34-0020 $30,490.02 Mill & Overlay 938 feet 06-118-21-31-0019 $44,827.02 Mill & Overlay 277 feet 06-118-21-31-0020 $13,237.83 Mill & Overlay 139 feet 07-118-21-23-0001 $6,642.81 Mill & Overlay 674 feet 07-118-21-32-0071 $32,210.46 Mill & Overlay Total Assessments $371,303.66 No written objections have been received to date. Attachment Resolution City Engineer correspondence I:\RFA'\CityManager 12015\q -adopt assessments 906.doc City of New Hope Resolution 2015- 160 Resolution adopting assessment for 2013 street and infrastructure improvement project no. 906 WHEREAS, pursuant to notice duly given as required by law, the City Council met on October 26, 2015 and heard and passed on all objections to the proposed assessment for the 2013 street and Infrastructure Improvement Project No. 906, and has amended such proposed assessment as it deems just. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope as follows: Such proposed assessment, a copy of which is attached hereto and made a part hereof is hereby accepted and shall constitute the special assessment against the lands named therein, and each tract of land therein is hereby found to be benefitted by the proposed improvement. 2. Such assessments shall be as follows: a. The assessments shall be payable in equal annual installments extending over a period of ten (10) years, the first of said installments to be payable with general taxes for the year 2016, collectible with such taxes during the year 2016. b. To the first installment shall be added interest at the rate of six percent (6%) per annum on the entire principal amount of the assessment from the date of this resolution until December 31st of the year in which such installment is payable. To each subsequent installment, when due there shall be added interest for one year at said rate on the unpaid principal amount of the assessment. c. The owner of any property so assessed may at any time prior to the certification of the assessment or the first installment thereof to the County Auditor, pay the whole of the principal amount of the assessment on such property with interest accrued to the date of payment to the City finance Director or Assessment Clerk, except that no interest shall be charged if the entire assessment is paid within thirty (30) days from the date hereof; and such property owner may at any time prior to November 15th of any year pay to the County Auditor the entire principal amount of the assessment remaining due with interest accrued to December 31st of the year in which said payment is made. 3. The City Clerk shall forthwith transmit a certified duplicate copy of this assessment to the County Auditor to be extended on the tax list of the County. Adopted by the City Council of the city of New Hope, Hennepin County, Minnesota, this 26th day of October, 2015. Attest: gee'�.Oj � City Clerk Mayor Report Name: sn_Maater City of New Hope Printed: Special Assessment Master Report 10111s SIA Number; 906 SIANumber: 906 Description: PROJECT 9906 - 2013 Infrastructure Improvement Project Assessmentllotel: $371,303.66 Interest Rate: 6.0000 Opened Bate: 11119/2012 Amortization Type: S Payment Number: 0 Of: 10 1st Hearing: 12/10/2012 County Admin Fee: $2.50 IstYr.Int. Months: 14 1st Yr. Payable: 2015 2nd Bearing: 03/25/2013 Status: Pending t Resolution Nu Levied: 10126!2015 Continue Calculating Deferred: No �Tmber:201352 � Project Nbr: Fund: Contract Nbr: Fin Acct Nbr: St Property ID House Street Naig Volt OrIvAssesiment Total Assessment PByoffAmt Closed Desc A 06-118-21-31-0020 5700 International Pkwy $13,237.83 $13,237.83 $13,237.83 A 06-118-21-33-0001 9440 Science Center Dr $42,963.21 542,963.21 $42,963.21 A 06-118-21-34-0020 5500 International Pkwy $30,490.02 $30,490.02 $30,490.02 A 06-118-21-43-0037 5430 Boone Ave N $125,302.72 $125,302.72 $125,302,72 A 07-118-21-13-0104 8624 50th Ave N $50,492.05 $50,492.05 $50,492,05 A 07-118-21-32-0071 9401 49th Ave N $32,210.46 $32,210.46 $32,210,46 ACount: 6 ATotal: 5294,696,29 5294,696.29 $294,696.29 1 06-118-21-31-0019 544,827.02 $44,827.02 $44,827.02 1 07.118-21-23-0001 $6,642.81 $6,642.81 $6,642.81 I 07.118-21-24-0003 $12,568.77 $12,568.77 $12,568.77 1 07.118-21-24-0004 $12,568.77 $12,568.77 $12,568.77 I Count: 4 1 Total: 576,607.37 576,607.37 $76,607.37 Total Count: 10 Grand Total: 5371,303.66 $371,303.66 $371,303,66 Final Project Assessments 2013 Infrastructure Improvements September 2015 Total Project Street Cost FF Non -Residential Rate Mill & Overlay Subtotal $1,207,575.55 25,266 $47.79 Reclaim Subtotal $3,264,926.51 15,842 $206.09 Totals $4,472,502.06 41,108 Final Project Assessments 2013 Infrastructure Improvements September 2015 Street Front Assessment Assessment Entity PropertyType Improvement Footage Rate Amount 1. City of New Hope Non -Residential Mill & Overlay 263 $47.79 $12,568.77 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 07-118-21-24-0003 Total Assessment $12,568.77 2. City of New Hope Non -Residential MITI & Overlay 263 $47.79 $12,568.77 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 07-118-21-24-0004 Total Assessment $12,568.77 3. Northwest Church of Christ Non -Residential Mill & Overlay 0 $47.79 $0.00 8624 50th Ave N Reclaim 245 $206.09 $50,492.05 PID 07-118-21-13-0104 Total Assessment $50,492.05 4. Minn Masonic Home No Ridge Non -Residential Mill & Overlay 0 $47.79 $0.00 5430 Boone Ave N Reclaim 608 $206.09 $125,302.72 PID 06-118-21-43-0037 Total Assessment $125,302.72 5. Hearing & Service Dogs of MN Non -Residential Mill & Overlay 899 $47.79 $42,963.21 9440 Science Center Dr Reclaim 0 $206.09 $0.00 PID 06-118-21-33-0001 Total Assessment $42,963.21 6. City of New Hope Non -Residential Mill & Overlay 638 $47.79 $30,490.02 5500 International Pkwy Reclaim 0 $206.09 $0.00 PID OG -118-21-34-0020 Total Assessment $30,490.02 7. City of New Hope Non -Residential Mill & Overlay 938 $47.79 $44,827.02 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 06-118-21-31-0019 Total Assessment $44,827.02 & City of New Hope Non -Residential Mill & Overlay 277 $47.79 $13,237.83 5700 International Pkwy Reclaim 0 $206.09 $0.00 PID 06-118-21-31-0020 Total Assessment $13,237.83 9. City of New Hope Non -Residential Mill & Overlay 139 $47.79 $6,642.81 86 Address Unassigned Reclaim 0 $206.09 $0.00 PID 07-118-21-23-0001 Total Assessment $6,642.81 10. City of New Hope Non -Residential Mill & Overlay 674 $47.79 $32,210.46 9401 49th Ave N Reclaim 0 $206.09 $0.00 PID 07-118-21-32-0071 Total Assessment $32,210.46 Total Assessment Value $371,303.66 t, z: .4 0 250 Soo 1,000 �. i O f PIN 07-10-21-23-0001 PIN 07-118-21-24-0004 N° ✓/ m City of New Hope Res Non -Res $OOA . 2335 West Highway 36 compiled by Staadec sts8from a vadety of sources and is F�1V 2013 Infrastructure Improvements �BASS L Alen change c makes toentation ¢ PIN 88AMM%Unesslpned , . FAI_RVIEVHAVE N �'101yAy �M. 1D11612012 Tax Exempt Properties PIN 07-110-21-V-0003 40 z Stank I Non -Res to the use of such information. .+�"�=^3m"^^^e^.-cx• car. ^: e,34Ne'w�2,sRnTSSPr��7ra_srs. ;^� Properties_Z013.nad _ k 49TH AVE N I o Z z . ... z. 8401 48th Ave N Y' f PIN 07-118-21-x2-0071 �. Rea ._.g. ..r } 0. - _ - BOONECIR"N zz:.. - I r 57001ntemshanal Pkwy �3 W LU, ¢ >< ; PIN: 06-178-2111-0020 ' W O7 pr 0 a W80 Address unassigned �. F PIN 08.718-211-0040 56THAVE N� - z Non -Ree' - • RESEARCH CENTER RD N!` _ ,�{�� SI 5v 00. z! 5500 International Pkwy i .PIN 06-118-21-34-00¢0 Non -Res 55TH AVE N ' I - 5430 BoasaeAm N PIN 05-148,21-C 0037 W ! Nan -Res 4 _Z - - z O Y, P PIN -2'1-33100 �0 PIN 0&f13241"1.33-0001 Non -Res 54TH AVE N SCeENCE CENTER FDR I c z T 32ND AVE N Q I w! 51 STAVE N ¢3 57STAVE'N 862450th AveN C.".. ., J' PIN: 07-118-21-13-0104 4 Non -Rea 7- 50'TFf:AVE N ..�... 50THAVEN D. m; - z n .4 0 250 Soo 1,000 �. BBAddreas Unsaergned 86 Addrues Unassigned O Feet PIN 07-10-21-23-0001 PIN 07-118-21-24-0004 ✓/ m City of New Hope Res Non -Res The informa8ananthis map bas been 2335 West Highway 36 compiled by Staadec sts8from a vadety of sources and is s 2013 Infrastructure Improvements No change c makes toentation 88AMM%Unesslpned , . FAI_RVIEVHAVE N �'101yAy �M. 1D11612012 Tax Exempt Properties PIN 07-110-21-V-0003 - - Stank m Non -Res to the use of such information. .+�"�=^3m"^^^e^.-cx• car. ^: e,34Ne'w�2,sRnTSSPr��7ra_srs. ;^� Properties_Z013.nad ` Data from 1010812012 - 49TH AVE N o Z z ... z. 8401 48th Ave N Y' PIN 07-118-21-x2-0071 �. Rea ._.g. ..r z 0. - _ - BOONECIR"N N, 0 250 Soo 1,000 �. is Feet AVE IN ✓/ 5tanteeConsulting City of New Hope TaxExem pt` The informa8ananthis map bas been 2335 West Highway 36 compiled by Staadec sts8from a vadety of sources and is St. Paul, MN 55113 2013 Infrastructure Improvements No change c makes toentation Yea Ye no represct or anties, expreStantss no represeMatioare or warrenties, eupress o0lmplied, 1D11612012 Tax Exempt Properties as to accuracy, eompleteness,tim311nass, or rights Stank to the use of such information. .+�"�=^3m"^^^e^.-cx• car. ^: e,34Ne'w�2,sRnTSSPr��7ra_srs. ;^� Properties_Z013.nad ` Data from 1010812012 January 4, 2016 Mr. Brent Lau, CEO S.R. Weidema, Inc. 17600113th Ave. N. Maple Grove, MN 55369 Subject: New Hope 2013 Infrastructure Improvement Project 906 Dear Mr. Lau: Per your phone conversation with City Attorney Steve Sondrall, enclosed please find an updated authorization form for release of funds regarding project 906. The city is requesting your signature so that the funds may be released to the city. If you have questions, please contact Steve Sondrall, city attorney, at 763-424-8811. We appreciate your cooperation in this matter. Thank you. Sincerely, Valerie Leone, CMC City Clerk CITY OF NEW HOPE 4401 Xylon Avenue North + New Hope, Minnesota 55428-4898 + www. ci.new-hope.mmus City Hall: 763-531-5100 • Police (non -emergency): 763-531.-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 + Police Fax: 763-531-5174 + Public Works Fax: 763-592-6776 LETTER DEMANDING RELEASE OF FUNDS TO CONTRACTING AGENCY January 4, 2016 TCF National Bank Attn: Cash Management 11100 Wayzata Blvd., Suite 500 Minnetonka, MN 55305 SUBJECT: Escrow Retainage Agreement Between S.R. Weidema, Inc. (contractor), City of New Hope (contracting agency) and TCF National Bank (TCF) dated April 1, 2013 The undersigned, a duly authorized agent of the City of New Hope (contracting agency), hereby certifies as follows: 1. Contractor has been paid in full the contract referred to above and known as New Hope 2013 Infrastructure Improvement Project 906. 2. By co-signing this letter, the Contractor hereby acknowledges Contractor has been paid in full and authorizes the Contracting Agency to request all funds held by TCF be immediately turned over to the Contracting Agency pursuant to the above -referenced Escrow Retainage Agreement. 3. The Contracting Agency is entitled to immediate possession of the funds deposited by the Contractor with TCF in lieu of retainage under the Project Contract. 4. Not withstanding the above and pursuant to the terms of the Escrow Retainage Agreement, all income/earnings on deposited funds may be distributed to the contractor if not previously distributed. The parties hereto agree the deposited funds to be distributed to the contracting agency shall be $266,784.93. TCF is authorized and directed to immediately deliver to the Contracting Agency all funds held by TCF pursuant to the above -referenced Escrow Retainage Agreement. Sincerely, CITY OF NEW HOPE: By: S.R. WEIDEMA,'INC.: By: Date: � �1 1 Kirk McDonald, City Manager Scott Weidema, President CITY OF NEW HOPE Date: 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 + www. ci.new-hope.mmus City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592=6777 City Hall'Fax: 763-531-5136 + Police Fax: 763-531-5174 + Public Works Fax: 763=592-6776 Minnesota Department of Health PROTECTING MAINTAINING & IMPROVING THE HEALTH OF ALL M I N N E s O T A N s January 7, 2016 New Hope City Council s- c/o Mr. Kirk McDonald, Manager 4401 Xylon Avenue North New Hope, Minnesota 55428 Dear Council Members: SUBJECT: Veri n Water System improvement Performance N Your community received a drinking water revolving fund loan for Watermain - 2013 Watermain Repl. We are required to receive a certification that it is operating satisfactorily. This project was assigned drinking water revolving fund project number 1270040-2. Please complete the enclosed form and return it to: Minnesota Department of Health Drinking Water Revolving Fund Loan Program 625 North Robert P.O. Box 64975 St. Paul, Minnesota 55164-0975 If you have any questions, you may either contact the Minnesota Department of Health district engineer assigned to your area or call me at 651-201-3972. Sincerely, Chad M. Kolstad, P.E. DWRF Program Coordinator Environmental Health Division P.O. Box 64975 St. Paul, Minnesota 55164-0975 CMK:jlb Enclosure An a q u a opportunity employer Drinking Water Revolving Fund Loan Project Performance Certification - Watermain System dame: New Hope Project Fame: Watermain - 2013 Watermain Repl Project No. 1270040-2 1. Was thesr n constructed according to the approved plans and specifications? No If no, please explain. 2. Has all the watermain for this project been placed into service? If not, please explain. vos/ 3. Does the watermain work satisfactorily? If not provide an analysis of its deficiencies or failure; a discussion of the nature, scope, and cost of corrective actions; and a schedule for completing the work. Official's Signature: Name (print or type) Title: f q EXHIBIT A IRREVOCABLE ASSIGNMENT AND POWER OR ATTORNEY To WHOM IT MAY CONCERN: For value received, the undersigned, having the fall authority of its Board of Directors to execute this instrument and thereby bind S.R. Weiderna, tile. ("Contractor"), does hereby irrevocably self, assign and transfer to the City of New I -lope, Minnesota, the following: Account Number 2283360358, owned by S.R. Weidema, Inc., and all those securities held by S,R, Weidema, Inc. in such account and held for the benefit of tile City of New Hope, Minnesota pursuant to a Retainage Agreement entered into on or about ADVII A _, 2016, together with all additions and substitutions thereto. The undersigned on behalf ofthe Contractor docs hereby irrevocably constitute and appoint the City of New Elope, Minnesota as attorney-in-fact to endorse, negotiate, sell or transfer the above- described Account and securities. �L�1 -- _� Dated; B Title: May 21, 2013 Kirk McDonald, City Manager City of New Hope 4401 Xylon Avenue North New Hope, MN 55428-4843 Minnesota Public Facilities Authority Project Number: MPFA-13-0013-R-FY13 Dear Mr. McDonald: Enclosed is a fully executed project loan agreement between the State of Minnesota, by and through the Public Facilities Authority and the City of New Hope. Also, included are a Loan Disbursement Request and a Summary of Project Costs Form. These forms may be duplicated. Upon completion, the Forms should be returned to the attention of Rebecca Subic with a copy of all supporting invoices to the address below. Minnesota Public Facilities Authority Attn: Rebecca Sabie 1" National Bank Building 332 Minnesota Street, W820 St. Paul, MN 55101-1378 If you have questions relating to any of these forms, please contact Rebecca Sabic at 651/259-7470. Sincerely, " t n QQ Jennifer Frasl PFA Contract Coordinator cc: Rebecca Sabie, PFA Enclosures Minnesota Public Facilities Authority V National Bank Building . 332 Minnesota St., Suite WM • Saint Paul, MN 55101-1378 • USA 651-259.7469. 800-657-3858 • Fax: 651-296.8833 • TFYITDD: 651-296.3900 www.deed.state.mn. us/Communily/assistance/pfa.htm An equal opponunity employer and .service provider MINNESOTA PUBLIC FACILITIES AUTHORITY BOND PURCHASE AND PROJECT LOAN AGREEMENT DRINKING WATER REVOLVING FUND LOAN (TAX-EXEMPT Note from Borrower) MPFA-13-0013-R-FY13 THIS BOND PURCHASE AND PROJECT LOAN AGREEMENT (the "Agreement"), is made April 19, 2013 between the Minnesota Public Facilities Authority (the "Authority") and the City of New Hope (the "Borrower"). ARTICLE I - TERMS AND CONDITIONS Section I.I. Terms. The Authority hereby commits, subject to the availability of funds and the conditions hereinafter set forth, and pursuant to Minnesota Statutes, Section 446A.081 as amended, and Minnesota Rules Chapter 7380, as amended to provide ONE MILLION THIRTY FIVE THOUSAND DOLLARS ($1,035,000) to the Borrower for the purpose of financing eligible project costs of the Drinking Water Revolving Fund Loan project described as follows: installation of 6,280 lineal feet of 12 -inch watermain, 1,245 lineal feet of 8 -inch ductile iron watermain, 900 lineal feet of 6 -inch ductile watermain, 100 lineal feet of 4 -inch ductile iron watermain, 16 hydrants, 13 butterfly valves and 48 gate valves all as detailed in the Minnesota Department of Health project certification dated April 9, 2013 (the "Project"). The Project is further described in the Borrower's application which is incorporated herein. The Project financing consists of a loan from the Drinking Water Revolving Fund Loan in the amount of ONE MILLION THIRTY FIVE THOUSAND DOLLARS ($ 1,035,000) (the "Loan") which shall be evidenced by the Note described in Section 1.3 of this Agreement (the "Note"). The final maturity date of the Loan will be August 20, 2032. The aggregate principal amount of the Loan disbursed and outstanding will bear interest and servicing fees collectively at the rate of 1.00% per annum accruing from and after the date of the Note described in Section 1.3 through the date on which no principal of the Loan remains unpaid and all accrued interest and servicing fees thereon have been paid. Section 1.2. Authority Sources of Funds. The Borrower acknowledges that the Loan provided by the Authority may be funded with the proceeds of one or more series of the Authority's revenue bonds (the 'Bonds"), federal capitalization grants, proceeds of state general obligation bonds or other funds of the Authority, or a combination thereof, and that the Authority may, at any time, pledge the Loan as security for its Bonds. The Authority in its sole discretion may allocate the Loan to one or more such sources of funds and may from time to time reallocate the Loan to one or more different sources of funds, including one or more different series of Bonds (whether or not such series of Bonds refunded the series of Bonds to which the Loan was originally allocated), or may sell the Loan if permitted by the documents relating to its Bonds. At the written request of the Borrower, the Authority will provide information with respect to the funding of the Loan, from time to time, in such detail as may be reasonably required for the purpose of assisting the Borrower in complying with any provision of Article III of this Agreement. Section 1.3. Security. (a) The Borrower shall issue to the Authority its General Obligation Revenue Note (the "Note"), evidencing its obligation to repay the Loan. It is a condition of any disbursements hereunder that the Borrower deliver to the Authority the executed Note, a certified copy of resolutions or other authority by the appropriate governing body or bodies as shall legally authorize the execution and performance of this Agreement and the Note, and such opinions, certificates and documents as requested by and in a form acceptable to the Authority. SRF -Master Template.wn Page I of 11 DWRF_New Hope_ 02 (rev. 4/13) April 19, 2013 (b) The Borrower hereby represents and specifically agrees that the Note constitutes a general obligation debt of the Borrower and will be shown as such on its financial statements and be treated in all respects as a general obligation debt of the Borrower. For purposes of permitting sale of the Note to the Authority, the Authority represents that it is a "board, department or agency" of the State of Minnesota within the meaning of Minnesota Statutes, Section 475.60, subdivision 2, clause (4), as amended. (c) The obligations of the Borrower under the Note evidence amounts payable under the Loan. Each payment made pursuant to the Note will be deemed to be a credit against the corresponding obligation of the Borrower under the Loan and any such payment will fulfill the Borrower's obligation to pay such amount hereunder. Section 1.4. Disbursements. (a) No funds will be disbursed by the Authority to the Borrower until the Borrower has delivered its Note to the Authority as set forth in Section 1.3. (b) All Borrower disbursement requests will be subject to Authority approval and will be disbursed on a cost reimbursement basis, consistent with the budget presented in the Borrower's application. The Authority may withhold or disallow all or part of the amount requested if the Authority determines the request is not in compliance with this Agreement, applicable federal and state laws, regulations or rules as then in effect. (c) The Authority will disburse funds pursuant to approved disbursement requests complying with the provisions of this Agreement. Each disbursement request must be for eligible costs for completed work on the Project and must be submitted at such deadlines established by the Authority and on a form prescribed by the Authority. Each disbursement request must include supporting invoices and billing statements and be signed by an employee or elected official of the Borrower. (d) The Authority will reimburse the Borrower for eligible Project costs incurred prior to the execution of this Agreement only to the extent approved in connection with the Authority's approval of the Borrower's application. The Authority reserves the right to reimburse the Borrower for approved costs incurred prior to the execution of this Agreement by making disbursements therefor over a two-year period in eight equal quarterly payments. (e) Disbursements will be made by the Authority to the Borrower within 30 days of receipt of the Borrower's request, unless the Authority determines to withhold disbursement in accordance with the provisions of this Agreement. Generally, disbursement requests submitted by the 15`" of the month are paid by the 25`h of the month. (f) If the entire amount specified in Section 1.1 is not fully disbursed by June 30, 2015, no further disbursements will be made. In such event or if final eligible Project costs are less than the total financing amount specified in Section 1.1, the Loan amount not disbursed will be applied to the outstanding principal installments of the Loan on a pro rata basis or as otherwise determined by the Authority. The Authority will revise Exhibit A to this Agreement to reflect the reduction in principal amount and promptly deliver a copy to the Borrower. Section 1.5. Mandatory Payments. (a) The principal amount of the Loan, together with interest and servicing fees collectively, will be repaid in the amounts and on the dates set forth in Exhibit A attached hereto (notwithstanding the rate of disbursement of the proceeds of the Loan), subject to adjustment as set forth in Section 1.4 or 1.6. The Authority will be entitled to retain for its own purposes any interest earnings on Loan proceeds that are not disbursed and will not be obligated to credit against any required repayment of principal or payment of interest and servicing fees any such interest earnings. Any payment of principal or interest received by the Authority in excess of the amounts set forth in Exhibit A, as then in effect, which is not a mandatory payment as designated in paragraph (b), or not expressly designated by the Borrower to be SRF -Master Template.con Page 2 of 11 DWRF_New Hope_02 (rev. 4/13) April 19, 2013 treated as an optional prepayment may, in the sole discretion of the Authority, be (i) held without interest payable by the Authority and applied to a future payment due on the Loan in a manner determined by the Authority, (ii) treated as a prepayment of principal on the Loan, or (iii) returned to the Borrower as an overpayment. Other than prepayments, the Authority will apply any payments received under the Note as follows: first, to the payment of any costs or expenses incurred by the Authority in enforcing any provision of the Note or this Agreement; second, to the payment of accrued and unpaid interest and servicing fees on the Note; and third, to the payment of principal of the Note then due. (b) If the Borrower has pledged to the repayment of the Loan revenues subject to prepayment or lump -sum payment by a third party, such as special assessments or connection charges from another municipality, the Borrower agrees, to notify the Authority immediately upon receipt of any such payment. The Authority, in its sole discretion, may direct the Borrower to use the funds for the payment of eligible construction costs of the Project, or to transmit the funds to the Authority for payment on the Loan, immediately or at a later date. Any such payment received by the Authority may be applied to reduce each unpaid annual principal installment of the Loan in the proportion that such installment bears to the total of all unpaid principal installments, or, in the sole discretion of the Authority, may be applied to one or more future principal payments on the Loan in a manner determined by the Authority. Section 1.6. Optional Prepayments. (a) The Loan may not be prepaid except upon written consent of the Authority. If the Authority has consented, then upon 45 days' prior written notice to the Authority (or such lesser period as the Authority may accept), the Borrower may prepay the Loan and the Note, in whole or in part, on any February 20 or August 20 at a price equal to 100% of the principal amount to be prepaid, together with accrued interest and servicing fees thereon to the redemption date and a premium equal to all fees and expenses of the Authority, if any, in connection with the prepayment, including any fees, expenses or other costs relating to the payment and redemption of its Bonds as determined by the Authority. (b) The Authority may require that the Borrower, at its sole cost and expense, deliver to the Authority an opinion from a law firm, selected by the Authority, having a national reputation in the field of municipal law whose legal opinions are generally accepted by purchasers of municipal bonds ("Bond Counsel") to the effect that such prepayment will not cause the interest on the Note to be included in the gross income of the recipient thereof for federal income tax purposes. (c) Any prepayment of the Note shall be applied as follows: first, to the payment of fees, expenses and other costs of the Authority as provided in subsection (a); second, to the payment of interest and servicing fees on the principal amount of the Note to be prepaid; and, third, to the principal of the Note. The principal amount of a partial prepayment will, in the sole discretion of the Authority, (i) be applied to one or more future principal payments of the Loan in a manner determined by the Authority, or (ii) be applied to reduce each unpaid annual principal installment of the Loan in the proportion that such installment bears to the total of all unpaid principal installments (i.e., the remaining principal payment schedule shall be re -amortized to provide proportionately reduced principal payments in each year). SRF -Master Template.con Page 3 of 11 DWRF_New Hope 02 (rev. 4/13) April 19, 2013 ARTICLE II — BORROWER RESPONSIBILITIES AND PROJECT COMPLIANCE Section 2.1. Borrower Responsibilities with Respect to the Project. (a) The Borrower shall meet all requirements in the loan application submitted to the Authority as to compliance with federal and state laws, rules and regulations and shall include in any contract or subcontract related to the Project, provisions requiring contractor and subcontractor compliance with applicable state and federal laws. The requirements, including compliance with the reporting requirements of Minnesota Statutes, Section 16A.633 subdivision 4, "Report on Jobs Created or Retained", in such loan application are hereby incorporated by reference. (b) The Borrower agrees to commence construction and complete the Project with reasonable diligence, regardless of the sufficiency of loans or grants therefor from the Authority to pay eligible project costs. (c) The Borrower will not enter into a sale, lease, transfer or other use agreement of any part of the Project, or change the use of the Project, without the prior written approval of the Authority if such sale, lease, transfer, agreement or change in use would (i) violate the covenants set forth in Article III or Article IV, or (ii) violate the conditions under which any capitalization grants were furnished by the United States Environmental Protection Agency (the "EPA"), or (iii) otherwise violate any terns or conditions of this Agreement. (d) The Borrower must maintain adequate property insurance coverage for the Project in such amounts with such limits as it determines in good faith to be reasonable or in such amounts and with such limits as may be required by the Authority from time to time. The Borrower may substitute adequate, actuarially sound self- insurance or risk retention program(s) for property insurance coverage, so long as such program(s) are consistent with applicable laws and state and federal regulations. (e) The Borrower must complete the Project in accordance with all applicable federal, state and local statutes, rules, regulations, ordinances, reporting requirements, approvals, and state agency certifications governing the design and construction of the Project, and will operate its drinking water system in compliance with all applicable federal and state laws and regulations and permit requirements. (f) The Borrower agrees to exert all reasonable efforts to investigate claims which the Borrower may have against third parties with respect to the construction of the Project and, in appropriate circumstances, take whatever action, including legal action, the Borrower reasonably determines to be appropriate. Section 2.2. Construction Compliance. (a) The Borrower will comply with the provisions of prevailing wage requirements set forth in Minnesota Statutes, Sections 177.41 to 177.44, as then in effect. (b) In addition to the prevailing wage requirements under subsection (a), the Borrower will comply and require that all laborers and mechanics employed by contractors and subcontractors on the Project be paid wages at rates not less than those prevailing on projects of a similar character in the locality as determined by the Secretary of Labor in accordance with the Davis -Bacon Act (40 U.S.C., sec. 276a through 276a-5), as amended. (c) If requested, the Borrower will submit to the Authority, within 20 days of the end of the semi-annual reporting period, EPA Form 5700-52A to report on the award of prime contracts or subcontracts to any certified Minority and Women Business Enterprise (MBE/WBE) firms until the Project is complete. (d) The Borrower will comply with Minnesota Statutes, Section 290.9705, as then in effect, by withholding to the extent so required eight percent (8%) of payments made to all out-of-state contractors once cumulative payments made to the contractor for work done in Minnesota exceed $50,000 in a calendar year, unless an exemption is granted by the Department of Revenue. Withheld amounts are required to be deposited with the Minnesota Department of Revenue. SRF -Master Templatexon Page 4 of 11 DWRF_New Hope_02 (rev. 4/13) April 19, 2013 Section 2.3. Revenue Sufficiency Covenant. The Borrower shall impose and collect rates and charges as provided by law, according to an approved service charge system, so that sufficient gross revenues are available for the payment of system costs, including operation and maintenance and, together with other sources as may be applicable, debt service. The Borrower shall annually review and assure the revenue stream is sufficient for the payment of system costs including debt service. ARTICLE III - TAX EXEMPTION Section 3.1. Covenants. The Borrower acknowledges that the Note is intended to bear interest which is excluded from gross income of the owner thereof for federal and State of Minnesota income tax purposes (a "Tax-exempt Note") and may be funded by the Authority from the proceeds of the Authority's Bonds which are intended to bear interest which is excluded from gross income of the owner thereof for federal and State of Minnesota income tax purposes ("Tax-exempt Bonds"). The Borrower also acknowledges that, regardless of the source of funding, the Authority may pledge the Loan and the related Note as security for, and as a source of, the payment of debt service on any or all of its Tax-exempt Bonds. In consideration of these facts, the Borrower covenants and agrees with the Authority, whether or not strict compliance with such agreements is required to maintain the Note as a Tax-exempt Note or the Authority's Bonds as Tax-exempt Bonds, as follows: (a) The Borrower will not take, or to the extent under its control, permit, any action which would cause the Note not to be a Tax-exempt Note or any Authority Bonds not to be Tax-exempt Bonds and will not omit from taking, or cause to be taken, any action required to maintain the Note as a Tax-exempt Note or the Authority's Bonds as Tax-exempt Bonds. (b) The Borrower will take all actions with respect to the Note necessary to comply with all instructions and requests of the Authority relating to maintaining the Authority's Bonds as Tax-exempt Bonds and the Note as a Tax-exempt Note or compliance with the agreements set forth in this section or in any Tax Compliance Certificate (hereinafter defined). (c) The Borrower agrees to comply with all requirements of any certificate or agreement ("Tax Compliance Certificate") executed and delivered by it in connection with the issuance of the Note. (d) The Borrower will promptly notify the Executive Director of the Authority in writing of any action or event which adversely affects the status of the Note as a Tax-exempt Note or any of the Authority's Bonds as Tax-exempt Bonds. (e) None of the proceeds of the Loan may be used to pay the costs of any facility used or to be used during the term of the loan for any private business use or to make a private loan within the meaning of Section 141 of the Internal Revenue Code of 1986, as amended (the "Code"). (f) No Loan repayments may be made from, or secured by, property used or to be used for a private business use or payments in respect of such property within the meaning of Section 141 of the Code, except as specifically permitted in writing by the Authority. (g) The Borrower will not establish any fund or account, other than a bona fide debt service fund, securing the payment of the Tax-exempt Note or Tax-exempt Bonds or from which the Borrower reasonably expects to pay debt service on the Loan, or in any other respect create "gross proceeds," within the meaning of the Code, of the Tax-exempt Note or Tax-exempt Bonds, except as specifically permitted in writing by the Authority. In addition, any gross proceeds shall not be invested in obligations or deposits issued by, guaranteed by or insured by the United States or any agency or instrumentality thereof if and to the extent SRF-MasterTemplate.con Page 5 of 11 DWRF_New Hope 02 (rev. 4/13) April 19, 2013 such investment would cause the Tax -Exempt Note or Tax-exempt Bonds to be "federally guaranteed" within the meaning of Section 149(b) of the Code. (h) The Borrower will not invest any moneys constituting "gross proceeds" of the Tax-exempt Note or Tax- exempt Bonds other than in a fair market, anus' length transaction and at a yield, within the meaning of the Code, in excess of the lesser of the yield on the Tax-exempt Note or the Tax-exempt Bonds applicable to the Loan and shall apply all Loan proceeds within five days of the receipt thereof by the Borrower consistent with the terns of the Borrower's disbursement request. (i) Except as permitted under Treasury Regulations, Section 1.150-2, and Section 1.4(d) hereof, the Borrower will not use Loan proceeds to reimburse itself for any payments of project costs which the Borrower made from other funds, if the original payment was made prior to the earlier of the issuance of the Authority Bonds used to fund the Loan or the execution and delivery of this Agreement or if the original payment was made from the proceeds of other debt of the Borrower. 0) Other than as provided in Section 4.1 hereof, the Borrower agrees that the allocation by the Authority of funds it uses to purchase the Loan, including different series of Tax-exempt Bonds, shall be at the sole discretion of the Authority and such allocation shall be binding on the Borrower. (k) With respect to any gross proceeds of the Tax-exempt Bonds created by the Borrower, the Borrower shall be liable to the Authority for the amount required to be rebated as excess investment earnings to the United States. (1) The Authority may, in its sole discretion and only upon receipt of an opinion of counsel to the Authority, waive any of the agreements set forth in this Article III. ARTICLE IV — COMPLIANCE WITH STATE BOND REQUIREMENTS Section 4.1. State Bond Financed Property. The Borrower and the Authority acknowledge and agree that the Borrower's ownership interest in the Project consisting of real property, and, if applicable, all facilities located, or that will be constructed and located on such real property and all equipment that is a part thereof that was purchased with the proceeds of general obligation bond proceeds constitute "State Bond Financed Property", as such term is used in Minnesota Statutes, Section 16A.695 and the "Fourth Order Amending Order of the Commissioner of Finance Relating to Use and Sale of State Bond Financed Property" dated July 30, 2012 (the "Order") as such may be amended, modified, supplemented, or replaced from time to time and therefore, the provisions contained in such statute and order apply to the Borrower's ownership interest in the Project and any Use contracts relating thereto. The Borrower agrees that the proceeds of the Loan must be used and the Project must be operated in a manner that complies with Minnesota Statutes, Section 16A.695 and the Order. The Borrower must file the required state bond financed property declaration as provided in the Order and provide a copy of the filed declaration to the Authority, unless the filing requirement is waived in writing by the Commissioner of Minnesota Management and Budget. Section 4.2. Lease or Management Contract. The Borrower agrees that: any lease or management or similar contract (each a "Use Agreement") entered into by the Borrower with respect to property constituting all or a part of the State Bond Financed Property must comply with the following requirements: (a) It must be for the express purpose of carrying out of a governmental program established or authorized by law and established by official action of the Borrower. (b) It must be approved, in writing, by the Commissioner of Minnesota Management and Budget SRF -Master Templatexon Page 6 of 11 DWRF_New Hope_02 (rev. 4/13) April 19, 2013 (c) It must be for a term, including any renewals that are solely at the option of the lessee or manager, that is substantially less than the useful life of the property subject to such lease or management contract, but may allow renewal beyond that term upon determination by the Borrower that the use continues to carry out the governmental program. (d) It must be terminable by the Borrower if the other contracting party defaults under the contract, or if the governmental program is terminated or changed. (e) It must provide for oversight by the Borrower of the operation of the property that is the subject of the Use Agreement. (f) It must specifically identify the statute that provides the Borrower authority to enter into the Use Agreement. (g) It must contain a provision stating that the Use Agreement is being entered into in order to carry out a governmental program and must specifically identify the governmental program. Section 4.3. Sale. The Borrower must not sell any property constituting all or a part of the State Bond Financed Property unless the sale complies with the following requirements: (a) The Borrower determines by official action that such property is no longer usable or needed by the Borrower to carry out the governmental program for which it was acquired or constructed. (b) The sale must be made as authorized by law. (c) The sale must be for fair market value as defined in Minnesota Statutes, Sections 16A.695 as then in effect. (d) The Borrower must obtain the prior written consent of the Commissioner of Minnesota Management and Budget. Section 4.4. Chances to Minnesota Statute 16A.695 or the Order. In the event that Minnesota Statutes Section 16A.695 or the Order is amended in a manner that reduces any requirement imposed upon the Borrower, or if the Borrower's interest in the State Bond Financed Property is exempt from Minnesota Statutes, Section 16A.695 or the Order, then upon written request by the Borrower, the Authority will enter into and execute an amendment to this Agreement to implement herein such amendment to or exempt the interest in the Project from Minnesota Statutes, Section 16A.695 and the Order or both. Section 4.5. Waiver. The Authority may waive the requirements of Article IV at any time upon determination by the Authority, and after receiving approval by the Commissioner of Minnesota Management and Budget that the Loan has not been and will not be funded from the proceeds of state general obligation bonds. ARTICLE V - DISCLOSURE Section 5.1. Information for Disclosure Documents. (a) The Borrower agrees to provide to the Authority such information with respect to the Borrower, its duties, operations and functions as may be reasonably requested by the Authority, and hereby consents to its inclusion in the Authority's official statements) used in connection with issuance and sale or the re -marketing of its Bonds or continuing disclosure with respect to its Bonds (collectively, the "Disclosure Documents"), whether or not all or a portion of the proceeds of Bonds were or will be loaned to the Borrower. SRF -Master Template.wn Page 7 of 11 DWRF_New Hope_02 (rev. 4/13) April 19, 2013 (b) At the request of the Authority, the Borrower will certify and represent that such information with respect to the Borrower in any Disclosure Document does not contain any untrue statement of a material fact or omit to state a material fact necessary to make the statements made, in light of the circumstances under which they were made, not misleading; provided, however, that in no event shall the Borrower be required to make any representation about any other information in the Disclosure Documents or as to any Disclosure Document in its entirety. If for any reason the Borrower determines that it shall not be able to make such certification and representation, it will provide such information to the Authority as is necessary for inclusion in the Disclosure Documents so as to enable it to make such certification and representation. (c) If at any time during the period ending 90 days after the date the Borrower provides information to Authority for inclusion in a Disclosure Document any event occurs which the Borrower believes would cause the information with respect to the Borrower in the Disclosure Document to omit a material fact or make the statements therein misleading, the Borrower shall promptly notify the Authority in writing of such event and provide information for inclusion in the Disclosure Document or an amendment thereof or a supplement thereto. At the request of the Authority, the Borrower will also provide the certification and representation required in (b) above with respect to such information. (d) The Borrower will provide such information as may be reasonably requested by any rating agency in connection with rating the Bonds of the Authority. Section 5.2. Continuin¢ Disclosure. If the Authority, in its sole discretion, determines, at any time prior to payment of the Loan in full, (i) that the Borrower is a material 'obligated person," as the term 'obligated person" is defined in Rule 15c2-12 promulgated by the Securities and Exchange Commission pursuant to the Securities Exchange Act of 1934, as amended or supplemented, including any successor regulation or statute thereto ("Rule 15c2-12") or (ii) that an event has occurred with respect to the Borrower or the Loan that must be disclosed under Rule 15c2-12, or that any other action of the Borrower has occurred which the Authority determines in its sole discretion is material to an investor in Bonds of the Authority, with materiality under clause (i) being determined by the Authority pursuant to criteria established, from time to time, by the Authority in its sole discretion and set forth in a resolution or official statement of the Authority, the Borrower hereby covenants that it will authorize and provide to the Authority, for inclusion in a Disclosure Document, all statements and information relating to the Borrower deemed material by the Authority for the purpose of satisfying Rule 15c2-12 as well as Rule lOb-5 promulgated pursuant to the Securities Exchange Act of 1934, as amended or supplemented, including any successor regulation or statute thereto ("Rule 1 Ob - 5"), including certificates and written representations of the Borrower evidencing satisfaction of the requirements of Rule 15c2-12 and Rule IOb-5; and the Borrower hereby further covenants that the Borrower (if determined to be such a material obligated person) shall execute and deliver a continuing disclosure agreement, in such form as the Authority shall determine to be necessary, desirable or convenient, in its sole discretion, for the purpose of meeting the requirements of Rule 15c2-12, and pursuant to the terms and provisions of such continuing disclosure agreement, the Borrower shall thereafter provide ongoing disclosure with respect to all annual and event information and financial statements relating to the Borrower required by a continuing disclosure undertaking under Rule 15c-12 and pursuant to the terms and provisions of such continuing disclosure agreement, and the Borrower further agrees that the Authority shall have the right to disclose any information about the Borrower or the Loan, whether or not received from the Borrower, determined by the Authority in its sole discretion, to be material with respect to any of its Bonds. SRF -Master Templatexon Page 8 of I I DWRF_New Hope 02 (rev. 4/13) April 19, 2013 ARTICLE VI - DEFAULT AND REMEDIES Section 6.1. Events of Default. Any of the following are events of default under this Agreement (a) Failure of the Borrower to make a payment when due; (b) Failure of the Borrower to comply with any other provision of this Agreement or the Note after written notice from the Authority and the Borrower fails for a three-month period to cure such default or provide a written plan acceptable to the Authority providing for such cure or, if the Authority accepts a plan for cure, the Borrower fails to cure any defaults within the time period specified therein. Section 6.2 Remedies. (a) For an event of default under Section 6.1(a) of this Agreement, the Authority shall impose an interest penalty as provided in Minn. Rules Part 7830.0296, Subpart 1. The Authority may also exercise one or more of the following remedies: (1) withhold approval of any disbursement request, (2) reject any pending application by the Borrower for financial assistance, (3) to the extent permitted by law, demand immediate payment of the Loan and the Note in full and, upon such demand, the outstanding principal amount of the Loan and Note will be immediately due and payable, with interest accrued thereon to the date of payment, or (4) exercise any other remedy available to the Authority at law or in equity, including under Minnesota Rules, Chapter 7380, as amended. (b) For an event of default under Section 6.1(b) of this Agreement, the Authority shall impose an immediate increase in the interest rate on the Loan by eliminating all interest rate discounts that were applied in determining the interest rate under Minnesota Rules, Part 7380.0272. The Authority may also exercise one or more of the following remedies: (1) withhold approval of any disbursement request, (2) reject any pending application by the Borrower for financial assistance, (3) to the extent permitted by law, demand immediate payment of the Loan and the Note in full and, upon such demand, the outstanding principal amount of the Loan and Note will be immediately due and payable, with interest accrued thereon to the date of payment, or (4) exercise any other remedy available to the Authority at law or in equity, including under Minnesota Rules, Chapter 7380, as amended. If the Authority subsequently determines that the Borrower has cured all events of default, the interest rate on any unpaid Loan principal will revert back to the original interest rate. ARTICLE VII - FINANCIAL RECORDS AND AUDITS Section 7.1. Financial Recordkeenina. For all expenditures of funds made pursuant to this Agreement, the Borrower must keep financial accounts and records in accordance with generally accepted accounting principles including invoices, contracts, receipts, vouchers and other documents sufficient to evidence in proper detail the nature and propriety of the expenditures and any investments made with proceeds of the Loan or other "gross proceeds" of the Note or the Tax-exempt Bonds of the Authority. Such accounts and records shall be accessible and available for a minimum of six years from the date of initiation of operation of the Project and for so long as the Note is outstanding for examination by authorized representatives of: the Authority, the Legislative Auditor, Office of the State Auditor and the EPA Office of Inspector General. Section 7.2. Annual Audit Requirements. (a) The Borrower must annually provide to the Authority for the term of the Loan a copy of its independent annual audit. All audit reports must be submitted within 30 days after the completion of the audit but no later than one year after the end of the fiscal year to be audited. The audits must be conducted in accordance with generally accepted government auditing standards and in compliance with the single audit act requirements of the federal Office of Management and Budget, circular A-133. (b) The Borrower must list the Note as general obligation debt of the Borrower in its annual audits for the term of the Loan. SRF -Master Templatexon Page 9 of 11 DWRF_New Hope_02 (rev. 4/13) April 19, 2013 ARTICLE VIII - THIS ARTICLE INTENTIONALLY LEFT BLANK Section 8.1. Replacement Fund. Pursuant to Minnesota Statute, 446A.072, Subdivision 12, the Borrower must establish a wastewater system replacement fund in its official books and records for the major rehabilitation, expansion, or replacement of the wastewater treatment system of the Borrower. During the term of this Agreement, the Borrower shall deposit in the replacement fund each calendar year a minimum of $0.50 per 1,000 gallons of flow of the wastewater system. Money must remain in the fund for the term of the Loan, unless use of all or a portion of the fund is approved by the Authority for the major rehabilitation, expansion, or replacement of the wastewater treatment system. By March 1 of each year, the Borrower must submit a report to the Authority identifying the amount deposited into the fund during the prior calendar year and the fund balance of the fund as of the end of the prior calendar year. The Authority will assess a penalty fee to the Borrower equal to one percent of the Principal Forgiveness and WIF Grant for each year of noncompliance. ARTICLE IX - ADMINISTRATION Section 9.1. Amendments. Any amendments to this Agreement must be in writing and be executed by the Borrower by the same officials who signed the Agreement, or their successors. Section 9.2. Fee. The Borrower acknowledges that the Authority may apply up to 2% of any loan repayment to payment of administrative costs and that such application shall not increase the amount of any repayments or extend the period of repayment. Section 9.3. Notices. In addition to any notice required under applicable law to be given in another manner, any notices required hereunder must be in writing, and shall be sufficient if delivered by courier or overnight delivery service or sent by certified mail (return receipt requested), postage prepaid, to the address of the party to whom it is directed. Such address shall be that address specified below or such different address as may hereafter be specified, by either party by written notice to the other: In the case of the Authority: In the case of the Borrower Minnesota Public Facilities Authority City of New Hope Attention: Executive Director Attention: Mayor 332 Minnesota Street, Suite W820 4401 Xylon Avenue North St. Paul, MN 55101-1378 New Hope, MN 55428-4843 Section 9.4. Termination of Loan. The obligations of the Borrower under this Agreement (except the obligations set forth in Section 2.1 (c), (d) and (e) and Article IV hereof) shall terminate when the Loan is fully paid and retired. SRF -Master Templatexon Page 10 of 11 DWRF_New Hope_ 02 (rev. 4/13) April 19, 2013 Project Number: MPFA-13-0013-R-FY13 Borrower Name: City of New Hope The Authority and the Borrower have caused this Agreement to be duly executed by their duly authorized undersigned representatives. Statutory Cities must execute this Agreement as provided in Minnesota Statutes, Section 412.201, as amended. Home Rule Charter Cities must execute this Agreement as provided in Minnesota Statutes, Chapter 410, as amended. BORROWER: We have read and we agree to all of thMz-- rrovisions ofthisAgreement. By Katlii Hemken Date 5-13-13 By� Kirk McDonald Title City Manager Date -5--13—/3 SEAL MINNESOTA PUBLIC FACILITIES AUTHORITY: BYTl- r�i1�.bly Katie Clark Sieben Date ./ E, � �� � Of 3 Authority By— innesota blic Facili�ti�e� s CtI Date Encumbered B-2401 3-720 4/24/13 (Individual signing certified that funds have been encumbered as required by Minnesota Statute 16A) SRF -Master Template.con Page 11 of 11 DWRF_New Hope_02 (rev. 4/13) April 19, 2013 MN Public Facilities Authority New Hope, City of - dw02 Rate: 1.000% Date: Maturity: Date Effective projected 07/24/13 02/20114 08/20/14 02/20/15 08/20/15 02/20116 08/20116 02/20/17 08/20/17 02/20/18 08/20118 02/20/19 08/20/19 02/20/20 08/20/20 02/20/21 08/20/21 02/20122 08/20122 02/20/23 08/20123 02/20/24 08/20/24 02/20125 08/20/25 02/20/26 08/20126 02/20/27 08/20/27 02/20/28 08/20/28 02/20/29 08120/29 02120/30 08/20130 02120131 08/20/31 02/20132 08/20/32 totals Source Disbursement Op Res 1,035,000.00 Exhibit A Drinking Water State Revolving Fund Loan Amortization Schedule MPFA-13-0013-R-FY13 funding dates: 1,035,000.00 private activity: final loan amount: 1,035,000.00 Repayment Interest Principal Loan Balance Annl Debt Sry 1,035,000.00 5,922.50 5,922.50 1,035,000.00 37,175.00 5,175.00 32,000.00 1,003,000.00 43,097.50 5,015.00 5,015.00 1,003,000.00 56,015.00 5,015.00 51,000.00 952,000.00 61,030.00 4,760.00 4,760.00 952,000.00 56,760.00 4,760.00 52,000.00 900,000.00 61,520.00 4,500.00 4,500.00 900,000.00 56,500.00 4,500.00 52,000.00 848,000.00 61,000.00 4,240.00 4,240.00 848,000.00 57,240.00 4,240.00 53,000.00 795,000.00 61,480.00 3,975.00 3,975.00 795,000.00 56,975.00 3,975.00 53,000.00 742,000.00 60,950.00 3,710.00 3,710.00 742,000.00 57,710.00 3,710.00 54,000.00 688,000.00 61,420.00 3,440.00 3,440.00 688,000.00 57,440.00 3,440.00 54,000.00 634,000.00 60,880.00 3,170.00 3,170.00 634,000.00 58,170.00 3,170.00 55,000.00 579,000.00 61,340.00 2,895.00 2,895.00 579,000.00 57,895.00 2,895.00 55,000.00 524,000.00 60,790.00 2,620.00 2,620.00 524,000.00 58,620.00 2,620.00 56,000.00 468,000.00 61,240.00 2,340.00 2,340.00 466,000.00 58,340.00 2,340.00 56,000.00 412,000.00 60,680.00 2,060.00 2,060.00 412,000.00 59,060.00 2,060.00 57,000.00 355,000.00 61,120.00 1,775.00 1,775.00 355,000.00 59,775.00 1,775.00 58,000.00 297,000.00 61,550.00 1,485.00 1,485.00 297,000.00 59,485.00 1,485.00 58,000.00 239,000.00 60,970.00 1,195.00 1,195.00 239,000.00 60,195.00 1,195.00 59,000.00 180,000.00 61,390.00 900.00 900.00 180,000.00 59,900.00 900.00 59,000.00 121,000.00 60,800.00 605.00 605.00 121,000.00 60,605.00 605.00 60,000.00 61,000.00 61,210.00 305.00 305.00 61,000.00 61,305.00 305.00 61,000.00 - 61,610.00 1,035,000.00 1,144,077.50 109,077.50 1,035,000.00 1,144,077.50 dw_NewHope_02.xlsx.x1sm 04122/13 page 1 of 2 MN Public Facilities Authority Project Disbursement Request Form recipient: New Hope, City of ATTN: Kirk McDonald 4401 Xylon Avenue North New Hope, MN 55428-4843 note address correction in any available space program / agreement ID # (s): Drinking Water SRF Bond Fund (Loan) MPFA-13-0013-R-FY13 disbursement request details: Request number: Period of incurred costs for from to Amount requested expenses on this request: $ Authorized by: name (print) title & phone Signature & date 1 hereby certify that this request for disbursement is, to the best of my knowledge and belief, true and accurate and made in accordance with the conditions of the project agreement, that the certified payrolls received in connection with any enclosed construction invoices are in compliance with the U.S. Department of Labor requirements of 29 CFR 5.5(a)(1), and that 1 am authorized to request disbursements on behalf of the recipient. Notes: PFA approvals: PFA Loan Officer date PFA Executive Director date Rebecca Sabie 651 259-7470 rebecca.sabie@state.mn.us for PFA internal use only: OnBase name: DWRF New Hope_02 EPA defined reimbursement / refinance $ Amount NOT eligible for State G.O. proceeds $ Other notes: Pay by agreement ID as follows: MPFA-13-0013-R-FY13 $ Total disbursement $ general instructions: see the back page of this form. Oct 2012 MN Public Facilities Authority Project Disbursement Request Form Instructions Disbursement requests must be received by PFA no later than the 15th of each month in order to be paid during that month. Recipients are advised to include a provision in their contracts that specifies contractor deadlines for submitting invoices. This way, local approval of bills can be coordinated with the PFA disbursement schedule. To request funds, please complete, sign and submit a Project Disbursement Request Form by mail, e- mail or fax (ONLY ONE) to your PFA loan officer. Copies of invoices and other supporting documents must be submitted with the disbursement request. Retain a copy of the request and all documentation for your files. "From" date should be the first date of service represented by the invoices. "To" date is the last date of service represented by the invoices. The Project Disbursement Form request contains a certification. U. S. Department of Labor Davis Bacon regulations at 29CFR 5.5(a)(1) require that covered employees are properly paid the full amount of required wages and fringes, that workers are compensated for the type of work being performed according to the classification, and additional classifications, if needed, were sought and employees paid the approved rate. For full text, of 29 CFR 5.5(a)(1) see hyperlink below: 29 CFR 5.5(a)(1) <-- this is the hyperlink, below is the full web urk http://ecfr.gpoaccess.gov/cgi/t/text/text- idx?c=ecfr&rgn=div5 &view=text&node=29:1.1.1.1.6&idno=29#29:1.1.1.1.6.1.27.4 If the Recipient has hired another entity (consulting engineer, other consultant) for labor standards compliance, obtain a signed and dated certification from that entity that states "To the best of our knowledge, the certified payroll records received in connection with invoice number (identify number) from (identify contractor(s)) are in compliance with the U.S. Department of Labor prevailing wage requirements of 29 CFR 5.5(a)(1)." Keep the signed certifications on file with the Project Disbursement Requests. The Summary of Project Costs form may be useful to track project costs through the disbursement phase. If used, please submit this form with the Disbursement Request Form and supporting documents. Submit completed and signed Project Disbursement Request Form and all supporting invoices and other documentation, by ONE of the following methods: mail: Minnesota Public Facilities Authority ATTN: Rebecca Sabie 332 Minnesota Street, E200 1st National Bank Building Saint Paul, MN 55101-1351 OR e-mail. rebeeca.sabie(i state.mn.us OR fax: 651296-8833 MN Public Facilities Authority Summary of Project Costs recipient: City of New Hope Program (s) Contract ID (s) Award (s) Drinkine Water SRF Bond Fund (Loan) MPFA-13-0013-R-FY13 P 1.035.000.00 note to recipient: complete the yellow -highlighted boxes below for each request: The costs detailed below relate to Project Disbursement Request #: Cost descriptions A. Non -Construction: Engineering Legal/Finance Administration Other Total Non -Construction B. Construction Treatment Transmission & Distribution Source (Wells/surface water intakes) Storage / Water Tower Other Total Construction C. Total disbursement request (A + B): D. Total of previous requests submitted to PFA: E. Total requested to date (C + D): F. Original award total from above: G. Remaining un -drawn balance (F — E): Notes: $ 1,035,000.00 Amounts $ 1,035,000.00 $ 1,035,000.00 Certified Mail, return receipt requested June 3, 2019 Associate Administrator for Safety Federal Railroad Administration 1200 New Jersey Avenue SE Washington, DC 20590 RE: 24 -Hour Quiet Zone Notice of Continuation Boone Avenue (Crossing No: 688956M) MP 8.62 New Hope, MN To Whom it May Concern: The City of New Hope, Minnesota to continue implementation of the 24-hour quiet zone based on the Final Train Locomotive Horn Rules developed by the Federal Railroad Administration. This quiet zone is located on Boone Avenue North in New Hope, crossing 688956M and was established October 31, 2014. The quiet zone complies with 49 CFR Part 222, under provision 222.39(b). The quiet zone extends 0.45 miles to the east and 0.50 miles to the west of the Boone Avenue crossing, for a total quiet zone length of 0.95 miles. The only at -grade crossing located within the quiet zone is a public grade crossing on Boone Avenue (DOT 688956M). The crossing is located on the St. Paul Service Area, Paynesville Subdivision of the Soo Line Railroad at MP 8.62. There are no private grade crossings, pedestrian crossings, or grade separations within the quiet zone limits. The Notice of Intent was issued by certified mail on December 20, 2012 and an amended Notice of Intent was issued by certified mail on January 14, 2013. Alternative Safety Measures (ASMs) were implemented at the crossing at Boone Avenue crossing as part of the City of New Hope 2013 Reconstruction Project on Boone Avenue. Prior to implementation of the safety improvements, the Boone Avenue crossing included railroad signals with gates, a constant warning time and power out indicators. The implemented ASMs installed at the Boone Avenue crossing include a 100' non -traversable center median on the north side of the tracks and a 30' non - traversable center median on the south side of the tracks along with advance warning signage and pavement markings. The existing and current Grade Crossing Inventory Forms are also attached for the Boone Avenue crossing showing the implemented ASMs. On the following page are primary and secondary responsible persons for monitoring compliance with the requirements of the Quiet Zone: CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 Primary: Bernie Weber Public Works Director City of New Hope Phone: 763-592-6772 Secondary: Dave Lemke e4t Public Works Operations Manager E-mail: bweber@newhopemn.aov Sincerely, Bernie Weber Public Works Director City of New Hope City of New Hope Phone: 763-592-6762 E-mail: dlemke@newhopemn.gov Attachments: Contact List (Below) Signed Certification (Below) Pre -Improvement Grade Crossing Inventory Form Updated Post -Improvements Grade Crossing Inventory Form cc. Mr. Jim Krieger Manager Public Works Canadian Pacific Railway 120 South 6th Street, Suite 900 Minneapolis, MN 55402 Mr. Jim Weatherhead Metro Area Project Manager Mn/DOT Rail Administration, MS 470 395 John Ireland Blvd St. Paul, MN 55155 Region 4 Regional Crossing Manager Federal Railroad Administration 200 West Adams Street, Suite 310 Chicago, IL 60606 Quiet Zone Designation: DOT. 688956M, Boone Avenue North, New Hope Minnesota I hereby certify that responsible officers of the public authority of which I am the Chief Executive Officer have reviewed documentation prepared for the FRA. Filed in Docket No. FRA -1999-6439, sufficient to make an informed decision regarding the advisability of establishing the quiet zone. Kirk McDonald, New Hope City Manager Date CITY OF NEW HOPE 4401 Xylon Avenue North • New Hope, Minnesota 55428-4898 • www. ci.new-hope.mn.us City Hall: 763-531-5100 • Police (non -emergency): 763-531-5170 • Public Works: 763-592-6777 City Hall Fax: 763-531-5136 • Police Fax: 763-531-5174 • Public Works Fax: 763-592-6776 U. S. DOT CROSSING INVENTORY FORM DEPARTMENT OF TRANSPORTATION FEDERAL RAILROAD ADMINISTRATION OMB No. 2130-0017 Instructions for the initial reporting of the following types of new or previously unreported crossings: For public highway -rail grade crossings, complete the entire inventory Form. For private highway -rail grade crossings, complete the Header, Parts I and II, and the Submission Information section. For public pathway grade crossings (including pedestrian station grade crossings), complete the Header, Parts I and II, and the Submission Information section. For Private pathway grade crossings, complete the Header, Parts I and II, and the Submission Information section. For grade -separated highway -rail or pathway crossings (including pedestrian station crossings), complete the Header, Part I, and the Submission Information section. For changes to existing data, complete the Header, Part I Items 1-3, and the Submission Information section, in addition to the updated data fields. Note: For private crossings only, Part I Item 20 and Part III Item 2.K. are required unless otherwise noted. An asterisk * denotes an optional field. A. Revision Date B. Reporting Agency C. Reason for Update (Select only one) D. DOT Crossing (MM/DD/YYYY) ❑ Railroad ❑ Transit IR Change in ❑ New ❑ Closed ❑ No Train X Quiet Inventory Number 0610312019 Data Crossing Traffic Zone Update ® State ❑ Other ❑ Re -Open ❑ Date ❑ Change in Primary Y Admin. 688956M Change Only Operating RR Correction 1. Primary Operating Railroad 2. State 3. County SOO Line Railroad Company [SOO] MINNESOTA HENNEPIN 4. City / Municipality S. Street/Road Name & Block Number 6. Highway Type & No. ® In BOONEAVE I ❑ Near NEW HOPE (Street/Rood Name) I * (Block Number) MSAS101 7. Do Other Railroads Operate a Separate Track at Crossing? ❑ Yes ® No 8. Do Other Railroads Operate Over Your Track at Crossing? ❑ Yes ® No If Yes, Specify RR If Yes, Specify RR 9. Railroad Division or Region 10. Railroad Subdivision or District 11. Branch or Line Name 1 12. RR Milepost 0008.620 ❑ None EAST ❑ None PAYNESVILLE ❑ None MP (prefix) I (nnnn.nnn) I (suffix) 13. Line Segment 14. Nearest RR Timetable 15. Parent RR (if applicable) 16. Crossing Owner (if applicable) * Station CRYSTAL ❑ N/A CP ® N/A 17. Crossing Type 18. Crossing Purpose 19. Crossing Position 20. Public Access 21. Type of Train 22. Average Passenger 19 Highway ® At Grade (if Private Crossing) 19 Freight ❑ Transit Train Count Per Day ® Public ❑ Pathway, Ped. ❑ RR Under ❑ Yes ❑ Intercity Passenger ❑ Shared Use Transit ❑ Less Than One Per Day ❑ Private ❑ Station, Ped. ❑ RR Over ❑ No ❑ Commuter ❑ Tourist/Other ❑ Number Per Day 0 23. Type of Land Use ❑ Open Space ❑ Farm Cid Residential ❑ Commercial ❑ Industrial ❑ Institutional ❑ Recreational ❑ RR Yard 24. Is there an Adjacent Crossing with a Separate Number? 2S. Quiet Zone (FRA provided) ❑ Yes 19 No If Yes, Provide Crossing Number IN No X 24 Hr ❑ Partial ❑ Chicago Excused Date Established 10/31/2014 26. HSR Corridor ID 27. Latitude in decimal degrees 28. Longitude in decimal degrees 29. Lat/Long Source ®N/A (WGS84std: nn.nnnnnnn) 45.049026 (WGS84std: -nnn.nnnnnnn)-93.390639 ®Actual 11 Estimated 30.A. Railroad Use * 31.A. State Use F0918 30.B. Railroad Use * 31.B. State Use * 30.C. Railroad Use * 31.C. State Use * 30.D. Railroad Use * 31.D. State Use * 32.A. Narrative (Railroad Use) * 32.B. Narrative (State Use) 33. Emergency Notification Telephone No. (posted) 34. Railroad Contact (Telephone No.) 35. State Contact (Telephone No.) 800-716-9132 800-716-9132 651-366-3667 PWt It: 1. Estimated Number of Daily Train Movements I.A. Total Day Thru Trains 1.6. Total Night Thru Trains 1.C. Total Switching Trains 1.D. Total Transit Trains 1.E. Check if Less Than (6 AM to 6 PM) (6 PM to 6 AM) One Movement Per Day ❑ 10 10 0 0 How many trains per week? 2. Year of Train Count Data (YYYY) 3. Speed of Train at Crossing 3.A. Maximum Timetable Speed (mph) 40 2016 3.8. Typical Speed Range Over Crossing (mph) From 10 to 40 4. Type and Count of Tracks Main 1 Siding0 Yard 0 Transit 0 Industry 0 5. Train Detection (Main Track only) ❑ Constant Warning Time ❑ Motion Detection ❑AFO ❑ PTC ❑ DC ❑ Other ® None 6. Is Track Signaled? 7.A. Event Recorder 7.B. Remote Health Monitoring ® Yes ❑ No 1 ❑ Yes ® No ❑ Yes ® No FORM FRA F 6180.71 (Rev. 3/15) OMB approval expires 8/31/2019 Pagel OF 2 U. S. ®®T CROSSNG NVFNT®RY FORM A. Revision Date (MM/DD/yYYY) 06/03/2019 PAGE 2 D. Crossing Inventory Number (7 char.) 688956M .fart III: Fligh av cT Pa4hujay TTaffie cC¢antroU Device Information 1. Are there Signs Signals? 2. Types of Passive Traffic Control Devices associated with the Crossing or 2.A. Crossbuck 2.B. STOP Signs (RI -1) 2.C. YIELD Signs (R1-2) 2.D. Advance Warning Signs (Check all that apply, include count) ❑ None ® Yes ❑ No Assemblies (count) (count) (count) ® W10-1 2 ❑ W10-3 ❑ W10-11 2 0 0 ❑ W10-2 ❑ W10-4 ❑ W10-12 2.E. Low Ground Clearance Sign 2.F. Pavement Markings 2.G. Channelization 2.H. EXEMPT Sign 2.1. ENS Sign (1-13) (W10-5) Devices/Medians (R15-3) Displayed ® Yes (count J ® Stop Lines ❑Dynamic Envelope ® All Approaches N Median ❑ Yes ® Yes ❑ No 51 RR Xing Symbols ❑ None ❑ One Approach ❑ None G7 No ❑ No 2.J. Other MUTCD Signs ® Yes ❑ No 21. Private Crossing 21. LED Enhanced Signs (List types) SpecifyType W 10-9 Count 6 Signs (if private) Specify Type R15-8 Count 4 ❑ Yes ❑ No Specify Type Count 3. Types of Train Activated Warning Devices at the Grade Crossing (specify count of each device for all that apply) 3.A. Gate Arms 3.B. Gate Configuration 3.C. Cantilevered (or Bridged) Flashing Light 3.D. Mast Mounted Flashing Lights 3.E. Total Count of (count) Structures (count) (count of masts) 2 Flashing Light Pairs IR 2 Quad ❑ Full (Barrier) Over Traffic Lane 2 ❑ Incandescent ❑ Incandescent 51 LED Roadway 2 El3 Quad Resistance IR Back Lights Included ElSide Lights 8 Pedestrian 0 ❑ 4 Quad ❑ Median Gates Not Over Traffic Lane 2 IR LED Included 3.F. Installation Date of Current 3.G. Wayside Horn 3.H. Highway Traffic Signals Controlling 3.1. Bells Active Warning Devices: (MM/YYYY) Crossing (count) ®Not Required ❑Yes Installed on (MM/YYYY)_/ ❑ Yes Iii No 1 0 No 3.J. Non -Train Active Warning 3.K. Other Flashing Lights or Warning Devices ❑ Flagging/Flagman ❑Manually Operated Signals ❑ Watchman ❑ Floodlighting ® None Count 0 Specify type 4.A. Does nearby Hwy 4.B. Hwy Traffic Signal 4.C. Hwy Traffic Signal Preemption 5. Highway Traffic Pre -Signals 6. Highway Monitoring Devices Intersection have Interconnection ❑ Yes IR No (Check all that apply) Traffic Signals? ® Not Interconnected ❑ Yes - Photo/Video Recording ❑ For Traffic Signals ❑ Simultaneous Storage Distance * ❑ Yes—Vehicle Presence Detection ❑ Yes ® No ❑ For Warning Signs ❑ Advance Stop Line Distance * IR None Part IV: Physical Characteristics 1. Traffic Lanes Crossing Railroad ❑One-way Traffic 2. Is Roadway/Pathway 3. Does Track Run Down a Street? 4. Is Crossing Illuminated? (Street ® Two-way Traffic Paved? lights within approx. 50 feet from Number of Lanes 4 ❑ Divided Traffic 1i Yes ❑ No ❑ Yes lW No nearest rail) ® Yes ❑ No 5. Crossing Surface (on Main Track, multiple types allowed) Installation Date * (MM/YYYY) —J Width * Length ® 1 Timber ❑ 2 Asphalt ❑ 3 Asphalt and Timber W 4 Concrete El5 Concrete and Rubber ❑ 6 Rubber ❑ 7 Metal ❑ 8 Unconsolidated ❑ 9 Composite ❑ 10 Other (specify) 6. Intersecting Roadway within 500 feet? 7. Smallest Crossing Angle711, Commercial Power Available? ❑Yes ®No If Yes, Approximate Distance (feet) ❑ 0* — 29* ❑ 30* — 59* ® 60* - 90*® Yes ❑ No Part V: Public Highway information 1. Highway System 2. Functional Classification of Road at Crossing 3. Is Crossing on State Highway 4. Highway Speed Limit ❑ (0) Rural 01 (1) Urban System? 30 MPH ❑ (01) Interstate Highway System ❑ (1) Interstate ❑ (5) Major Collector ❑ Yes 51 No 1i Posted ❑ Statutory ❑ (02) Other Nat Hwy System (NHS) ❑ (2) Other Freeways and Expressways 5. Linear Referencing System (LRS Route ID) ❑ (03) Federal AID, Not NHS ❑ (3) Other Principal Arterial IR (6) Minor Collector 6. LRS Milepost ® (08) Non -Federal Aid ❑ (4) Minor Arterial ❑ (7) Local 7. Annual Average Daily Traffic (AADT) 8. Estimated Percent Trucks 9. Regularly Used by School Buses? 10. Emergency Services Route Year 2013 AADT 6100 5 y, ® Yes ❑ No Average Number per Day 89 ❑ Yes ® No Submission Information - This information is used for administrative purposes and is not available on the public website. Submitted by: Bernie Weber Organization: City of New Hope, MN Phone: 763-592-6772 Date: June 3, 2019 Public reporting burden for this information collection is estimated to average 30 minutes per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed and completing and reviewing the collection of information. According to the Paperwork Reduction Act of 1995, a federal agency may not conduct or sponsor, and a person is not required to, nor shall a person be subject to a penalty for failure to comply with, a collection of information unless it displays a currently valid OMB control number. The valid OMB control number for information collection is 2130-0017. Send comments regarding this burden estimate or any other aspect of this collection, including for reducing this burden to: Information Collection Officer, Federal Railroad Administration, 1200 New Jersey Ave. SE, MS -25 Washington, DC 20590. FORM FRA F 6180.71 (Rev. 3/15) OMB approval expires 8/31/2019 Page 2 OF 2 U.S. DOT - CROSSING INVENTORY INFORMATION AS OF 10/9/2014 Crossing No.: 688956M Update Reason: Changed Crossing Effective Begin -Date of Record: 10/10113 Railroad: SOO SOO Line RR Co. [SOO j End -Date of Record: Initiating Agency Railroad Type and Positiion: Public At Grade Part I Location and Classification of Crossing Division: ST PAUL SERVIC Subdivision: PAYNESVILLE Branch or Line Name: MP Railroad Milepost: 0008.62 RailRoad I.D. No.: MSAS101 Nearest RR Timetable Stn: CRYSTAL Parent Railroad: Canadian Pacific Rwy Co. (CP j Crossing Owner: Latitude: ENS Sign Installed: Yes Passenger Service: None Avg Passenger Train Count: 0 Adjacent Crossing with No Separate Number: Private Crossing Information Category: Specify Signs: ST/RR A ST/RR B Railroad Use: State Use: F0918 Narrative: Emergency Contact: (800)716-9132 Part II Railroad Information Railroad Contact: State: MN County: HENNEPIN City: In NEW HOPE Street or Road Name: BOONE AVE Highway Type & No.: MSAS101 HSR Corridor ID: County Map Ref. No.: 527A Latitude: 45.0490000 Longitude: -93.3905030 Lat/Long Source: Neither Quiet Zone: No Public Access: Unknown Specify Signals: ST/RR C ST/RR D State Contact: (651)366-3667 Number of Daily Train Movements: Less Than One Movement Per Day: No Total Trains: 22 Total Switching: 2 Day Thru: 10 Typical Speed Range Over Crossing: From 10 to 40 mph Maximum Time Table Speed: 40 Type and Number of Tracks: Main: 1 Other 0 Specify: Does Another RR Operate a Separate Track at Crossing? No Does Another RR Operate Over Your Track at Crossing? No U.S. DOT - CROSSING INVENTORY INFORMATION Crossing 688956M Continued Effective Begin -Date of Record: 10110113 End -Date of Record: Part III: Traffic Control Device Information Signs: Crossbucks: 0 Highway Stop Signs: 0 Advanced Warning: No Hump Crossing Sign: No Pavement Markings: No Markings Other Signs: 0 Specify: 0 Train Activated Devices: Residential Smallest Crossing Angle: 60 to 90 Degrees Gates: 2 4 Quad or Full Barrier: No Mast Mounted FL: 0 Total Number FL Pairs: 8 Cantilevered FL (Over): 2 Cantilevered FL (Not over): 2 Other Flashing Lights: 0 Specify Other Flashing Lights: Highway Traffic Signals: 0 Wigwags: 0 Bells: 1 Other Train Activated N/A Special Warning Devices Not No Warning Devices: Train Activated: Channelization: None Type of Train Detection: Motion Detectors Track Equipped with Yes Traffic Light N/A Train Sionals? Interconnection/Preemption- Part IV: Phvsical Characteristics Type of Development: Residential Smallest Crossing Angle: 60 to 90 Degrees Number of Traffic Lanes 4 Are Truck Pullout Lanes Present? No Crossing Railroad: Annual Average Daily Traffic (AADT): 005830 AADT Year: 2011 Is Highway Paved? Yes Avg. No of School Buses per Day: 89 Posted Highway Speed: Crossing Surface: Concrete If Other: Nearby Intersecting Highway? N/A Is it Signalized? No Does Track Run Down a Street? No Is Crossing Illuminated? Yes Is Commercial Power Available? Yes Part V: Hiahwav Information Highway System: Non -Federal -aid Functional Classification of Is Crossing on State Road at Crossina: Urban Minor Arterial Highway System: No Annual Average Daily Traffic (AADT): 005830 AADT Year: 2011 Estimated Percent Trucks: 05 Avg. No of School Buses per Day: 89 Posted Highway Speed: 30