Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Untitled
: •:t{v..t Y � ; LS .:.,.....,,..,.........,............,.......:,.....„.... ... . .. . ...,.......,.....„......... ,..„.........:. I ,, ' ,:!7';;` If1/4S { gxi - !lio* I tat. c..',:\t,;4 „.4e,,,,,,,,,,,,,,I1 .,...„,.....,,,,,....,......„..............................,..,,,:......, , .....,......... tNME1T R ` x I i ,Y r ificatt.ons for I spec � _ iew Estates - PhaSe wo ,is I van v is t�l� and Street Improvemcn i U tY City of Oak park hts, Minnesota April, 1995 I File No. 55120 Ir 1141IngineeBRAllrAs°°Set'nSmsdeoeAensrcrcteilhal°ik & tess Ect' St.Paul • ilwaukee 1 VALLEY VIEW ESTATES -PHASE TWO UTILITY AND STREET IMPROVEMENTS FILE NO. 55120 OAK PARK HEIGHTS, MINNESOTA 1995 INDEX Index Advertisement for Bids Information to Bidders ' Proposal Special Provisions 1 1700. Adjust Miscellaneous Structures - Specific Requirements General Requirements 2112. Subgrade Preparation- Specific Requirements General Requirements 2116. Subgrade Correction- Specific and General Requirements 2211. Aggregate Base- Specific and General Requirements 2331. Plant-Mixed Bituminous Surface- Specific and General Requirements 2357.57. Bituminous Tack Coat- General Requirements 1 2531. Concrete Curb and Gutter- Specific Requirements General Requirements 1 2564. Traffic Signs and Devices- Specific and General Requirements 1 2573. Temporary Erosion Control - Specific& General Requriements 2575. Turf Establishment- Specific Requirements General Requirements 23,000. Water Main- Specific Requirements General Requirements 24,000. Sewers- Specific Requirements General Requirements 1 55120 ©1995 Bonestroo,Rosene, I-1 1 Anderlik&Associates,Inc. INDEX- CONTINUED 25,000. Sewer and Water Service Lines - Specific Requirements General Requirements ' Plate 1-1 Standard Manhole Detail Plate 1-10 Storm Sewer Manhole Detail Plate 1-16 Catch Basin Manhole Detail iPlate 1-19 Standard Catch Basin Detail Plate 1-25 Sewer Bedding Methods Plate 1-25A Improved Foundation for RCP, VCP and DIP ' Plate 1-25B PVC Pipe Bedding and Foundation Plate 1-32 Catch Basin-High Capacity(Surmountable Curb) Plate 1-32A Catch Basin -High Capacity(B618 Curb) Plate 2-lA Gate Valve and Box and Hydrant Installation Plate 2-8 Insulation Detail ' Plate 2-9 Concrete Thrust BlockingPlate 3-4 Sewer and Water Service Connection Plate 4-1 Concrete Curb and Gutter Detail ' Plate 4-2 Bituminous Curb Plate 4-8 Curb and Gutter Transition Detail Plate 4-9 B618 Curb and Gutter Construction at Catch Basin ' Plate 4-10 Surmountable Curb and Gutter Construction at Catch Basin Plate SP-64 Erosion Control Detail -Hay Bales Plate SP-89 Erosion Control Detail - Silt Fence Plate SP-104 Erosion Control Detail -Protection of Catch Basins Conditions of the Contract I hereby certifythat this plan and specification was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State ofesota. (1,4„/„.1,:itit �. Joseph C. Anderlik, P.E. Date: March 2, 1995 Reg. No. 6971 I 1 55120 ©1995 Bonestroo,Rosene, I=2 ' Anderlik&Associates,Inc. I IADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Oak Park Heights, Minnesota in the City Hall at 14168 - 111 57th Street North until 11:00 A.M., C.D.S.T., on Friday, April 7, 1995, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials and all else necessary for Ithe following: Valley View Estates- Phase II - Water, Sewer, & Street Improvements consisting of the following approximate quantities: 8" PVC Sanitary LF Sewer 820 LF 6" DIP Water Main 29 EA Services 1,280 LF 12" - 27" RCP Storm Sewer 2,400 CY Core Excavation 9,400 TN Aggregate Base Material 1,500 TN Bituminous Surfacing Material ' 4,050 LF Concrete Surmountable and B618 Curb and Gutter 2 AC Seeding, Complete With Mulch Material i iPlans and specifications, proposal forms and contract documents may be seen at the office of the City Clerk, Oak Park Heights Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, IInc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, MN 55113, (612) 636-4600. Each bid shall be accompanied by a bidder's bond naming the City of Oak Park Heights as obligee, I certified check payable to the Clerk of the City of Oak Park Heights or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. 111 The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 45 days after the date and time set for the opening of bids. No bids may be withdrawn for Ia period of forty-five (45) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a deposit of$40.00. See "Information to Bidders" for plan/specification deposit refund policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. Michael Robertson, Clerk-Administrator City of Oak Park Heights, Minnesota I I 55120 I I INFORMATION TO BIDDERS 1. BID PROCEDURE: Each planholder has been furnished a specification, plan set and two extra proposals. Bids shall be submitted on the separate Proposal Form designated "BID COPY" and not in the specification book. The Proposal containing the bid shall be Isubmitted in a sealed envelope. 2. DEPOSIT AND REFUND: Plans and specifications may be obtained for the deposit 'i amount stipulated in the Advertisement for Bids. Planholders may obtain more than one set of plans and specifications for the stipulated amount, however, refunds will not be given Ifor these additional sets. Refunds of deposit will be made to all bidders, subcontractors, and suppliers who return plans and specifications, in good condition, within 15 days of the bid date provided they: 1 a) Were a prime bidder who submitted a Duna-fide bid to the Owner, or b) Submitted quotes to at least two prime bidders which are identified with the returned plans and specifications. The following planholders need not return plans and specifications to receive a refund of deposit: ' a) Low prime bidder, or 1 b) Successful low subcontractors and suppliers who notify the receptionist within 15 days of the bid. iRefunds of deposit will also be made, for one set of plans and specifications only, to those planholders who return plans and specifications at least 48 hours before the bid-letting hour. 3. INDIVIDUAL DRAWINGS AND SPECIFICATION SHEETS: Individual drawings and specifications sheets may be purchased at the rate of Five Dollars ($5.00) per sheet of drawings and Twenty-five cents ($0.25) per sheet of specifications for which no refund will ' be made. 1 1994 General I 1 I I ill Bonestroo 0�� Bidder Tower Asphalt,Inc. Total Base Bid $259,194.42 AAssodssoci lc&ates Address P.O.Box 15001 Telephone No. 436-8444 v1 Engineers&Architects St.Paul•Milwaukee City,State,Zip Lakeland,MN 55043 Fax No. 436-6515 IPROPOSAL VALLEY VIEW ESTATES-PHASE II I UTILITY AND STREET IMPROVEMENTS File No.55120 OAK PARK HEIGHTS I 1995 Opening Time: 11:00 A.M.,C.D.S.T. IOpening Date: Friday,April 7, 1995 Honorable City Council ICity of Oak Park Heights 14168 57th Street N. I Oak Park Heights,MN 55082 Dear Council Members: IThe undersigned,being familiar with your local conditions,having made the field inspections and investigations deemed necessary,having studied the plans and specifications for the work including Addenda Nos. 0 and being familiar with all factors and other conditions affecting the work and cost thereof, Ihereby proposes to furnish all labor,tools,materials,skills,equipment and all else necessary to completely construct the project in accordance with the plans and specifications on file with you and Bonestroo,Rosene, Anderlik&Associates,Inc.,2335 West Highway 36,St.Paul,MN 55113,as follows: No. Item Unit Qty. Unit Price Total Price Part 1-Sanitary Sewer 1 8"DIP,Cl.52,10'-12'deep in p1. LF 20 $17.60 $352.00 I2 8"PVC,Schedule 26,10'-12'deep in place with specified bedding LF 15 11.00 165.00 3 8"PVC,Schedule SDR 26,12'-14'deep in place with specified bedding LF 35 11.00 385.00 I4 8"PVC,Schedule SDR 26,14'-16'deep in place with specified bedding LF 130 12.10 1,573.00 I 5 8"PVC,Schedule SDR 26,16'-18'deep in place with specified bedding LF 75 13.20 990.00 I 6 8"PVC,Schedule SDR 35,0'-8'deep in place with specified bedding LF 20 11.00 220.00 I:\5512o\contract.wbl 1 I I7 8"PVC,Schedule SDR 35,8'-10'deep in place with specified bedding LF 100 11.00 1,100.00 I8 8"PVC,Schedule SDR 35,10'-12'deep in place with specified bedding LF 165 11.00 1,815.00 9 8"PVC,Schedule SDR 35,12'-14'deep I in place with specified bedding LF 65 11.00 715.00 10 Construct std.4'dia.MH,8'deep,over ex.8" IVCP sewer,w/R1642B cstg.in pl. EA 1 2,750.00 2,750.00 11 Std.4'dia.MH,8'deep,w/R1642B cstg.in pl. EA 5 1,100.00 5,500.00 I 12 4'dia.MH depth greater than 8'deep LF 25 88.00 2,200.00 13 8"x4"PVC,Schedule SDR 26,wye branch in I place with bedding EA 1 27.50 27.50 14 8"x4"PVC,Schedule SDR 35,wye branch in place with bedding EA 7 27.50 192.50 I15 Reconstruct ex.structures per specifications LF 4 110.00 440.00 16 Adjust ex.structures per specifications EA 6 330.00 1,980.00 I 17 Improved pipe fdn.mtl.,6"thick in pl. LF 600 0.01 6.00 18 1-1/4"clear rock for mud break in pl. TN 140 11.00 1,540.00 I 19 Traffic control,all phases of work incl.all signs,barricades,flagpersons,flashers&all else necessary LS 1 2,000.00 2,000.00 ITotal Part 1-Sanitary Sewer $23,951.00 Part 2-Water Main 20 6"DIP,CI.52,7-1/2'min.cover in pl. LF 820 13.20 10,824.00 I21 6"gate valve and box in place EA 1 385.00 385.00 22 5"valve hydrant in place EA 4 1,210.00 4,840.00 I 23 Valve box extension in place LF 2 16.50 33.00 24 Reconstruct ex.valve box per specifications LF 8 27.50 220.00 25 Adjust ex.valve box per specifications EA 4 55.00 220.00 1 26 WB-67 hydrant barrel extension in place LF 2 0.01 0.02 27 C.I.fittings in place LB 1,100 0.77 847.00 I28 Cut into ex.8"DIP&place 8"x6"tee complete in p1, including tee EA 1 550.00 550.00 I 29 Cut into ex.6"DIP&place 6"x6"tee complete in pl, including tee EA 2 550.00 1,100.00 30 Cut-in to ex.6"CIP EA 1 220.00 220.00 I ' I:\55120\contract.wbl 2 I I 31 Remove ex.6"CIP incl.disposal LF 270 5.50 1,485.00 32 Plug existing 6"CIP EA l 110.00 110.00 I 33 Improved pipe fnd.marl,6"thick in pl. LF 700 0.01 7.00 34 Seeding,incl.seed,mulch,fertilizer&disk anchoring AC 0.2 850.00 170.00 I Total Part 2-Water Main $21,011.02 IPart 3-Services 35 2"corporation stop tapped into ex.6"DIP, I incl.tapping saddle,complete in place per specifications EA 3 165.00 495.00 36 2"curb stop and box in place EA 3 220.00 660.00 I37 2"Type"K"copper water service in same trench with sanitary sewer service LF 220 11.00 2,420.00 I38 1"corporation stop in place EA 26 44.00 1,144.00 39 1"curb stop and box in place EA 26 66.00 1,716.00 I40 1"Type"K"copper water service in same trench with sewer service LF 1,500 5.50 8,250.00 I 41 Core drill ex.8"VCP and place 8"x 4"PVC saddle as per specifications EA 21 55.00 1,155.00 42 4"PVC,Schedule 40,sewer service in same Itrench with water service,incl.specified bedding LF 1,600 6.60 10,560.00 I 43 Improved pipe fdn.intl.,6"thick in pl. LF 1,400 0.01 14.00 44 4"PVC in-line cleanout,Schedule 40,complete I in-place,including marker EA 3 33.00 99.00 45 Insulate I"copper,4"thick,complete in p1. SF 100 2.20 220.00 Total Part 3-Services $26,733.00 Part 4-Storm Sewer I46 27"RCP,Cl.4,8'-10'deep in place LF 50 27.50 1,375.00 47 27"RCP,Cl.4,10'-12'deep in place LF 30 27.50 825.00 I48 27"RCP,Cl.4,12'-14'deep in place LF 75 27.50 2,062.50 49 18"RCP,Cl.5,8'-10'deep in place LF 20 24.20 484.00 I 50 15"RCP,C1.5,0'-8'deep in place LF 385 19.80 7,623.00 51 15"RCP,Cl.5,8'-10'deep in place LF 10 19.80 198.00 52 12"RCP,Cl.5,0'-8'deep in place LF 605 17.60 10,648.00 I ' 1:1551201contract.wb1 3 I I 53 12"RCP,Cl.5,8'-10'deep in place LF 35 17.60 616.00 54 Remove&salvage ex.18"RCP LF 160 1.10 176.00 I 55 Remove&dispose of ex.18"L.R.bends EA 4 1.10 4.40 56 Install salvaged 18"RCP LF 100 8.80 880.00 57 Std.8'dia.MH(Plate 1-10)constructed over I ex.36"RCP,w/R1642B cstg.in pl. EA 1 3,520.00 3,520.00 58 Std.6'dia.MH(Plate 1-10)constructed over Iex.36"RCP,w/R1642B cstg.in pl. EA 1 2,090.00 2,090.00 59 Std.6'dia.MH(Plate 1-10) with R1642B cstg. in place EA 1 1,760.00 1,760.00 60 Std.5'dia.MH(Plate 1-10)constructed over I ex.36"RCP,w/R1642B casting in pl. EA I 1,540.00 1,540.00 61 Std.5'dia.MH(Plate 1-10)constructed over ex. 18"RCP,with R1642B cstg.in place EA 1 1,540.00 1,540.00 1 62 Std.4'dia.MH(Plate 1-10)w/R1642B cstg. in place EA 2 880.00 1,760.00 I63 Std.4'dia.CBMH(Plate 1-16),constructed over ex.18"RCP w/R3067V cstg.in pl. EA 1 1,100.00 1,100.00 I 64 Std.4'dia.CBMH(Plate 1-16)w/R3067V casting in place EA 4 1,045.00 4,180.00 65 Std.4'dia CBMH(Plate 1-16)w/R3290A Icasting in place EA 1 1,045.00 1,045.00 66 Precast high capacity CB(Plate 1-32)w/R1737 Icasting in place EA 1 1,210.00 1,210.00 67 Precast high capacity CB(Plate 1-32A) Iw/R1737 casting in place EA 1 1,210.00 1,210.00 68 2'x3'precast CB(Plate 1-19)with R3067V casting in place EA 7 715.00 5,005.00 69 Manhole depth,8'dia.greater than 8' LF 2 330.00 660.00 70 Manhole depth,6'dia.greater than 8' LF 8 220.00 1,760.00 I71 Manhole depth,5'dia.greater than 8' LF 9 165.00 1,485.00 72 Manhole depth,4'dia.greater than 8' LF 2 110.00 220.00 I73 Patch hole in ex.36"RCP from removed 18" RCP,complete per specs. LS 1' 110.00 110.00 I 74 Remove ex.surmountable conc.curb&replace w/B618 conc.curb&gutter at SS-14A LF 30 22.00 660.00 I 75 Reconstruct ex.structure per specificatons LF 13 110.00 1,430.00 I 1:t55120tcontract.wb1 4 I I 76 Adjust ex.structure per specifications EA 2 275.00 550.00 77 Remove&salvage beehive cstg.from ex. structure SS-9 EA 1 27.50 27.50 I 78 Furnish&install new R1642B cstgs.for ex. structures SS-8&SS-9 EA 2 176.00 352.00 I 79 Improved pipe fnd.mtl.,6"thick in pl. LF 1,200 0.01 12.00 80 Remove&replace ex.silt fence LF 200 2.00 400.00 I81 Erosion control system in place per Standard Plate SP-64 LF 250 3.00 750.00 I 82 Erosion control system in place per Standard Plate SP-89 LF 200 2.00 400.00 83 Erosion control system for CB protection per IStandard Plate SP-104 in pl. EA 13 25.00 325.00 84 Erosion control system for high capacity CB Iprotection per specifications in place EA 2 40.00 80.00 85 Seeding,incl.seed,mulch,fertilizer,&disk Ianchoring AC 0.15 850.00 127.50 86 Emergency overflow swale grading&sod I restoration as per specifications SY 550 3.00 1,650.00 Total Part 4-Storm Sewer $61,850.90 IPart 5-Street Improvements 87 Remove bituminous surfacing SY 2,675. 1.00 2,675.00 I88 Saw cut ex.bituminous surface LF 140 2.00 280.00 89 Remove ex.conc.curb&gutter LF 730 1.50 1,095.00 Il90 Remove ex.set of double barricades EA 1 100.00 100.00 ill 91 Relocate existing street light EA 1 1,000.00 1,000.00 92 Subgrade preparation-new streets SY 1,400 0.75 1,050.00 I93 Subgrade prep:reconst.area,incl.salv.& respreading ex.Cl.5&grading,per spec. SY 2,350 2.50 5,875.00 I 94 Core excavation 36'wide LF 1,850 0.01 18.50 95 Aggregate backfill in place TN 5,600 4.00 22,400.00 I96 Class 5 gravel base in place TN 3,800 6.00 22,800.00 97 4"PPVC,SDR 26 drain line in p1. LF 200 8.00 1,600.00 I 98 Cut-in 4"PPVC to structure EA 4 780100.00 400.00 99 Bit.base course mix.,Type 31,in pl.,1995 TN 23.00 17,940.00 100 Bit.wear course,Type 41,in pl.,1996 TN 750 25.00 18,750.00 1 ' I:\6512O contract.wb1 5 I 1 101 Bit.material for tack coat in pl. GL 430 1.00 430.00 102 Surmountable conc.curb&gutter in pl. LF 3,830 4.50 17,235.00 103 B618 conc.curb&gutter in pl. 250 6.50 1,625.00 104 Bituminous curbing,machine laid LF LF 130 3.00 390.00 105 Remove&replace conc.curb&gutter,1996 LF 120 15.00 1,800.00 1 106 Furnish&install sign panels,Type C, high intensity grade SF 6.25 20.00 125.00 107 Blvd.grading per Spec.Prov.No.16 HR 25 60.00 1,500.00 108 Sodding with 4"topsoil SY 400 2.50 1,000.00 I 109 Seeding of blvds.incl.mulch&disk anch. 1.51 1,000.00 1,500.00 110 Preparation of bit.base as specified AC LS 1 3,760.00 3,760.00 I 111 Bobcat with operator 15 10.00 150.00 112 Pickup broom with operator HR HR 15 10.00 150.00 $125,648.50 Total Part 5-Street Improvements I Total Part 1-Sanitary Sewer 23,95 L00 21,011.02 I Total Part 2-Water Main 26,733.00 Total Pan 3-Services 61,850.90 I Total Part 4-Storm Sewer 125,648.50 Total Part 5-Street Improvements $259,194.42125 Total Base Bid I . I I I I I I 6I I1:\55120\contract.wbl 1 The final amount of the contract shall be determined by multiplying the final measured I quantities of the various items actually constructed and installed by the unit prices therefore,in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the 1 unit prices bid therefore. Accompanying this bid is a bidder's bond,certified check,or cash deposit in the amount of 1 five percent(5%)of amount bid , which is at least five percent(5%) of the amount of my/our bid made payable to the Owner, and the same is subject to forfeiture in the I event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen(15) days after its submittal to me/us. IIn submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to Ithe best interests of the Owner. In submitting this bid,it is understood that payment will be by cash or check. IIt is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner Ifor a period not to exceed 45 days after the date set for the opening of bids. I Respectfully submitted, (A Corporation) Tower Asphalt, Inc. (An Individual) IName (A Partnership) M. J. Leuer ISigner I Vice President Title I M. J. Leuer Printed Name of Signer I I I I I:'551201contract.wb1 7 1 SPECIAL.PROVISIONS M I 1. Project Description 2. Owner 3. Completion Date I4. Liquidated Damages 5. Soil Conditions and Area Inspection I6. Utilities 7, Existing Improvements 8. Adjustment of Existing Structures 9. Backfilling I 10. Traffic 11. Specification Reference 12. Care of Existing Streets 13. Inspection 14. Use of City Water System 15. Interruptions to Existing Water Services 16. Tests 17. Scale 18. Bitumen 19. Erosion Control I20. Topsoil Stripping and Respreading 21. Reconstruction of Existing Street 22. Private Driveways 23. Boulevard Grading Swale 24. Emergency Overflow Drainage 25. Removal and Replacement of Concrete Curb and Gutter 26. Preparation of Bituminous Base I27. Washington County Permit 28. Preconstruction Conference 29. Equal Opportunity Compliance 30. Out-Of-State Contractor Surety Statsit tes 290.92&290.97 31. Certificate of Compliance with 1 55120 •1995 Bonestroo,Rosette, Anderliic&Associates,Inc. I SPECIAL PROVISIONS 1. PROJECT DESCRIPTION: This project consists of the extension of sanitarysewer, water services and storm sewer to serve a new mixed-density residential developmt in the City of Oak I Park Heights, known as Valley View Estates Phase Two. This development is located east of Osgood Avenue(Washington County Road No. 67), between the existing Raymie Johnson Estates and Brekke Heights developments. Sheets Nos. 1 and 2 of the construction plans show the overall location of the proposed development within the City, and the specific area to be constructed under this project. This phase of development consists of eight single family homes, eighteen twin homes, and 24 townhome units in three individual buildings. Each single family and twin home will be provided with a separate sanitary sewer and water service, while one service will be provided to each of the three townhome buildings. This project also includes street construction within the development. Included in the construction of the new streets will be core excavation, placement of aggregate base material, installation of concrete curb and gutter, bituminous paving, and associated restoration. In addition to new street construction, this project includes reconstruction of approximately 670 lineal feet of existing residential street. This work will include removal of bituminous surfacing and concrete curb and gutter, salvaging and respreading of existing gravel base material, minor street grading and subgrade ' preparation, relocation of one existing street light, installation of concrete curb and gutter, bituminous paving and associated restoration. 2. OWNER: The City of Oak Park Heights is designated as the Owner. All work is on public roadways or easements and shall be coordinated with the Engineer and the City ce Supervisor,Mr. Roger G.Benson. The City Hall and Garage Building telephone number its 4394439 ' with regular office hours from 8:00 AM. to 4:30 P.M. At least 24 hours notice must be given to the Water Department for requesting valve operation. Only the City Water Department personnel shall operate any valves in the existing water system. The Contractor shall not be allowed to take water for construction testing purposes from any source ' outside of the new project being installed. Furthermore, the Contractor's attention is directed to Special Provision Item No. 14 regarding regulations and restrictions relating to the City water system. 3. COMPLETION DATE: This subdivision has been graded by the Developer's Contractor as part of their agreement with the City of Oak Park Heights. With this work completed it is expected that the site will be available for utility installation immediately. Questions related to this site should be directed to the developer's representative, Mr. Jack Krongard, at telephone number 430-2314. I I 55120 1995 Boneatroo,Rosene, Anderlik&Associates,Inc. SP-1 1 The Contractor will be required to begin work as soon as possible following the scheduled Award of Contract on Monday, April 10, 1995. For purposes of setting completion dates, it is assumed that work will begin on Monday, April 17, 1995. Based on this start date, the Contractor shall complete 1 the various portions of the project according to the following schedule of completion dates: • Item Completion Date I Utilities complete, tested& accepted Friday,May 12, 1995 Concrete curbing, bituminous base course, clean-up and all restoration complete Friday, June 9, 1995 Final wear course placement Between July 1, 1996 and August 15, 1996 1 If the site is not available on the specified start date of April 17, 1995, the above completion dates will be extended by one calendar day for each calendar day that the site remains unavailable due to circumstances beyond the control of the Contractor. No other extension of the specified completion dates will be considered or allowed. 4. LIQUIDATED DAMAGES: Liquidated damages as specified ed in the Conditions of the Contract 1 shall be Two Hundred Dollars ($200.00)per calendar day for each specified completion date. 1 5. SOIL CONDITIONS AND AREA INSPECTION: All prospective bidders are advised to inspect the entire project area prior to submitting a bid to satisfy, in their own minds, the existing soil and groundwater conditions. The soil conditions are generally of a silty granular nature. It shall be the ' sole responsibility of the Contractor to determine soil and groundwater conditions prior to submitting a bid. 6. UTILITIES: All City-owned utilities which include sanitary sewer, water main, and storm sewers are shown on the plans. Sanitary sewers and water mains are located along 57th Street North, 58th I Street North, and Ozark Avenue. Storm sewers are located along Ozark Avenue, and on an easement near the south border of the property and along the south side of proposed Upper 56th Street North. submittinga bid andprior to anyexcavation in the area of this project, the Contractor shall I Prior to verify the exact location and depth of any telephone, gas, cable TV, or electric line with the appropriate company. Locations and information can be obtained by calling the following: I Specific Site Information Enron Corp. (Northern Natural Gas) John Nelson 1-674-4488 1 N.S.P. Electric Jim Swanson 779-3143 I N.S.P. Gas Dave Stillman 229-2589 U.S. West Telephone Tim Lange 221-5359 King Video Cable TV Pat Wagner 458-1866 City of Oak Park Heights Public Works Roger Benson 439-4439 I 55120 ®1995 Bonestroo,Rosene, IAnderlik&Associates,Inc. SP-2 1 Utility Locations Gopher State One Call 454-0002 ' The Contractor must exercise care and caution when working near all utility lines either buried or above ground. All costs for relocation and support of all utilities shall be the responsibility of the Contractor,with the exception of the existing street light which will be relocated as part of the street reconstruction. This will be paid under a separate bid item as described in Special Provision No. 21. ' 7. EXISTING IMPROVEMENTS: The Contractor shall use care in making connection to existing utilities. The Contractor shall protect the existing sanitary sewer by temporarily plugging the upstream invert of MH-1. The Contractor shall be responsible for taking all necessary precautions ' to prevent damage to existing utility lines. Upon completion and acceptance of the project, the Contractor shall be responsible for removing the plug. 8. ADJUSTMENT OF EXISTING STRUCTURES: As can be seen on the plan, there are existing sanitary sewer, water main, and storm sewer utilities located at various locations throughout the project site. The structures associated with the existing utilities will be affected by the development of this site, requiring adjustments in order to match the new grades. These adjustments shall be performed as described below. ' A. Sanitary and Storm Sewer: A schedule has been included on sheet number 2 of the construction plans which identifies the sanitary and storm sewer manholes affected by the ' project,along with the amount of adjustment to be made. All structures will be inspected with the Engineer prior to the start of construction to determine the materials necessary to make the required adjustments. r It is anticipated that adjustments of less than one-half foot will be able to be made through It p � addition or removal of concrete adjusting rings only. Adjustments greater than this will ' most likely require the addition or removal of manhole barrel sections. In this case, the Contractor shall follow all requirements given throughout these Specifications regarding materials, excavation, construction, backfilling, compaction and all else necessary to r perform the work. All manhole sections added to existing structures shall be precast, regardless of whether the existing structure is precast or not. Structures shall be adjusted to either finish boulevard grade or bituminous base elevation, whichever is appropriate for the location of the structure. 1 1 1 55120 ®1995 Bonestroo,Rosene, Anderlik&Associates,Inc. SP-3 Measurement and payment of this work shall be as described herein. Adjustments made solely through the addition or removal of concrete adjusting rings shall be paid for by the unit of each, regardless of the number of rings used to make the adjustment. Adjustments ' requiring the addition or removal of barrel sections shall be considered reconstruction of the existing structure. Payment for reconstruction shall be based on the lineal feet of sections actually added to or removed from the structure. For example, if a structure required the removal of an existing two foot section and the addition of a new one foot section, for a net adjustment of lowering one foot, payment would be made for three lineal feet of reconstruction. Final adjustment of a reconstructed structure through the use of 111 adjusting rings and existing casting shall be considered incidental to the reconstruction of the structure. In the case of existing SS-8 and SS-9, the contractor shall be required to furnish and install new castings. The supplying of those new castings shall be paid for under a separate bid item, but their installation and adjustment will be considered incidental to the manhole reconstruction. Items have been included in the Proposal under both the sanitary and storm sewer portions for both the adjustments and reconstructions. Payment of these items at the bid unit prices shall be considered payment in full for the materials, labor, equipment and all else necessary to satisfactorily complete the work. Again, no payment for adjustment will be made for those structures where payment for reconstruction is made. Finally, it should be noted that the adjustment of new structures installed under this project is considered incidental to the installation of the structure. B. Water Main: There are several existing valve boxes which will be affected by this project. ' It is assumed that the majority of these adjustments may be made by turning of the top section of the existing valve box. However, in cases of large adjustment, it may be necessary to add an extension section to the valve box. Measurement and payment for the valve box adjustments shall be similar to those for the manholes described above. Adjustments made solely through the turning of the existing top section shall be paid for by the unit of each, regardless of the amount of adjustment performed. Adjustments requiring the addition of extension sections shall be considered reconstruction of the existing valve box. Payment for reconstruction shall be based on the lineal feet of sections actually added to valve box. Final adjustment of a reconstructed valve box shall be considered incidental to the reconstruction. Items have been included in the Proposal under the water main portion for both adjustments and reconstructions. Payment of these items at the bid unit prices shall be considered payment in full for the materials, labor, equipment and all else necessary to satisfactorily complete the work. Again, no payment for adjustment will be made for those valve boxes where payment for reconstruction is made. I Finally, it should be noted that the adjustment of new valve boxes installed under this project is considered incidental to the installation of the valve. 9. BACKFILLING: The Contractor's attention is specifically directed to the backfilling requirements which require mechanical compaction to specific densities on all trenches. , 55120 1995 Bonestroo,Rosene, Anderlik&Associates,Inc. SP-4 10. TRAFFIC: The Contractor shall be responsible for all traffic control and shall have sufficient and adequate direction and warning signs on the project at all times to minimize inconvenience to all. ' Access must be provided to construction vehicles for buildings which may be under construction during this project. Traffic control devices and methods shall conform to the requirements of the latest editions of the Minnesota Manual on Uniform Traffic Control Devices and the March, 1990 edition of the Appendix B for traffic control for short term street or highway work zones. During all phases of construction, the Contractor shall establish and maintain barricades on 58th Street North east of the high rise apartment building, and on Osman Avenue, south of 58th Street North indicating "Utility Work Ahead". During utility installation on 57th Street North the Contractor shall maintain at least one open lane of traffic at all times to accommodate existing residents of the Sunview Addition. At the time when the street connection is made between Upper 56th Street North and Osgood Avenue (County Road No. 67), the Contractor shall establish and maintain one 48" x 48" "Road Work Ahead" sign for both north and south bound traffic along Osgood Avenue. The signs shall be placed a minimum of 500 feet from the center line of Upper 56th Street North. Under no circumstances shall the Contractor be allowed to have any construction equipment on the surface of Osgood Avenue during the course of this project. Further, the Contractor shall comply with any and ' all traffic control requirements stated by Washington County as conditions to their permit for construction activity within the County right-of-way, with no additional compensation considered or allowed therefor. ' All flagmen, barricades, flashers, and safetymeasures are the sole responsibility of the Contractor. g P tY Flashers shall be required from sunset to sunrise if required by the construction work or as directed Iby the Consulting Engineer and all barricades shall have a minimum of one flasher per barricade. All costs related to traffic control and warning shall be included in the Lump Sum bid item under Part 1 - ISanitary Sewer, however, it shall be for all aspects of the project. 11. SPECIFICATION REFERENCE: Where reference is made to the Minnesota Department of Highways Specification and where reference to the word"Department" is mentioned, it is understood that the word "Owner" is substituted. ' All reference to the word "Engineer" shall be interpreted as the Consulting Engineer for the City of Oak Park Heights. Minnesota Department of Transportation "Standard Specification for Construction", 1988 Edition and supplement specifications to the 1988 "standard specifications for construction" dated January 2, 1991, May 2, 1994, and any revisions thereto shall apply except as noted herein. I12. CARE OF EXISTING STREETS: The Contractor shall be responsible for any damage done at any surface adjacent to the project. The Contractor shall provide a straight, square butt joint where pavement repairs meet existing surfacing throughout the project. In addition, the Contractor's attention is directed to Special Provision No. 21, which deals with the reconstruction of an existing street to be performed as part of this project. I 55120 1995 Bonesttoo,Rosene, Anderlik&Associates,Inc. SP-5 I 13. INSPECTION: Upon completion of the sanitary sewer system and prior to putting the system into service, the City of Oak Park Heights shall perform a television inspection of all lines installed under this contract. This work shall be performed by an independent Contractor under the direction ' . of the Engineer and with the cooperation of the installing Contractor. All lines prior to inspection shall be flooded with water, however this water shall be pumped out of the system and shall not be allowed to enter the existing system. Any defects, faulty joints, cracked pipe or other deficiency noted by this inspection shall be immediately corrected by the installing Contractor with no additional compensation allowed. The method and/or procedure of any required repairs shall be approved by the Engineer prior to any work being performed. The installing Contractor shall provide personnel to assist with providing access to all manholes and lines at the time of inspection. It shall also be the responsibility of the Contractor to have the newly installed sanitary sewer system in a clean and ready condition prior to inspection. If during inspection any lines are found to be dirty, all such lines shall be immediately cleaned by a firm that specializes in pipe cleaning with all associated costs to be deducted from the Contractor's Final Request for Payment. I 14. USE OF CITY WATER SYSTEM: Regulations of the Minnesota Department of Health and as adopted by the City of Oak Park Heights, prohibits the indiscriminate use of all City water hydrants I by persons other than City forces. During construction and testing of newly installed mains under this contract, the Contractor shall i strictly follow the disinfection procedures outlined in the water main specific and general requirements. No direct connection will be allowed from the hydrant to the tank truck or watering vehicle. The Contractor must provide a backflow preventer or fill pipe air gap equal to 1-1/2 times the diameter of the fill pipe or hose. All containers and testing equipment shall be clean and thoroughly disinfected to eliminate the possibility of contamination of the system. After the newly installed mains are satisfactorily tested and flushed, the Contractor shall not use any water hydrant for a source of water. 15. INTERRUPTIONS TO EXISTING WATER SERVICES: There are three connections to the existing water main system made as part of this project which will require valved segments of the system to be shut down. As a result, the water service to existing residences will be interrupted for short periods of time. These instances are as follows: • 1. The cut-in of the 6"x 6" tee at the intersection of 57th Street and Osman Avenue will interrupt service to two townhome buildings within the Sunview Addition. 2. The cut-in of the 6"x 6" tee for the new hydrant at approximately Station 5+50 on57th Street will interrupt service to one townhome building in Sunview Addition. 1 55120 1995 Bonestroo,Rosene, Anderlik&Associates,Inc. SP-6 ' 3. The cut-in of the 8"x 6" tee for the new hydrant at approximately Station 11+75 on 57th Street will interrupt service to all twelve units within Raymie Johnson Estates. However, ' service to the high rise apartment building will not be interrupted. It should be noted that no residence will have its service interrupted more than one time, and the abandonment of the existing water main in Outlot C will not interrupt service to any residence. Only personnel of the City Water Department shall operate valves on the existing system. It is important that the time for which service to the affected residences is eliminated be kept to a p P minimum. Therefore,the Contractor shall restore service as soon as possible. At the Osman Avenue location, once the existing main has been shut down, the Contractor shall cut-in the new tee, place the new gate valve and one full length of pipe, then immediately close the new valve, allowing the water to be turned back on in the existing line. At each of the hydrant locations, once the existing main has been turned og the Contractor shall cut-in the new tee and perform all work associated with the hydrant installation. Since the new hydrants and leads will not be able to be subjected to the standard pressure and conductivity testing, they shall not be backfilled until they have been visually inspected and approved by the Engineer. Upon backfilling of the hydrant, the existing main shall be turned back on and the Contractor shall iitiediately flush the new hydrant and lead to eliminate the possibility of contamination to the existing system. Under no circumstances shall more than one segment of water main be turned off simultaneously. ' Once a segment has been shut down, all work associated with that connection must be completed and the existing main turned back on before the next segment may be shut down. It shall be the responsibility of the Contractor to schedule the water main shut downs with the City Water Department. At least 24 hour notice must be given when requesting valve operation. In addition,the Contractor shall be responsible to provide written notification of the service interruption to all affected residences a minimum of 24 hours prior to the interruption. 16. TESTS: All tests required in the specifications shall be paid for by the Owner. This does not eliminate the Contractor's responsibility of assisting the Engineer by notification of pit and scale location and other correlated items in advance of starting work. If any of the tests fail to meet specifications,the Contractor shall reimburse the Owner for the cost of all subsequent tests to ensure compliance with specifications. The Contractor shall meet with the Engineer and the Owner prior to starting work to discuss the method and means of supply, the scheduling of construction operations and a general review of the specifications. 17. SCALE: The Contractor shall provide the necessary scale and scale person for weighing the items furnished on a ton basis under these specifications. The scale setup is subject to the approval of the Engineer. The necessary weights used in testing the scale shall be provided by the Contractor. 55120 ®1995 Bonestroo,Rosene, Anderlik&Associates,Inc. SP-7 1 All material furnished to this project on a ton basis shall have an assigned weight ticket with th gn g e following information on each weight ticket. 1. Date 2. Ticket number 3. Supplier/pit location I 4. City and project name 5. Truck number 6. Type of material 7. Gross, tare and net weights Copies of all weight tickets must be given to the Project Inspector on a daily basis. 18. BITUMEN: Tables for payment of all bitumen shall be the standard 60°F. A.S.T.M., Tables D1250 and D633. 19. EROSION CONTROL: As required by the Minnesota Pollution Control Agency, a General Storm Water Permit for Construction Activity is required for any project which disturbs a total land area of greater than five acres. In accordance with JIM requirement, the Owner will supply a completed application form for said Permit to the Contractor. By signing and returning the application to the Owner,the Contractor agrees to comply with all provisions outlined in the Permit. No construction activity will be allowed on the project until the Permit has been obtained. Additional information regarding the Permit is given in Section 2573.3 of these Specifications. 1 The Contractor should be aware that erosion control is an important part of this project and is to be maintained throughout the duration of all phases of work. It is anticipated that the developer and/or their Contractor will establish some site grading erosion control measures, however, this contract requires the Contractor to establish and maintain certain erosion control devices as shown on Plan Sheet No. 3 and described below: 1. Standard Detail Plate SP-64 (Hay Bale Diversion). Will be located along areas determined during the course of construction and shall be installed as directed by the Engineer. The Contractor shall maintain a stockpile of hay bales on site to install on short notice as needed. Payment will be made on a lineal foot basis for installed diversions, as specified. 2. Standard Detail Plate SP-89 (Silt Fence). Will be located along areas determined during the course of construction. Installation shall be as directed by the Engineer. 1 55120 °1995 Bonestroo,Rosene, Anderlik&Associates,Inc. SP-8 3. Standard Detail Plate SP-104(Protection of Basins). 4 • bid item for placing hay bales around inlet basins is included in the Proposal form. The basins with Neenah R3067 castings shall have bales placed around the inlet as per Plan A. The high capacity catch basins shall be protected by a piece of staked slit fence placed across the inlet opening. Staked hay bales shall also be placed, extending from flush with the sides of the structure across the front of the structure, leaving a 12 inch minimum spacing between the silt fence and bales. Payment is to be for each basin location where erosion control is placed and shall include materials, labor, and all else necessary for proper placement. Failure to install, repair, or maintain an erosion control measure within 24 hours of written instruction to perform the work shall result in the assessment of Liquidated Damages at the rate of One Hundred Dollars($100.00) per calendar day that the work is incomplete as observed by the Engineer. 20. TOPSOIL STRIPPING AND RESPREADING: This Special Provision item is intended to apply to all areas disturbed by utility construction under this project. It is assumed that the developer will have spread topsoil throughout the site. Iii order to salvage this material, the Contractor must strip and stockpile existing topsoil from all excavation and spoil areas prior to any work and then respread the topsoil after the utility work has been completed. All costs for this work shall be considered incidental to the contract. 21. RECONSTRUCTION OF EXISTING STREET: Sheet No. 9 of the construction plans shows the reconstruction of a segment of Osman Avenue North and 57th Street North. The reconstruction includes removal of existing bituminous surfacing and existing curbing, salvaging of existing gravel base material, minor excavation,regrading, shaping and compaction of the subgrade, replacement of the gravel base, construction of new curbing, placement of new surfacing, and restoration of boulevards. Reconstruction shall begin with the removal of the existing bituminous surfacing. The Contractor r shall remove the surfacing and haul it off site for proper disposal at an appropriate facility. Alternately,if they so choose,the Contractor may remove the existing surfacing through reclaiming. If this option is chosen, the existing surface shall be thoroughly combined with the existing gravel base for re-use in the reconstruction, with the resultant mixture having a gradation which meets the requirements of Section 2211 of this Specification for Class 5 gravel base. Whichever method for removal is chosen by the Contractor, payment shall be made at the bid unit price stated in the Proposal based on the square yards of bituminous surfacing actually removed. Payment at this price shall be considered payment in full for all work associated with the removal, and disposal if necessary, of the surfacing, with no further compensation considered or allowed. Removal of existing bituminous curbing shall be considered incidental to removal of the bituminous surfacing. I I 55120 1995 Bonestroo,Rosene, Anderlik&Associates,Inc. SP-9 The entire south concrete curb line of existing 57th Street shall be removed and disposed of properly prior to the start of construction. As indicated on the Plan, the north concrete curb line of 57th Street shall remain in place. However, this curb shall be inspected by the Engineer prior to the start of the project, and any segments deemed in poor condition shall be removed and replaced under this project. Timing of the replacement of these sections would be following the placement of the gravel base material and immediately prior to the paving of the new bituminous surface. Payment for removal of the south concrete curb line shall be made at the bid unit price stated in the Proposal based on the lineal feet of curbing actually removed. Removal and replacement of concrete curb segments along the north curb line shall be paid under the bid item for removal and replacement of concrete curb and . gutter and shall be considered payment in full for all work associated with the item. Once the existing surfacing and curb has been removed,the existing gravel base shall be salvaged and I stockpiled for re-use in the street section. Care must be taken so that the material does not become contaminated or segregated during the interval between when it is stockpiled and when it is replaced. The subgrade of the street must then be prepared prior to replacement of the gravel base material. The profile of the reconstructed street has been chosen to coincide closely with the existing profile, I however there are locations where the new street will be lower than the existing street, requiring minor excavation. The largest amount of lowering is approximately 0.35 feet. In addition, the alignment of the street must be graded as shown on the Plan. This will require excavation to enlarge , the radii as shown. The cross section of the roadbed shall be graded, shaped, and compacted to the design width and crown indicated on the plan and typical section for the length of the reconstructed street. The salvaged Class 5 gravel base material shall then be replaced and supplemented with new material if necessary to achieve the full design thickness. • Compensation for the preparation of the subgrade for the reconstructed segment of street shall be as follows. The basis of measurement shall be the square yards of roadway subgrade actually prepared, from the beginning of construction to the end of the existing paved roadway prior to reconstruction. Payment at the bid unit price as stated in the Proposal shall include stripping, stockpiling and final respreading of the existing gravel base material. The bid unit price shall also include all work associated with the regrading of the subgrade, include minor excavation, widening of the radii, reshaping of the crown, compaction, and all else necessary to properly prepare the subgrade to receive the gravel base. It is not anticipated that any subgrade correction will be required on the reconstructed street. However, should it be discovered that correction is required, the core excavation and subsequent placement of aggregate backfill material would be performed and compensated with the requirements of Section 2116 - Subgrade Correction of this specification. Finally, once all other new streets to be constructed as part of this project have also been constructed to gravel base condition, concrete curbing and bituminous paving shall be performed on the entire • project as a whole, integrating the reconstructed street with the new streets. Installation of concrete I curbing, with the exception of removal and replacement items, and placement of bituminous surfacing shall be performed and compensated as specified in sections 2331 and 2531 of these Specifications. The curbing and paving operations shall be considered equal to those performed on the new street construction. 55120 ©1995 Bonestroo,Rosene, Anderlik&Associates,Inc. SP-l0 I The segment of reconstructed Osman Avenue from begin construction to the beginning of concrete 11/ curb and gutter shall be improved with bituminous curbing. Theon Standard Deuminous curb tail be ate 46" �h. mac 'ne laid curbing, in accordance with Type "A" curbing shown Payment for construction of the bituminous curb shall be Made at the bid unit price stated in the Proposal based on the lineal feet of curbing actually placed, and shall be considered payment in full llfor all work necessary for satisfactory placement of the curb. The enlargement of the radius on the reconstructed street will require the relocation of the existing street light at that location. The Contractor shall be responsible for all coordination with a done appropriate utility companies and for the removal and reinstallation of the light. Any g to the light during the relocation shall be repaired r replacsed by tdhen Contractor the oporal with the no compensation allowed therefor. Payment at the bid unitprice relocation of the street light shall be considered payment in full for all work associated with the relocation, with no additional compensation allowed. shall be re uired to remove one set of two`double wtiod As part of the reconstruction,the Contractorq • be barricades located at the west'end of existing 57th Street. Thebarricades ac eshall d ain the disposadfof 1j p rd peri at a location off the project site. Payment at the bid Unit price the removal of the barricades shall be considered payment in full for all work associated with the 111 removal, with no additional compensation allowed. 22. PRIVATE DRIVEWAYS: There are three existing driveways which serve existing townhome buildings in the Sunview Addition which will be affected by the reconstruction of 57th Street North. These driveways are shown on Sheet No. 9 of the plans. Since the north curb line of 57th Street is to remain in place during the reconstruction, it is not anticipated that the existing surfaces of the driveways will be disturbed. Access to these driveways must bmaintained tto in ure that that all is s during construction. It shall be the sole responsibility of the Contractor condition is met. Any and all efforts expended to accomplish this requirement shall be considered incidental to the project. 23. BOULEVARD GRADING: The Contractor is required to initially backfill the concrete curb and gutter at the time it has cured. The initial backfilling of the curbs should leave the boulevards within a tolerance of 0.3' plus or minus of finish grade prior to installation of private underground utilities. 111 This work is considered incidental to the installation of the curb and gutter. Following installation of underground utilities by Northern States Power,U.S. West Communications i and/or other private utility Contractors, the Contractor shall be required to regrade the entire boulevard area to the right-of-way,including the respreading of topsoil. The extent of the final work and the hours of work shall be reviewed with the Engineer prior to any grading being done. It is II intended that this work be done with one small dozer. Payment for this final boulevard grading shall be made under the bid item included in the Proposal. I I 55120 ®1995 Bonesttoo,Rosene, SP-11 IAnderlik&Associates,Inc. I 24. EMERGENCY OVERFLOW DRAINAGE WALES: An emergency overflow drai is required at the low point of 57th Street North, as shown on P nage swale swale is to be finish graded and sodded as part of this contract. It is important thathe swaleheoverflow be constructed to the width and elevation designed in order for it to function properly. The Contractor shall grade the swale as staked and directed. Upon approval of the grading the Contractor shall place topsoil, sodding and maintain the sodding in accordance with Section 2575. Payment at the bid unit price per square yard for overflow swale grading and restoration shall be full compensation for all materials necessary to complete the work. and labor 25. REMOVAL AND REPLACEMENT OF CONCRETE CURB I that sections of concrete curb and gutter will be damaged from utility� and home building activity t is anticipated during the period between placement of the bituminous base and wear courses. Prior to placement 1 of the bituminous wear course surfacing in 1996, damaged sections of concrete curb and gutter will be removed and replaced as directed by the Engineer. Bituminous street patching and boulevard restoration work related to curb removal and replacement shall be considered incidental to that item. • Payment for this work shall be at the bid unit price as stated in the Proposal based on the lineal of curbing actually removed and replaced, and shall include all labor, materials and equipment necessary to complete the work. As noted in Special Provision No. 21, the bid unit item for removal and replacement of concrete curb and gutter is also intended to be used for replacing the damaged section of the north curb line of 57th Street North prior to bituminous base paving. 26. PREPARATION OF BITUMINOUS BASE: As described elsewhere in the Specific Contractor is required to complete the bituminous basegp axions, the cncrete curb and gu year. During the interim period between the time the b t miinou base is placed and the final r this wear course is placed, it is anticipated that the base course surfacing will become dirty from adjacent homeI building activity. Because of this situation, it is very likely that the Contractor will be required to spend considerable time and effort to satisfactorily clean the street surfacing area, includingthe and gutter. It is expected that the Contractor shall utilize a bobcat loader and power pick-up broom to clean the streets. A bid item is included in the Proposal for preparing the bituminous base which shall include the final adjustment of all valve boxes and manholes, both existing and new. Separate bid items are incl I uded for performing street cleaning utilizing a bobcat loader and pick-up power broom. The Contractor will be compensated for this work by the hourly rates stated in the Proposal for actual time spent cleaning. The Contractor is required to have such equipment on during the entire paving process to clean the streets as deemed necessary by the Engineer. hand 27. WASHINGTON COUNTY PERMIT: Osgood Avenue (County Road No. 67) is un er the jurisdiction of the Washington County Highway Department. A permit application for the lateral street connection of Upper 56th Street North to the County Road has been forwarded to the County. The City has paid the fee for the permit application, however the Contractor shally comply with all regulations and requirements put forth bythe County. beto responsibleepr to t should be directed to Mr. Joe Lux at Telephone Number 439-6058. I Questions related to the permit I 55120 ®1995 Bonestroo,Rosene, Anderlik&Associates,Inc. SP-12 I I 28 work, • TRUCTION CONFERENCE: Prior to starting k,the Contractor shall meet with the Consulting Engineer and Owner to discuss the method and means ofsuply, a work schedule as to construction phases, and a general review of the plans andspecifications. The Cityof Oak Park Heights is an Equal 29. E UAL OPPORTUNITY COMPLIANCE to follow Opportunity and Affirmative Action employer. The Contractor o hehe City t is required q duty iced for Equal Pp applicable federal, state and City laws as they apply and conform to Opportunity and Affirmative Action employment. lt is the Cotractor's Action requnrements. Failtol comply with ty to insure compliance with Equal Opportunity and Affirmative a licable Equal Opportunity and Affirmative Action employment requirements may lead to pp Contractor sanctions. 30. OUT-OF-STATE CONTRACTOR SURETY DEPOSIT: When an out-of-state Contractor enters into a contract that exceeds $100,000.00, theiContractor ie Minnesota Deparimentust file Form D-E,of Revenue. If n from Surety Deposits for Out-of-State Contractors, wthe iii the Contractor is exempt from the surety deposit requirements,If the Contractorrovide not Cityexewith te City a copy of the form showing the Revenue Department certification will withhold an additional eight (8) percent of each payment maderiinformation can be obtained by to the Contractor and forward those funds to the Minnesota Department of Revenue. Forms itcalling(612) 296-6181 or(toll free) 1-800-657-3777. COMPLIANCE WITH 31. CERTIFICATE OF COMrLI MINNESOTA STATUTES 290.92 & 290.97:the Contractor and all Subcontractors Upon completion of the project and prior to final payment, Affidavit for shall complete Minnesota Department of Revenue Revised ��esot 34.and anyf of its Political or Obtaining Final Settlement of Contract with the State of Governmental Subdivisions, is to be signed by a obtained DepartmenteVwriting reto the Minnesota sentative and forwarded to the City of Woodbury. Copies of this form can be oSt. Paul,Minnesota 55145 or by Department of Revenue,Forms Section, Centennial Office Building, 1 calling(612) 297-3737. i I si 111 End of Section I I I55120 ®1995 Bonestroo,Rosene, $P-13 Anderlik&Associates,Inc. I i1700. ADJUST MISCELLANEOUS STRUCTURES Specific Requirements otherwise noted or modified herein, all sections 1700.0. SPECIFICATION REFERENCE: Unless o of the General Requirements shall apply. 4 1700.3. CONSTRUCTION REQUIREMENTS: The Contractor's attention is directed to Special Provision No. 8, which discusses the adjustment and reconstruction of existing structures. II 1700.3.2. Remove and Res lace Manhole and Catch Basin Frames: Prior to removing the manhole and catch basin castings an inspection of all existing structures will be made in accordance with Section 1700.2 of the General Requirements. A. Manhole Frames (Sanitary and Storm): If manhole reconstruction is requirefired the it shall be performed as describedContractor in Special Provision No. 8. If reconstruction is not required, shall remove all manhole castings and rings, if any, from existing structures. All manhole openings shall be covered with suitable steel plates prior to concrete curb and gutter installation, gravel e ravel bfolloase and bituminous base construction. Where the wear cout`se will not be installed year,the Contractor will raise manhole castings to the interim bituminous grade. This adjustment will be made by permanently placing adjustment rings only, in a bed of mortar with the casting to be placed on dry to within 1/2 inch below the interim bituminous surfacing. IPrior to placing the final bituminous wear course material, the Contractor shall remove the casting and complete the necessary adjustment,to set the manhole castings to a grade that is 3/8th of an inch below the final surface in accordance with the following General Requirements. The interim and final adjustments will require that all material disturbed around the structure be moisten or dried enabling this material to be recompacted with a hand operated mechanical tamper to t proper he ro er density. The disturbed area shall be patched using a bituminous patching material, ole one II and one half inches thick. Any settlements of t bituminoushe Contra t surfacing bers low the rim oft e m casting, will require removal and replace e. B. Catch Basin Frames: The Contractor shall maintain the erosion control established at each catch basin until such time as the catch basin frame is set in the concrete curb aild he ter. tThe Contractor'srresponsibilitykeep to the storm sewers clean is not relinquished completed. The Contractor shall adjust the frame to proper grade for concrete curb and gutter installation in accordance with the following General Requirements. 1700.3.4. Adjust Valve Boxes: Where the bituminous wear course will not interim instalbituminousledil thee following year, all valve boxes shall be raised to within 1/2 inch of thesurfacing in order to provide access during the Winter. I 55120 ®1995 Bonestroo,Rosene, 1700-1 IAnderlik&Associates,Inc. I Prior to placing the final bituminous wear course material the Contractor shall adjust the b grade that is 3/8ths of an inch below the final surface in accordanceoxto er a Requirements. with the following General All interim and final adjustments of valve boxes as it relates to compaction, bituminous settlements will be equal to that as described in the manhole requirements. patching, and Hdrant Ad'ustment: It may be necessary that existing hydrants will need to be adjusted to the design curb elevations. Adjustment will be made by adding hydrant extensions that will match with the existing hydrant manufacturer. When adjustments of more than 18" are to be made the I , lower rod assembly must be replaced with heavy duty replacement rods. upper and 1700.4. METHOD OF PAYMENT. II Manhole Frames - Adjustment or reconstruction of existing manhole structures described in Special Provision No. 8. The bid unit price for installation of shall benitary nd std asorm f sewer manholes shall also include placing the casting to the interim bituminous base grade. All required compaction and bituminous patching material will be considered incidental to the bid unit price. Payment for the final adjustment of all manhole castings for both and new to the bituminous wear course grade, will be made under the Lump Sumsting It m for Preparationeof Bituminous Base, Special Provisions Item No. 26. f Catch Basin Frame - The bid unit price for the installation of new catch basins and catch basin manholes on this project shall include permanent adjustment of the casting concrete curb and gutter placement, regarerdless to the proper grade for 1 Erosion control measures placed at catch basins will be paid for separatelyof described adjustingrings required. Provisions. y describbeed in the Special Valve Box-Adjustment or reconstruction of existing valve boxes shall be paid as described in Special Provision No. 8. The bid unit price for new valve boxes installed as part of this project adjustment of the valve box to the interim bituminous base grade. If an extension isnecessa s tto accomplish this work, payment for valve box extension shall be made at the stated bid unit price. All required compaction and bituminous patching material will be considered incidental d unit price. Payment for the final adjustment of the valve box to the bituminous wear course surfs a will be made under the Lump Sum Item for Preparation of Bituminous Base, Special Provisions Item No. 26. Payment for hydrant adjustments shall be for the bid unit price stated in the pro osal for of hydrant extension that is installed, including the heavydutyp the lineal feet i rod assembly. i IIEnd of Section 55120 ®1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 1700-2 I 1 1700. ADJUST MISCELLANEOUS STRUCTURES 1 General Requirements 1700.1. DESCRIPTION: This work shall consist of adjusting manholes, removing and replacing frames, adjusting catch basins and gate valve boxes. 1700.2. LOCATION: The plans indicate the locations of each manhole, catch basin and gate valve within the project. The necessary vertical adjustments will be determined by the Engineer, and generally as indicated on the schedule of adjustments. The Contractor shall be responsible for the protection of all existing structures during the course of the work. The Engineer shall assist with the initial location of all manholes, catch basins and gate valve boxes. The Contractor along with the Engineer and a representative of the Owner shall inspect all manholes, catch basins and gate valve boxes prior to beginning construction. Any foreign material found in these structures will be removed immediately by the Owner's forces. Thereafter, the Contractor will b'e responsible for removing any such foreign material which may enter the structures during the construction period. 1700.3. CONSTRUCTION REQUIREMENTS: 1700.3.1. Adjust Manhole & Catch Basin Frames; Where existing frame is within 0.10 feet of plan 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. Where the frame must be adjusted upward the Contractor shall accomplish this adjustment with standard concrete adjustment rings of the same size as the 11 cone or slab opening. Each adjusting ring shall be placed in a full mortar bed with the frame also resting in a full mortar bed. Adjusting rings needed to raise the casting to grade shall be incidental to the adjust item. 111 Where the frame is to be adjusted downward, this shall be accomplished by removing the necessary number of adjustment rings from the structure. The frame shall then be reset in a full mortar bed to grade. 11 Regardless of the direction of adjustment, no shims of any material will be allowed. The minimum thickness of all mortar joints shall be at least 1/4 inch with a maximum allowable thickness of 1/2 inch. All excess mortar from the joint shall be wiped clean from the inside of all rings and frame. All manhole castings must be replaced prior to the placing of the final wear course. I/ 1700-1 IV 3/89 - GENERAL Copyright 1989 I/ Bonestroo, Rosene, Anderlik & Associates, Inc. I I 1 Care shall be taken to prevent sand, chunks of concrete or any other debris from entering the structures. 1700.3.2. Remove and Replace Manhole and Catch Basin Frames: Where included in the proposal or the Specific Requirements of Section 1700, the Engineer may 11 elect to have the Contractor remove all manhole and catch basin castings and rings if any at the beginning of the construction work. The Contractor then shall cover the openings with suitable steel plates and continue to construct and compact the subbase and base courses. Prior to placing the curbing or final wear course, the Contractor shall raise all structures to final grade following all construction requirements outlined in 1700.3.1. drainage into catch basins must be maintained during the time the casting is removed. During 11 the same time period, the Contractor shall be responsible to keep surface water and dirt from entering the sanitary sewer system. Adjusting rings needed to raise the casting to grade shall be incidental to the remove and replace item. 1700.3.3. Reconstruct Manhole & Catch Basins: Where the Engineer requires, or where it is impossible to adjust the structure with the addition or removal of adjustment rings, reconstruction will be necessary. In such cases it will be necessary to add or remove manhole sections. Pre-cast manhole joints shall be rubber 0-ring gasket type to match e:¢.+.sting joint. 11 In absence of the 0-ring joint, older style manhole joints shall be sealed using a material similar to Ram-Nek or equal gasket material applied in accordance with manufacturer's recommendation. 1700.3.4. Adjust Valve Boxes: Valve boxes shall be adjusted to grade prior to the placing of 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. 1700.3.5. Valve Box Extensions: Where valve boxes cannot be adjusted without I/ the use of extensions this item will be necessary. The contractor shall remove the upper sections, place the necessary extension and replace the upper section. Thorough tamping of material around the valve box is required. Valve box extensions that fit inside the regular top section are not acceptable. 1700.4. METHOD OF MEASUREMENT: 1700.4.1. Adjust Manhole & Catch Basin Frames: Adjusting frames or ring castings will be measured by the number of casting assemblies adjusted. 1700.4.2. Remove and Replace Manhole and Catch Basin Frames: Remove and replace frames will be measured by the number of castings removed and replaced. 1700.4.3. Reconstruct Manholes: Reconstructing manholes shall be measured by 11 the lineal feet of adjustment for manholes reconstructed. j 1700-2 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. II I/ AdjustingII valve boxes will be measured by the 1700.4.4. Adjust Valve Boxes: number of valve boxes adjusted. I/ 1700.4.5. Valve Box Extensions: Valve box extensions shall be measured by the lineal feet of extensions furnished and installed. I1700.5. BASIS OF PAYMENT: Payment for manhole and valve adjustments at the contract unit price shall be payment in full for all costs incidental to these 11 items. Payment shall be made based on the following schedule: 11 Item No. Item Unit 1700.501 Adjust Manhole & Catch Basin Frames Each 1700.502 • Remove and Replace ManholeII Each & Catch Basin Frame 1700.503 Reconstruct manhole Lin.ft. 1700.504 Adjust Valve Boxes Each li1700.505 Valve Box Extensions Lin.ft. I/ ii I a 11 i I End of Section 1700-3 it 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik II & Associates, Inc. I 2112. SUBGRADE PREPARATION _Specific Requirements fli2112.0. SPECIFICATION RE UIltEMENTS: sections of the General Requirements shall apply Unless specifically noted or modified herein, all 2112.1. DESCRIPTION: All public streets within subgrade elevationthe subdivision and appropriate width by will have been rough construction, streets be returned to their preonstru tion cs graded to I cleanup work,all streets shalltha restoration returned dof thedeveloper. Upon completion of the utility incidental to the including and re additional come condition work a part conf e utilityerd no boulevardsi will bea ll This shall be considered compensation be allowed. ii Subgrade preparation of the roadway itself shall consist subgrade receive theosist of fine grading, shaping gravel base where no core cuts or subgrade correctioaiisdrcompacting q ped Were required, the contractor shall shape and compact the existing subgrade I, dry out the material, compact it andg for its Where grade and cross-section. shape it as may be necessary to produce the required densitymoisten , Y, 1 Subgrade preparation for the reconstructed portion of O as described in Special Provision No. 21. sman Avenue and 57th Street North shall be 2112.3. CONSTRUCTION RE UIREMENTS: When the sub aggregate base or aggregate backfill course, the elevation offtee l finis sheprepared for placement i by more than' 0.05 foot above or 0.10 foot below the prescribed ace shall not vary measurement is made. P rlbed elevation at any point where 2112.5. BASIS OF PAYMENT: Payment for subgrade dig, application of water, compaction and all else necessary to preparation shall include all work of shaping, and cross-section. Payment will be at the unit price bid per square produce nd the required shall n a width one foot behind the curb. No paymentdensity, grade core width ofon work is performed, payment for subgrade preparation wile allow be based shall be made in accordance with Special Provision No subgrade preparation of the reconstructed fade I21. t I 0 I 55120 °1995 Bonestroo,Rosene, Anderlik&Associates,Inc. I I I II2112. SUBGRADE PREPARATION General Requirements II 2112.0. ATION REFERENCE: Department of Section 2112 of the State of Minnesota di Transportation, "Standardp Construction, " 1988 Edition and all S ecification for modified or altered in the following GeneralnRequirements� PP1Y except as il shall a Highway 2112.1. DESCRIPTION: This work shall consist of sha in the I/ subgrade prior to constructingP 8 and compacting conformance with the Minnesota Departmentbof aseTransportation, base orace Specificatiocoursetonreon in 2112 2112 as modified herein. 11 2112.3. CONSTRUCTIO N RE UIREMENTS: The Contractor shall scarify the surface of the subgrade, subbase or base for its full width, ii material, compact it and shape it as may be necessaryltoen or dry out requiredthe density, grade and cross section. The "required produceh the a obtained by Ordinary Compaction as described in Minnesota shall lartme Transportation Specification 2105. that 11 Department of 2112.4. METHOD OF MEASUREMENT: Subgrade Preparation will be measured based on the plan width of the roadbed on the entire il grading is required. by area project except where 2112.5. BASIS OF PAYMENT: When the subgrade was constructed under the contract as the course being constructed, considered to subgrade preparation will same be incidental work and no direct compensation will be madbe e therefore.ni When the subgrade was not constructed under the same being constructed, then contract as the course payment for subgrade preparation will be made on the basis of the following schedule II ITEEM NO_ ITEM ii 2112.502 SubgradeUNIT II Preparation Square Yards I/ II I i2/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik II & Associates, Inc. 11 2531. CONCRETE CURB AND GUTTER Specific Requirements 2531.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of the General Requirements shall apply. 2531.1. DESCRIPTION: This work shall consist of installing concrete curb and gutter at elevations and locations shown on the plans. 2531.3. CONSTRUCTION REQUIREMENTS: All concrete curb and gutter shall be constructed to the typical section, shape, and size as indicated on Detail Plate 4-1. The residential curb and gutter shall be constructed in accordance with Detail Plate 4-1, Type A B618 concrete curb and gutter, and Type C surmountable concrete curb and gutter. At all catch basin inlet structures, the curb and gutter shall have a ten foot transition section on each side of the inlet. The surfacing is to be neatly shaped and compacted to provide a smooth passage to the inlet, as is shown on Detail Plate 4-10. It should be noted that Standard B618 concrete curb and gutter is required at all catch basins, intbrsection radii,and transition sections as detailed on Plates I 4-8 and 4-10. In addition, B618 concrete curb and gutter shall be installed on a portion of the reconstructed street, as indicated on Plan Sheet No. 9. 2531.3.B. Proportioning: The concrete mixture indicated in the General Requirements shall be modified to produce a minimum 28 day compressive strength of not less than 4,000 pounds per square inch(psi). 11/ i Foundation for Curb and Gutter: The concrete curb and gutter shall be 2531.S.A. Preparation of ou . supported by a compacted aggregate base that extends a minimum of 12 inches behind the back of curb as shown on the typical section on the plans. To achieve the density required, the Contractor shall utilize a motor grader, self-propelled vibrating drum roller and water truck in conjunction with preparing the base for placement of the curbing. The base shall be compacted to 100 percent of the standard moisture density relationship (ASTM D698-70). No curb shall be placed until the base has been compacted and prepared by the Contractor and approved by the Engineer. 111 2531.6.C. Slip Form: Concrete placed and formed by an approved type of extrusion machine shall produce a finished product meeting the standards for dimension, quality, workmanship, and appearance as described herein. Hand finishing shall be limited to the extent necessary to obtain the specified surface finish and texture. The complete 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. 55120 ®1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 2531-1 I Edge and surface alignment on curved construction shall conform closely to the planned curvature, , and the flow line surface of gutters shall be finished as necessary to eliminate low spots and avoid entrapment of water. Any deviation in the design curvature or grade in excess of 3/8 inch, for a 10- foot segment, shall be considered to be unacceptable work. Concrete edges and surfaces designed to straight lines or grades will be checked with a 10-foot J straightedge, and any deviations therefrom in excess of 3/8 inch will be considered to be unacceptable work. 111 Unacceptable work shall be removed and be replaced with acceptable work as ordered by the Engineer with no additional compensation allowed for associated costs. 2531.8.F. Curing and Protection: Spray-on curing compound shall be applied to the surface of the curb and gutter immediately after the final brushing. The compound must contain a fugitive dye. As soon as the concrete has hardened sufficiently to prevent damage, the finished surface shall be covered for not less than 48 hours with polyethylene film, well-weighted at the edges with earth. An acceptable alternate to the use of polyethylene film is to provide a second, heavy application of spray on curing compound 4 to 8 hours after first coat. 2531.9. BACKFILLING: The contractor is required to initially backfill all concrete curb and gutter to protect the curb from washing or otherwise losing its structural stability. The initial backfilling shall be performed to within a tolerance of 0.3' plus or minus from finish grade, in order to allow for installation of the private underground utilities. This shall be considered incidental to the concrete I curb and gutter work and shall be completed immediately after the curing period. The contractor shall exercise care in backfilling and tamping the soil behind the curb. In addition, followingthe installation ofprivate utilities byothers, the boulevard area will require additional grading as stated in Special Provision No. 23. 2531.10. METHOD OF MEASUREMENT: All curb andtter shall gu be measured along the face of the curb and the gutter line by length. All residential curb and gutter shall be measured as surmountable with no separate measurement or payment for transition sections or B618 curb at catch basins and radii. However, the B618 concrete curb and gutter installed on the reconstructed street, as indicated on Plan Sheet No. 9 will be measured separately and paid for as B618 at the bid unit price stated in the Proposal. End of Section I 55120 o 1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 2531-2 I/ 11 4 2531. CONCRETE CURB & GUTTER IIGeneral Requirements 2531.1. SCOPE: Concrete curb and concrete curb and gutter shall be con- $ structed in accordance with these specifications and in conformity to the lines and grades shown on the plans. I2531.2. MATERIALS: 2531.2.A. CEMENT: The type of cement to be used shall be as. specified by the Engineer, and shall conform to the A.S.T.M. Specifications for Portland Cement; Designation C-150 (Type I) ; or or Air-Entraining Portland Cement, I/ Designation C-175 (Type I-A) or (Type III-A) . 2531.2.B. ADMIXTURES: Air-entraining admixtures which are added to concrete 11 mixtures shall conform to the A.S.T.M. Specification for Air-Entraining Admixture for Concrete; Designation C-260. I 2531.2.C. AGGREGATES: Fine and coarse aggregates shall conform to the A.S.T.M. Specification for Concrete Aggregates, Designation C-33. I 2531.2.D. WATER: The water used in mixing concrete shall be clean, free from acid, alkali, vegetable or other organic matter. 2531.2.E. JOINT FILLER: The joint filler shall be of a non-extruding joint II material conforming to the A.S.T.M. Specification for Preformed Expansion Joint Filler for Concrete (Non-extruding and Resilient Types) ; Designation D-544. I/ 2531.2.F. SAND-GRAVEL BACKFILL: Sand-gravel backfill may be any pit-run gravel, screened to eliminate all stones which will be retained on a 1J inch 11 screen. 2531.3. CONSTRUCTION REQUIREMENTS: II 2531.3.A. MEASURING: The method of measuring the materials for the concrete or mortar, including water, shall be one which will insure separate and uni- form proportions of each of the materials at all times. I2531.3.B. PROPORTIONING: Concrete shall conform to the following: liMinimum Cement Content 5.5 sacks/cu.yd. . Maximum Water Content 6 gals./sack Entrained Air 5hZ + 1'4% IIMin. 28 Day Compressive Strength 3,000 lbs./sq.in. II 2531-1 3/89-GENERAL I/ Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 11 2531.3.C. ADMIXTURES: Air-Entraining Admixtures shall not be added to concrete mixtures in the field without the approval of the Engineer. If such approval is granted, the admixture shall conform to Section 2531.2.B. , and shall be added in the amount and in the manner prescribed by the manufacturer so that the air content of the concrete shall not be less than four (4) nor more than seven (7) percent. I/ 2531.4. MIXING: 2531.4.A. METHOD: All concrete shall be mixed in a stationary batch mixer or II truck mixer unless manual mixing is authorized by the Engineer. 1. If a stationary batch mixer is used, the mixer drum shall be of adequate size to accommodate the maximum batch and shall conform to the Concrete Mixer Standards adopted by the Mixer Manufacturers' Bureau of the Associated General Contractors of America. The mixer drum shall be rotated at the rate specified by its manufacturer. When a stationary batch mixer is used for complete mixing, the minimum mixing time for mixers of one (1) cubic yard capacity or less shall be one (1) minute: for larger capacities of mixers the mixing time shall be increased at the rate of one-quarter minute for each additional cubic yard or fraction thereof. The mixing time shall begin when the correct proportions of cement and aggregates are placed in the mixer. A portion of the water shall be placed in the mixer in advance of the cement and aggregates. The full amount of water required to produce a mix of the consistency herein specified, shall be added to the cement and aggregates before one-quarter (3/4) of the mixing time has elapsed. The size of the batch shall not exceed the maximum rates capacity as specified by the manufacturer of the mixer. The drum shall be completely 11 emptied before receiving material for the succeeding batch. 41 2. Truck mixers, if used, shall be of the revolving drum type. When a truck mixer is used for mixing the concrete, the drum shall be rotated at mixing speed for not less than fifty (50) nor more than one hundred (100) revolutions after all of the ingredients of each batch are placed in the drum. When a truck mixer is used for the complete mixing of the concrete, the mixing operation shall begin within thirty (30) minutes after the cement has been intermingled with the aggregates. The size of the batch shall not exceed the manufacturer's rated capacity as shown on a metal rating plate which shall be attached in a prominent place on the truck mixer. The drum shall be completely emptied before receiving material for the succeeding batch. 3. The mixing time at stationary batch mixers may be reduced to the minimum required (about thirty seconds) to intermingle the ingredients when truck mixers are used to deliver the mix to the site of the work. When this practice is followed, each batch shall be thoroughly mixed in the truck mixer by rotating the drum at mixing speed for not less than fifty (50) nor more than one hundred (100) revolutions. 2531-2 I 3/89-GENERAL Copyright 198911 Bonestroo, Rosene, Anderlik & Associates, Inc. I I 4. If manual mixing is authorized by the Engineer, the cement and aggregates shall be mixed dry on a watertight platform until the mixture is of uniform color. The full amount of water required shall then be added and the mixing continued until the mass is of the consistency herein specified. 2531.4.B. CONSISTENCY: The aggregates, cement and water shall be thoroughly mixed in accordance with these specifications to produce a homogeneous mass 11 which can be deposited in the forms without segregation. The consistency of the mix shall be such that the slump shall not exceed three (3) inches plus or minus one-half (1k) inch. I/ 2531.4.C. DELIVERY: Concrete shall be delivered to the site of the work with a satisfactory degree of uniformity at the consistency specified and shall be hauled in a watertight container in which segregation will not take place and from which the concrete can be discharged freely. 11 1. Concrete shall be delivered to the site of the work and discharged from the hauling container within a period of 90 minutes after the I/ introduction of the mixing water to the dry materials unless otherwise specified by the Engineer. 2. Slump tests of individual samples taken at approximately the 1 one-quarter (1/4) and three-quarter (3/4) points of the load during discharge shall not differ by more than two (2) inches. II 2531.4.D. RETEMPERING: The retempering of mortar or concrete which has partially hardened, with or without additional materials or water, is prohibited. 2531.4.E. SECTION: The dimensions of the curb section and the depth of the sand-gravel backfill shall conform to those shown on the plans. 2531.5. PREPARATION OF FOUNDATION: The width of the trench shall be such that the forms can be properly set and the backfill properly compacted. The trench shall be excavated to the required elevation and the bottom thereof shall be compacted to the satisfaction of the Engineer. Sand-gravel backfill shall then be placed to the depth indicated in the plans and compacted. 2531.6. FORMS: 2531.6.A. MATERIALS: Forms shall be free from warp and of sufficient strength to resist springing out of shape. Face forms shall be shaped to conform to the design of the curb as specified in the plans. Wood forms shall be oiled with a light clear commercial paraffin oil. All mortar and dirt shall be removed from forms that have been previously used. 2531.6.B. SETTING: All forms shall be set true to alignment and grade, and shall be substantially staked and braced. When tested with a ten foot straight edge, the tops of the forms shall not show a variation of over 1/8 I/ 2531-3 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. I I inch from a straight line. The sides of the straight forms shall not show a variation of more than one-quarter (3) inch from a straight line. Sections of straight forms not over ten (10) feet long may be used for curves having radii of 150 feet or more. 2531.6.C. SLIP FORM: When approved by the Engineer, equipment utilizing a moving form may be used. Forming equipment shall be controlled to follow precisely the line and grade established for the curb. Finished curb shall meet the alignment and grade tolerances shown in Paragraph 2531.6.B. above. I/ 2531.7. JOINTS: 2531.7.A. SPACING: Where practical, all joints in the curb shall align with 11 like joints in adjoining work. Expansion joints shall be formed by inserting in the forms preformed expansion joint material one-half (k) inch thick and cut true to the shape of the curb 11 at intervals of not more than sixty (60) feet. Maximum spacing of expansion joints for slip formed shall be 200 feet. 11 Preformed expansion joint material one-half ( inch thick shall hall be inserted between the curb and the face or faces of any abutting concrete or masonry except pavements. Contraction joints shall be formed by inserting within the forms metal plates not over one-eighth (1/8) inch thick at intervals of ten (10) feet unless otherwise shown in the plans or directed by the Engineer. These plates shall be removed at the same time as the face forms. Metal division plates with the bottom portion cut so as to allow the lower half of the gutter section to con- tinue across the contraction joint are required. 2531.7.B. REINFORCING: At all new service trenches or as directed by the Engineer, two (2) 14 reinforcing rods shall be placed in the lower portion of the curb and gutter section. Rods shall extend not less than 6 feet beyond the center of the service line trench. The unit price per lineal foot of curb reinforcing includes 2 lineal feet of reinforcing and the labor involved in the placing. Rods shall be straight and shall have at least 2 inch coverage on all sides. 2531.8. CONCRETE: 11 2531.8.A. PLACING CONCRETE: Immediately before placing the concrete, the insides of the forms shall be wetted and the foundation moistened with water. The concrete shall be placed in the forms by hand shoveling and shall be thoroughly compacted by hand tamping or internal vibrating. V 2531-4 I/ 3/89-GENERAL 11 Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. ft # ' 1 2531.8.B. COLD WEATHER POURING: Concrete shall not be deposited when it appears likely that the air temperature may fall below 40° F. during the 11 pouring or within the following 24 hours unless preparations are made and precautions taken to prevent any damage to the concrete resulting from the low temperature. When placing concrete in cold weather, the Contractor shall plan II and prosecute his work in a manner which will assure satisfactory results. Any concrete damaged by freezing shall be removed and replaced by the Con- tractor at his own expense. I Concrete when deposited in the forms shall have a temperature of not less than 55 degrees F. nor more than 100 degrees F. The concrete shall be maintained at not less than the minimum temperature of 55 degrees F. for at least 72 I/ hours after placing, or longer if necessary, until the concrete has thoroughly hardened. Concrete shall not be deposited on a frozen foundation. 11 2531.8.C. FINISHING: After concrete is poured into the forms it shall be puddled and spaded so as to insure a thorough mixture, eliminate air pockets, and create uniform and smooth sides. Before the concrete has thoroughly set, and while the concrete is still green, the face forms shall be removed and the I/ front and top sides shall be finished with a float or steel trowel to make a uniform finished surface. 11 2531.8.D. ROUNDING CORNERS: Wherever corners are to be rounded, special steel trowels shall be used while the concrete is workable and the corners constructed to the dimensions herein specified. For combined curb and gutter, 1/ the top and side of curb and gutter may be finished by the use of a special shaped trowel or curb-and-gutter machine which will shape the entire upper surfaces in accordance with the dimensions and shape specified. This trowel shall be used immediately upon removing the front form of the curb and while Ithe concrete is still workable but firm enough to stand up. 2531.8.E. SMOOTHNESS: The top and face of the curb and also the top of the 1 apron on combined curb and gutter must be finished true to line. Curb and gutter must be finished true to line and grade after which the surface shall be brushed lightly with a whitewash brush. This brushing shall be done at I/ right angles to the line of the curb. The back forms shall remain in place for a period of not less than 12 hours. After removing the back forms any cavities shall be filled with mortar. II 2531.8.F. CURING & PROTECTION: As soon as the concrete has hardened sufficiently to prevent damage, the finished surface shall be covered with white polyethylene film well weighted at the edge with earth. Polyethylene I film shall be kept in place not less than 5 days. When high early strength cement is used the minimum curing period shall be forty-eight (48) hours. An acceptable alternate to the above procedure is the use of spray-on curing 11 compound which shall be applied to the surface of the curb and gutter immediately after the final brushing. The compound must contain a fugitive dye. As soon as the concrete has hardened sufficiently to prevent damage, the 1 2531-5 $ 3/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik 111 & Associates, Inc. $ finished surface shall be covered for not less than 48 hours with white polyethylene film, well weighted at the edges with earth. An acceptable alternate to the use of polyethylene film is to provide a second, heavy application of spray-on curing compound 4 to 8 hours after first coat. I The freshly finished surface shall be protected from hot sun and drying winds until it can be covered as above specified. The concrete surface must not be damaged or pitted by rain. The Contractor shall erect and maintain suitable barriers to protect the finished surface. Any section damaged from traffic or other causes occuring prior to its official acceptance, shall be repaired or replaced by the Contractor at his own expense in a manner satisfactory to the Engineer. The covering shall be removed and disposed of by the Contractor before the work is officially accepted by the Engineer. 2531.9. BACKFILLING: I/ 2531.9.A. METHOD: After the removal of forms, the trench shall be backfilled with selected material from the excavation. Where the ground surface adjacent to the back of the curb is lower than the top of the curb, backfill shall be placed at the slope indicated in the plans. 11 2531.9.B. DISPOSAL OF EXCESS MATERIAL: Any excavated material which cannot be so used shall be disposed of by the Contractor as directed by the Engineer within a distance of one-half (3/4) mile from the site of the work. it 2531.10. METHOD OF MEASUREMENT: Except as otherwise provided below, concrete curb and gutter and concrete curb of each design and size constructed will be measured along the face of the curb at the gutter line by length. At alleys and private entrances the length of curb or curb and gutter will be constructed to be the length along the street curb line (measured as if the 11 entrance did not exist) plus the length of any curb (or curb and gutter) which extends beyond the curbed portion of the return. 2531.11. BASIS OF PAYMENT: Constructing concrete curb and gutter and concrete curb including sand-gravel backfill will be paid for on the basis of the following schedule: I/2531.11.A. CONCRETE CURB & GUTTER: Concrete curb shall beaid for at the contract unit price per linear foot. p 2531.11.B. CONCRETE CURB: Concrete curb shall be paid for at the contract II unit price per linear foot. 2531.11.C. CONCRETE GUTTER: Concrete gutter shall be paid for at the 111 contract unit price per linear foot. 2531.11.D. REINFORCING: Reinforcing shall be paid for at the contract unit price per linear foot of curb and gutter reinforced. End of Section I 2531-6 3/89-GENERAL 1 Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 2564. TRAFFIC SIGNS AND DEVICES. Specific and General Requirements 2564.0 SPECIFICATION REFERENCE: Unless otherwise modified or altered herein all sections of the following Specific and General Requirements shall apply. Reference to State of Minnesota, Department of Highways Specification, shall be understood to refer to Minnesota Department of Transportation, "Standard Specifications for Construction, 1988 Edition," and all subsequent amendments. 2564.1 DESCRIPTION: This work shall consist of furnishing and installing one 36" stop sign panel on Upper 56th Street North at the intersection with Osgood Avenue, as shown on Plan Sheet No. 8. 2562.2 MATERIALS: 2564.2.0 SIGNS AND MARKERS: The fabrication of traffic signs shall conform to Mn/DOT Specification 3352. 2564.2.D FLANGED CHANNEL SIGN POSTS: The required sign panels shall be mounted on flanged channel sign posts and shall conform to Mn/Dot Specification 3401. The specified weight for the flanged channel post shall be 2.0 pounds per linear foot. The holes punched shall be in accordance to Mn/Dot specification 3401.2.E. All sign posts shall be green in color as per Woodbury standard requirements. 2564.3 CONSTRUCTION REQUIREMENTS 2564.3 GENERAL: Fabrication and installation of traffic signs shall conform to the Minnesota Manual on Uniform Traffic Control Devices for Streets and Highways. Sign locations as shown on the plans are only approximate. The final location of the signs will be determined in the field by the Engineer. Sign posts shall not be installed closer than 6 feet to the back of any concrete curb. The lowest point of the sign panel shall be 7 feet above grade at the point of installation. The required post lengths for all signs shall be determined by the Contractor. The contractor is responsible for having all underground utilities located prior to the installation of sign posts. Installation of sign panels and posts shall be completed by the specified completion date for bituminous base course installation as outlined in Special Provision No. 3. 1 55120 0 1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 25644 I 1 2564.3.D SIGN PANELS: The sign panel shall be mounted on flanged channel sign posts. The size of the sign and the standard sign drawing which is required are shown on the plans. The sign panel shall be high intensity grade. 2564.3.E. FLANGED CHANNEL SIGN POSTS: All flanged channel post shall be installed plumb. Care should be taken when driving post as not to batter the top of the posts. Any posts that are not plumb or have a battered top shall be removed and replaced at the contractor's expense. 2564.5 BASIS OF PAYMENT: Payment for signs shall be made on the basis of square footage of sign panels including the required flanged channel posts. I I ,F I End of Section1 I • I I I I I I I 55120 ®1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 2564-2 I I 2573. TEMPORARY EROSION CONTROL Specific and General Requirements 2573.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of Mn/DOT 2573 shall apply. 2573.1. DESCRIPTION: This work shall consist of temporary measures to control soil erosion and sedimentation throughout the duration of all phases of work in accordance with the design and details indicated on the plans and approved in the contract. It shall include furnishing, installing and maintaining erosion or sediment control devices as required in the Plans or as directed by the Engineer. 2573.2. MATERIALS: A. Bale Checks: Bales shall be type I mulch or straw, hay, excelsior mulch, corn stalks or other approved material, in good condition. All bales shall be either bound with wire or tied with nylon string. B. Silt Fence: The geotextile fabric shall consist of either woven or non-woven polyester, polypropylene, stabilized nylon, polyethylene or polyvinylidene chloride. The geotextile fabric shall meet the following criteria: Property Test Method Minimum Requirement I 1 Grab Strength* ASTM-D-1682 100 lbs Elongation* ASTM-D-1682 15%min. to 50%max. at 45 lbs Permitivity ASTM-D-4491 0.01 sec Equivalent Opening CW-02215-77 20 to 50 (coarse soils)** Size 50 to 140(fine soils)** 1 Width 36 inches Ultraviolet Resistance ASTM-D-4355 90% * 12" per min. strain rate ** Coarse soils with less than 50 percent of the particles passing through a#200 sieve, fine soils with greater than 50 percent of the particles passing through a#200 sieve. I 55120 •1995sonectroo,Rosen, nnderhk&Associates,Inc. 2573-1 I 1 The geotextile fabric shall be furnished in a wrapping which will protect the fabric from ultraviolet radiation and from abrasion due to shipping and hauling. The geotextile is to be kept dry until installed. The contractor shall furnish the Engineer at the time of delivery of the geotextile fabric a manufacturer's Certificate of Compliance that the geotextile fabric as furnished meets the above requirements. Posts shall be 2-inch by 2-inch diameter wood posts or standard steel fence posts weighing not less I than 1.33 pounds per lineal foot,with a minimum length of 30 inches plus burial depth. C. Flotation Silt Curtain: The fabric shall comply with the following physical properties: Thickness 15 mils Grab Tensile Strength 120 pounds min. Equivalent Opening Size 170 min. Seams. All seams shall be heat sealed or sewn. Flotation. 8-inch diameter solid expanded polystyrene log type or approved equal with I approximately 20 lbs/ft buoyancy. Polystyrene beads or chips shall not be used for flotation. Main Load Line. 5/16-inch cable. Ballast. A 5/16-inch chain. 2573.3. REQUIREMENTS: A. General: If the project disturbs five or more acres of total land area a completed application 1 MPCA's General Storm Water Permit for Construction Activity shall be provided to the Contractor along with the Contract Documents. The Contractor shall sign the completed application at the time of signing of the Contract Documents. The Contractor shall return the completed application along with a check for the application fee to the Owner for submission to the Minnesota Pollution Control Agency. The Owner shall notify the Contractor upon approval of the Permit. No work shall be done I on the project until the Permit has been obtained. By signing the application the Contractor agrees to comply with all provisions of the Permit. 1111 , I I 55120 1995 Bonestroo,Rosette, Anderlik&Associates,Inc. 2573-2 111 I Installation of temporary erosion and sedimentation control measures shall be coordinated with all phases of work. The Contractor shall complete grading, finishing, and installation of permanent or temporary erosion controls on a section-by-section basis. He shall also establish permanent turf in accordance with Section 2575 - TURF ESTABLISHMENT to prevent excessive soil erosion. Permanent erosion controls are any items of a permanent nature such as curbing, culvert aprons, riprap, flumes or other items that would control or minimize the potential for erosion. Temporary erosion controls are short lived devices such as straw bale structures, silt curtains, sediment traps or other means to temporarily protect the over-all work prior to the installation of permanent erosion controls or to supplement the permanent measures. B. Placing Temporary Erosion Control Items: 1. Bale Checks: The bales shall be installed so that the bindings run around the sides rather than along the tops and bottoms of the bales. A trench shall be excavated the width of a bale and the length of the proposed barrier to a minimum depth of 4 inches. After the bales are staked and chinked, the excavated soil shall be backfilled against the barrier. The backfill soil shall conform to the ground level on the downhill side and be built up to 4 inches against the uphill side of the barrier. 111 The bales shall be placed end to end acrossditches d tches or at other areas requiring erosion control. The bales shall be placed immediately after shaping of the ditches or slopes is completed. Bale checks shall be inspected after each rainfall. Bale checks shall be repaired by replacing damaged bales or filling undercuts beneath bales. After 3 months the bales shall be replaced with either another bale dike or a silt fence barrier. Sediment deposits shall be removed after they reach approximately one-half the height of the barrier. Bales shall be removed, as determined by the Engineer, after the slopes and ditches have been stabilized and turf developed to the extent that future erosion is unlikely. The bales may be used as mulch or be disposed of satisfactorily. The ditch shall be reshaped, sumps and trenches filled, excess eroded material disposed of and turf established as required. 2. Silt Fence: Silt fence shall be erected prior to starting any construction operation which might cause any sedimentation or siltation to be carried away from the project site. Silt fence shall be installed on the contour and constructed so that flow cannot bypass the ends. If the silt fence is longer than 600 feet, it shall be constructed in separate independent units, with each unit having a length less than 600 feet. I I 55120 °1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 2573-3 I I h supporting fences may be constructed with or without support ng fences such as snow fences or wire mesh fences. If support fences are included,they shall be strong enough to withstand the load from ponded water and trapped sediment. The support posts shall be spaced at 8 feet or less, and shall be driven I at least 2 feet into the ground. When a silt fence is installed without a supporting fence,the posts shall be spaced at 4 feet or less and be placed or driven at least 30 inches into the ground. For all installations,the fabric shall be anchored in a trench dug on the upslope side of the posts. The I trench should be at least 6 inches deep and 6 inches wide. The fabric shall be laid in the trench which is backfilled and compacted. The filter fabric shall be furnished in a continuous roll to avoid splices. When a splice cannot be avoided, it shall be made at a fence post. The fabric shall be overlapped 6 inches, folded over and securely fastened. All silt fences shall be inspected immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. When sediment deposits reach approximately on-half the height of the gilt pence, the sedithent shall either be replaced or a second silt fence installed. I Silt fence shall be removed, as determined by the Engineer, after the slopes and ditches have been stabilized and turf developed to the extent that future erosion is unlikely. Materials remaining after I removal shall become the property of the contractor and shall be disposed of off the construction site. 3. Sandbag Barriers: Bags should be about one-half to two-thirds full of clay, silt or sand. The sacks I should be laid stretcherwise for the first layer, crosswise for the second layer, and alternating until the required height is reached. The sacks should overlap at least one-third each way and be well mauled into place. 4. Flotation Silt Curtain: The flotation carrier shall have a 5/16" diameter coated steel cable in it to carry loads imposed upon the curtain. The bottom edge shall be weighted by cable or chain with a minimum weight of 1.1 pounds per foot. One 24-pound anchor shall also be used per 100 feet of curtain. Where the curtain is made up of sections, the sections should be joined so that silt cannot permeate through the connection. The silt curtain shall be maintained until the construction area is stabilized and turbidity is reduced to acceptable levels. At such time, the Contractor shall return to the project site and remove all features of the silt curtain and shall dispose of same at a location off the project site. I 55120 o 1995 Bonestroo,Rosen*, Anderlik&Associates,Inc. 2573-4 I I 1 5. Temporary Sediment Basin: The basin's hydraulic volume shall be sufficient to capture a 1/2 inch per acre of runoff from the watershed area. The basin shall also provide a minimum of 250 cubic feet I of dead sediment storage volume below the outlet for the basin. The embankment height shall not exceed 5.5 feet above the low point of the original ground surface along the centerline of the embankment. The embankment shall have a minimum top width of 4 feet and side slopes of 2:1 or Iflatter. The basin inlets shall be placed above the outlet elevation. Temporary sediment basins shall have an outlet to carry runoff through the structure. The outlet can be a pipe outlet, gravel outlet or other suitable device. If a gravel outlet is used, it shall be located in the low point of the embankment. The minimum length of the gravel outlet in feet, should be four times the number of acres in the drainage area. The crest of the gravel outlet should be level and 1 foot below the top of the embankment. The gravel used for I the outlet should be 1- to 2-inch size. A filter fabric may be installed inside the gravel filter to improve the sediment trapping efficiency of the structure. The sediment shall be removed when half of the capacity of the sediment trap is filled. Excavated sediment shall be placed in a location where it will not eroded. If the outlet becomes clogged with sediment, it shall be cleaned to restore it§ flow capacity. The structure shall be inspected after 1 significant runoff events to check for damage or operational problems. Once the contributing drainage area has been stabilized, the structure shall be removed. 11 6. Temporary Sediment Traps: Temporary sediment traps shall have an initial storage volume of 67 cubic yards per acre of drainage area, measured from the low point of the ground to the crest of the gravel outlet. If excavation is necessary to attain the required storage volume, side slopes shall be Ino steeper than 2:1. The maximum height of the sediment trap embankment shall be 5 feet as measured from the low point. 11 The outlet for the sediment trap shall consist of a crushed stone section of the embankment located at the low point in the basin. The minimum length of the outlet shall be 6 feet times the acreage of the drainage area. The crest of the outlet shall be at least 1.0 foot below the top of the embankment, Ito insure that the flow will travel over the stone and not the embankment. II The sediment shall be removed when half of the capacity of the sediment trap is filled. Excavated sediment must be placed in a location where it will not erode. If the outlet becomes clogged with sediment, it shall be cleaned to restore its flow capacity. The structure shall be inspected after significant runoff events to check for damage or operational problems. Once the contributing drainage area has been stabilized, the structure shall be removed. 1 I 55120 ®1995 Bonestroo,Rosene, iAnderlik&Associates,Inc. 2573-5 1 I 7. Temporary Pipe Downdrains: The pipe shall consist of heavy-duty material manufactured for this purpose. The conduit shall have grommets for anchoring at a spacing of 10 feet or less. The entrance section shall consist of a standard flared end section for corrugated metal pipe. The corrugated metal pipe that passes through the diversion shall be in good condition. All joints shall be water tight and the backfill around the pipe hand-compacted to prevent a failure of the diversion. The height of the diversion at the pipe shall be the diameter of thee iplus 0.5 foot. Where Pp ethlsls higher than the normal diversion height, the fill elevation shall be carried level until it intersects with the normal diversion height. The outlet shall be located at an erosion-resistant location. The apron shall be constructed of riprap, grouted riprap, concrete, or other suitable material. The slope drain shall be inspected after each rainfall that produces runoff. Any needed repairs shall be made promptly. The slope drain shall not be crossed by construction equipment. The apron shall be inspected periodically to check for scour. Any needed repairs shall be made promptly to prevent further damage. 8. Temporary Diversion Mounds: Channel grades that exceed 2 percent shall be stabilized with vegetation or other material. The mound shall be at least 1.5 feet in height when measured from the channel. The side slopes shall be at least 1:1. The earth material used in constructing the diversion shall be obtained from the material obtained from excavated areas on the project site. Fill material shall contain no frozen particles, rock particles greater than 6 inches in diameter, sod, brush, or other objectionable material. The base shall be prepared so that a good bond is obtained. Fill material shall be placed in layers of 8 inches or less and compacted. It shall not be placed when there is insufficient moisture to obtain firm compaction. The diversion shall be inspected after all significant runoff events. Any damage shall be repaired I promptly. Sediment shall be removed from the channel and repairs made as necessary. Once the contributing drainage area has been stabilized, the structure shall be removed. 9. Temporary Riser Standpipes: Excavated sediment shall belaced in a location cation where it shall not erode. If the outlet becomes clogged with sediment, it shall be cleaned to restore its flow capacity. The structure shall be inspected after significant runoff events to check for damage or operational problems. Once the contributing drainage area has been stabilized, the structure shall be removed. 10. Storm Drain Inlet Protection: a) Silt Fence Inlet Sediment Barrier: The silt fence shall be constructed in accordance with Silt Fence, except that the posts shall be set a maximum of 4 feet apart. Each side of the inlet protection shall be at least 4 feet long. b) Straw Bale Inlet Sediment Barrier: Straw bales shall be set back 12 to 24 inches from the inlet. 55120 I , ®1995 Bonestroo,Ronne, Anderlik&Associates,Inc. 2573-6 I I Ic) Block and Gravel Inlet Sediment Filter: Concrete blocks shall be placed lengthwise on their sides around the inlet. The blocks shall be between 12 and 24 inches high. Wire mesh shall be placed over the edges of the block before the rock is placed to prevent rocks from being washed through the block. Hardware cloth with 1/2-inch mesh shall be used. Stone shall be placed against the wire mesh to the top of the block. The stone shall be 1-to 3-inch washed IIgravel. d) Gravel and Wire Mesh Drop Inlet Sediment Filter: Wire mesh shall be placed over the grating I to prevent gravel from washing into the storm drain. The wire mesh shall have 1/2-inch openings and extend 1 foot beyond the grating. The stone shall be 1-to 3-inch washed gravel. The stone shall be at least 12 inches deep and extend at least 18 inches beyond the grating. Ie) Slotted Riser Storm Sewer Inlet: The riser shall be made of corrugated metal, smooth metal I or PVC pipe. An orifice plate shall be used to restrict flow. The flow velocity through the slots shall be 2 feet per second or less. The inlet assembly and temporary watertight cover shall be easily removed after construction. IAfter any significant rainfall, storm sewer inlet protection shall be inspected. Sediment shall be removed as needed or when it accumulates to half die design depth of the storm drain inlet 111 protection. Sediment shall be placed in a location where it will not create an erosion problem and the inlet protection shall be removed as soon as the contributing drainage area is stabilized. I 11. Temporary Rock Construction Entrance: The rock used for gravel pads shall be 1- to 2-inch size. The aggregate should be placed in a layer at least 6 inches thick. The rock entrance should be at least 50 feet long; longer entrances may be required to achieve adequate cleaning. A filter fabric ishall be placed under the rock to prevent migration of mud from the underlying soil into the stone. The rock pad shall be established before construction activity begins on the site. When the site becomes muddy,the stone pad shall be inspected regularly for mud accumulation. The I rock pad needs occasional maintenance to prevent tracking of mud onto paved roads. This shall require periodic top dressing with additional rock or removal and reinstallation of the pad. The rock pad shall be removed at the direction of the Engineer. 1 2573.4. METHOD OF MEASUREMENT: I K. Temporary Sediment Basin: Temporary Sediment Basin quantities will be measured by the cubic yard for basin excavation and construction. Excavation will be measured by volume of the material in its original position. Quantities will be based on actual field measurement and any increase or 111 decrease to Plan quantity shall not be considered as a basis of claim for adjusted unit prices. Sediment removed will not be measured. Materials used to provide an overflow will be measured and paid for separately. I 55120 ®1995 Bonestroo,Rosene, 2573-7 1 Anderlik&Associates,Inc. I i L. Storm Drain Inlet Protection: Storm Drain Inlet Protection will be measured by the number of I each. M. Temporary Rock Construction Entrance: Temporary Rock Construction Entrance measured, as indicated in the Proposal, by the weight or by the volume (vehicular measure) of material deposited. I I I End of Section ,1 I I 1 I 1 I 1 I I 55120 ®1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 2573-8 I 2575. TURF ESTABLISHMENT Specific Requirements 2575.0. SPECIFICATION REFERENCE: Unless otherwise noted or modified herein, all sections of the General Requirements shall apply. 2575.1. DESCRIPTION: This work consists of turf establishment at several locations throughout the project site described as follows: 1. Reconstructed Osman Avenue/57th Street North: Disturbed boulevard areas along the reconstructed segment of roadway which are adjacent to existing finished residential yards shall be restored by sodding. 2. Plat Areas: Anyoff-street areas within theplat which are disturbed by the project shall be restored by seeding with disk anchored mulch. 11 3. Emergency Overflow Swale: Creation of an emergency overflow swale for thelow Y point of 57th Street North as described in Special Provision No. 24. 1 The Cityof Oak Park Heights reserves s the right to add or delete portions of turf restoration necessary at the time of construction. 2575.2. MATERIALS: 2575.2.1. Seed: All seed shall be Mixture 5 as defined in the General Requirements applied at the rate of 100 pounds per acre. 2575.2.2. Topsoil: The Contractor must strip all existing topsoil from the boulevards, ditches, and other construction sites. This topsoil shall be stockpiled and then respread over the disturbed areas to be seeded. All areas to be sodded shall include 4 inches of topsoil to be supplied by the Contractor from a source located outside the project site. 1 2575.2.3. Sod: Sod shall be Type Lawn. 2575.2.4. Mulch Material: Mulch material shall be Type 1 as defined in the General Requirements and shall be disc anchored into the soil. Application shall be at the rate of 2 tons per acre. 2575.2.5. Fertilizer: Areas to be seeded shall be fertilized using a commercial grade (12-12-12) 111 applied at the rate of 200 lbs. per acre. 2575.3. CONSTRUCTION REQUIREMENTS: The Contractor shall strip and salvage all available topsoil from the areas disturbed by construction, and shall be responsible for respreading over the areas to be seeded or sodded. I 55120 ®1995 Bonestroo,Rosene, Anderlik&Associates,'Inc. 2575-1 I All areas to be seeded shall be neatly leveled and the existing soils loosened to a depth of at least two inches. All roots, rocks, stones, clods and other objectionable matter shall be removed. All areas to be sodded shall be rolled immediately following placement of the sod. 2575.3.6. Maintenance: The Contractor shall maintain seed in accordance with Mn/DOT Section 2757.3, Paragraph H, except that the Contractor shall be solely responsible for replacement and/or repair of any seeded or sodded area that may washout or erode or fail to grow prior to acceptance with no additional compensation therefor. 2575.5. METHOD OF MEASUREMENT&PAYMENT: 1 Seeding: Seeding, including seed mixture, mulch material, disk anchoring, and fertilizer shall be paid for at the bid unit price per acre which shall be compensation in full for all work. Sodding: Sodding, including sod, 4 inches of topsoil, grading, shaping, rolling, maintenance, and cleanup shall be paid for at the bid unit price per square yard stated in the proposal which shall beIt compensation in full for all work. The basis of measurement shall be the area actually covered by the sod, regardless of whether or not sodding is lapped or shingled. If necessary, the sodding shall be pegged with no further compensation allowed for extra time or materials required. I Emergency Overflow Swales: Drainage swale grading and restoration, including staked sod, 4 inches of topsoil,grading, shaping, rolling, maintenance, and cleanup shall be paid at the bid unit price per square yard as stated in the proposal and shall be considered full compensation to complete the work. The basis of measurement shall be the same as that described under sodding. I End of Section 1 I I I 55120 ®1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 2575-2 I/ II2575. TURF ESTABLISHMENT IIGeneral Requirements 2575.0. SPECIFICATION REFERENCED: Section 2575 of the Minnesota Department of Transportation "Standard Specifications for Construction" 1988 Edition and all amendments thereto shall apply except as modified or altered in the following General Requirements. II 2575.1. DESCRIPTION: This work shall consist of establishing ground cover on designated areas in accordance with the plans and as specified herein. I/ 2575.2. MATERIALS: 2575.2.1. SEED: All seed required on the project shall be furnished by the II Contractor and meet the following requirements: A. All seeds shall conform to the requirements of the latest seed laws of the State of Minnesota, including those governing weed seed tolerances. 11 B. Purity and germination requirements listed below shall be met. II PURITY GERMINATION COMMON & BOTANICAL NAME MINIMUM % MINIMUM Z Alfalfa, Creeping (Medicago Sativa) 99 8599 85 II White Clover (Trifolium Repens) 95 82 Park Kentucky bluegrass (Poa pratensis) 99 90 Perennial ryegrass (Lolium perene) 90 85 I/ Smooth bromegrass (Bromus inermis) 99 85 Timothy (Phleum pratense) 95 80 Switchgrass (Panicum virgatum) IC. The seed mixture shall be one of the mixtures listed below as required in the Specific Requirements. I/ MIXTURE 500 MIXTURE 700 40.0% Park Kentucky bluegrass 11.4% Switchgrass 20.0% Smooth bromegrass 11.4% Timothy II 6.0% Switchgrass 37.2% Smooth bromegrass 8.0% Timothy 11.4% Creeping alfalfa 20.0% Perennial ryegrass 28.6% Perennial ryegrass I/ 6.0% White Clover 2575.2.2. Topsoil: Topsoil used on this project shall be in general accordance with the material described as Topsoil Borrow in Mn/DOT Specifi- II cation 3877 and may contain a maximum of 20 percent organic material. The gradation requirements will be waived on topsoils natural to the site. II 2575-1 I/ 2/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. I 2575.2.3. Sod: Sod shall be cultured sod of a good quality. It shall be11 densely rooted Bluegrass or other approved permanent turf grasses, free of noxious weeds and objectionable grasses Before cutting, the sod shall be raked free of all debris and the grass cut to a length of approximately two (2") inches. All sod shall be cut in uniform strips not less than eighteen (18") inches in width. The thickness shall be such as to contain practically all of the dense root system of the grass, but never less than 3/4 inch. 2575.2.4. Mulch Material: Mulch material shall conform to the requirements I of the following types with the type being specified in the Specific Requirements. Type 1: This type shall consist of grain straw, hay, cuttings of agricultural grasses and legumes. The material shall be free of seed bearing stalks of noxious grasses or weeds. The material shall not contain Canada thistle or leafy spurge fragments or seeds. At the time of delivery, the mulch shall be in an air dried condition. Type 2 & 3: This type mulch using emulsified asphalt shall not be used on the project. Type 4 TO 6: Mulch type 4 through 6 shall be as described in Mn/DOT Specification 3882.2 and shall be required when specified in the Specific11 Requirements. 2575.2.5. Fertilizer: Fertilizer furnished under this specification shall be11 a commercial grade containing at least the minimum nitrogen, phosphorus and potash specified as 12-12-12. 2575.2.6. Polypropylene Plastic Netting: Polypropylene plastic netting shall 1/ meet the requirements of Mn/DOT Specification 3883. 2575.2.7. Wood Fiber Blankets: Wood fiber blankets shall be in accordance with Mn/DOT Specification 3885. 2575.3. CONSTRUCTION REQUIREMENTS: 1 2575.3.1. General: The areas to be seeded or sodded shall be covered with three (3) inches of suitable topsoil or as stated in the Specific Requirements. On the areas where mulch is required, the mulch must not lag the seeding by more than 24 hours. 2575.3.2. Soil Preparation: Immediately in advance of the sodding and 1 seeding the areas shall be raked clean of all stones, clods, roots and other objectionable matter. The areas to be sodded or seeded shall be reasonably smooth and blend with the contour of the adjoining areas. The finished surface shall be flush with or slightly below the surface of adjoining turf, walks, curbs. , etc. I/ 2575-2 2/89-GENERAL I Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. I/ 11 Prior to sowing the seed or placing sod, the soil shall be loosened to s depth of approximately three (3) inches using discs, harrows, field diggers or other suitable cultivating equipment. I/ 2575.3.3. Applying Fertilizer: Fertilizer shall be Commercial Grade 12-12-12 applied at the rate of 200 pounds per acre unless otherwise specified in the Specific Requirements using mechanical spreading devices which provide uniform distribution of the material over the designated areas. $ 2575.3.4. Sowing Seed: Seeding shall be done as soon asossible after finish grading has been completed. p I/ The rate of application and season of planting shall be as follows: Mixture Pounds Per Acre Season of Planting 11 500 50 April 15 - June 5 & July 20 - Sept. 20 700 50 April 15 - June 10 I/ & July 20 - Sept. 20 The seeding date restrictions may be modified and dormant seeding will be I/ allowed subject to the approval of the Engineer. Seed shall be sown by means of mechanical or hydro spreading of the seeds at I the specified rate of application. An agricultural type seed drill will be required only where mulching is not specified. 2575.3.5. Applying Mulch: The rate of application of Type 1 mulch shall be I/ approximately two (2) tons per acre. The mulch shall be anchored with a disc, clodbuster or other approved equipment. This equipment shall anchor the material by punching it into the soil to a depth of approximately 2 to 3 I inches. The anchoring equipment shall be operated in a general direction at right angle to the direction of surface drainage wherever practical. All mulch shall be anchored the same day as it is placed. 1/ Applying other types of mulch material shall be in accordance with Mn/DOT Specification 2575.3F. II2575.3.6. Placing Sod: All sod shall be placed within 24 hours after being cut. During this period, it shall be protected against drying out by being covered as may be necessary. The sod strips shall be carefully placed by I/ hand, beginning at the bottom of the slope and progressing upward. The length of the strips on slopes shall be as nearly as practical at right angles to the slope. The strips shall be laid with staggered joints and the edges of all strips shall be tightly pressed against the edges of adjoining strips. Sod 1/ laid adjacent to existing turf shall be neatly butted to the existing turf with no overlapping allowed. I 2575-3 1 2/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik I & Associates, Inc. I, I Overlapping of sod strips, shingle style will be required in waterways where directed by the Engineer, in which case the sod strip shall be laid at right I/ angles to the flow of water. Although pegging of sod is not specifically required it is understood that the contractor will be responsible for the successful establishment of the sod including repair or replacement of sod which becomes displaced or damaged due to the lack of protection. 11 After the sod has been placed, the sod shall be pressed into the underlying soil by rolling or tamping. 2575.3.7. Placing Erosion Mats: Erosion mats shall be installed in I/ accordance with Mn/DOT Specification 2575.3.K. 2575.3.8. Maintenance: All sod placed under the contract shall be watered and maintained by the contractor until acceptance by the Engineer. Upon being placed, the sod shall be maintained for at least 30 growing days before final acceptance will be made. During the maintenance period, all sod which is presumed dead, damaged, or has become infected with weeds shall be replaced with new sod as directed by the Engineer. I When so directed by the Engineer, the contractor shall reseed any areas on which the original seed has failed to grow. If mulching is required on the 11 project, the reseeded area shall also be remulched. Until final acceptance of the work, all maintenance and repair work shall be performed at the expense of the contractor, except that the additional seed and mulch material used for reseeding and remulching will be measured and paid for at the contract unit prices. 2575.3.9. Acceptance of Work: Seeding will generally be accepted by increment area upon satisfactory completion of the seeding and mulching and anchoring if specified. Acceptance of seeding will relieve the contractor of responsibility for maintenance except for reseeding and remulching as directed by the Engineer. Upon satisfactory placement of the original sod, payment for sod placed will be authorized at the contract unit price subject to retainage provisions of the Conditions of the Contract. Upon expiration of the sod maintenance period, the contractor shall immediately replace all presumed dead and damaged sod, or sod which has become infected with weeds. Areas replaced with new sod shall have the maintenance period extended by 20 days after replacement. Final payment shall not be made until after the maintenance period or extended period and acceptance by the Engineer. 11 2575-4 1 2/89-GENERAL Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. I I 2575.4. METHOD OF MEASUREMENT: I/ 2575.4.1. Seeding: Seeding will be measured by original area seeded. Areas requiring reseeding where the original seed has failed to grow will not be I/ added to the original measured area. 2575.4.2 Seed: All seed furnished and applied for both the original seeding and reseeding shall be measured by the weight of each mixture used. II2575.4.3. Mulch: Mulch materials will be measured separately by weight of each type furnished and acceptably applied mulch material used in remulching I/ will be measured by weight and added to the mulch quantities originally used. 2575.4.4. Disc Anchoring: Disc anchoring of Type 1 mulch will be measured by li the area in acres of mulch disced acceptably. 2575.4.5. Fertilizer: Commercial fertilizer will be measured by weight for each kind furnished and applied. I/ 2575.4.6. Sodding: Sodding will be measured by the area sodded and accepted based on actual measurements taken along the surface of the sod. No II additional payment will be made for areas resodded. Where sod is placed shingle style in waterways, the product of the sod strip length and the number of strips placed will be used as the measurement. II2575.4.7. Erosion Mats: Erosion mats of each kind will be measured separately by the area covered. I 2575.5. BASIS OF PAYMENT: Payment for Turf Establishment items at the contract prices per unit of measure shall be compensation in full for all topsoil, materials, preparation, installation and maintenance on the basis of 11 the following schedule: Item No. Item Unit 2575.501 Seeding Acre I/ 2575.502 Seed, Mixture Sodding Pound 2575.505 Square Yard 2575.511 Mulch Material, II Type Ton 2575.519 Disc Anchoring Acre 2575.521 Polypropylene Plastic netting Square Yard I/ 2575.523 Wood Fiber Blanket Square Yard 2575.531 Commercial Fertilizer Ton I/ I End of Section 2575-5 2/89-GENERAL I/ Copyright 1989 Bonestroo, Rosene, Anderlik & Associates, Inc. 11 I 23 000. WATER MAIN Specific Requirements 23,000.1. DESCRIPTION: Unless otherwise noted or modified herein, all sections of the General Requirements shall apply. 23,000.2.A. Ductile Iron Pipe: All water main pipe shall be of ductile iron and shall be Class 52. The 6 inch ductile iron pipe shall have a metal wall thickness of 0.31 inches. Contractor's attention is directed to Paragraph 23,000.2.A. of the General Requirements which states that all pipe joints shall be tested for conductivity prior to acceptance. Testing shall be in accordance with Paragraph 23,000.3.J.7. of the General Requirements. 23,000.2.D. Fire Hydrants: Hydrants shall be Waterous WB-67 "Pacer" hydrants and shall have 2- 2W' hose connections with National Standard thread, 3-1/4" O.D. male 6 threads per inch. Steamer connections shall be 5-3/4" O.D. male 4 threads per inch. Hydrants shall have 5 inch valve opening, National Standard operating nut, 6" hub and connection for mechanical joint pipe for 7.5' of cover with break-off flange feature . The "Pacer" type with rocker lug and chains are required. Hydrants shall be painted "Federal Yellow". Each hydrant installed as part of this contract shall have a fiberglass flag similar to the Hydrafinder Hydrant Marker. That marker consists of a bright red fiberglass rod 54 inches long by a diameter of 3/8 inches with four white reflective bands without a bulb end. The rod shall be attached to the hydrant by using one of the existing flange bolts. Payment for the hydrant marker shall be included in the bid unit price for hydrant complete in place. 23,000.3. CONSTRUCTION REQUIREMENTS: All valves, hydrants and lateral lines or stubs shall be tied with rods or bolts to the main line and such work shall be considered incidental to the project with no additional compensation therefor. All water main fittings, including plugs, shall be blocked using concrete thrust blocking as indicated on Standard Detail Plate 2-9. 9. All plugs and tees shall be blocked using the same dimensions as indicated for the 90 degree bend blocking. In addition, where lines terminate with plugs, the plug and two other joints shall be restrained with tie rods in conjunction with the concrete blocking. No valves on the existing water system shall be operated by the Contractor unless under emergency conditions. All water main shall have seven and one-half(7'/z) feet minimum cover. There are three separate instances p a ces m this project which will cause interruption of service to existing residences. The Contractor's attention is directed to Special Provision No. 15 which explains these situations. 55120 °1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 23,000-1 S I The existing 6" CIP watermain removed from Outlot C shall be properly disposed of at a location off the project site. This disposal shall be considered incidental to the bid unit price for removal. 23,000.3.J. Pressure Test: After the pipe has been laid, all newly laid pipe or any valved section of it shall be subjected to a hydrostatic pressure of 150 lbs. per square inch for a period of 30 minutes. A drop in pressure over the 30 minute period exceeding 3 lbs. shall be cause for rejection of the project. All leaks shall be corrected and the test repeated until the pressure drop is within the 3 lb. limit. All testing shall take place after the service lines and valves are in place. 1 23,00.3.L.4. Backfilling: All trench backfill shall be mechanically compacted to the requirements as specified below. Backfill over all pipe shall be compacted with a hand-operated mechanical tamper to a point one foot above the pipe in six inch lifts. The remainder of the trench shall be backfilled in one foot lifts to the top of the trench. The backfill material shall be compacted to 95% of the standard moisture density relationship of soil (ASTM D698-70) below the top three feet of the trench. The top three feet of the trench(exclusive of street surface section) shall be compacted to 100% density. Any settlement of street surface in excess of one (1) inch as measured by a ten foot straight-edge within the warranty period shall be Considered failure bf the mechanical compaction and the contractor shall be required to repair such settlement with no additional payment therefor. r 23,000.3.L8. Clean-Up: All of the construction area shall be returned to a condition equal to that at the start of construction. All street and boulevard areas shall be returned to their original grade and all construction debris removed. The Engineer shall provide grade stakes so that the street and boulevard areas can be returned to their original grade and cross-section. The Contractor shall furnish the necessary motor grader, scraper and/or all equipment required to completely restore the streets and boulevards and dispose of any excess material. All clean-up work shall be considered incidental to the contract with no additional compensation allowed. I 1 End of Section 111 t 55120 1 1995 Bonestroo,Rosene, Anderlik&Associates,Inc. 23,000-2 I I 23,000. WATER MAIN IGeneral Requirements 23,000.1. DESCRIPTION: This work shall consist of the construction of water mains in II accordance with the requirements of the Contract. Under the numbering system used herein number 23,000.2. - 23,000.2.G inclusive, deal with MATERIALS; 23,000.3. - 23,000.3.L8 inclusive,deal with CONSTRUCTION REQUIREMENTS;23,000.4.-23,000.4.I.inclusive,deal I with METHOD OF MEASUREMENT AND PAYMENT. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered that the additional numbers in the appropriate section may be utilized in the "Specific Requirements" Sand the numerical sequence preserved. 23,000.1.A. Work Included: The Contractor shall, unless otherwise specified, furnish all I materials, equipment, tools and labor necessary to do the work required under his contract and unload, have and distribute all pipe, fittings, valves, hydrants and accessories. The Contractor shall also excavate the trenches and pits to the required dimensions; sheet, brace and support I the adjoining ground or structures where necessary; handle all drainage or ground water; provide barricades, guards, and warning lights; lay and test the pipe, fittings, valves, hydrants and accessories, backfill and consolidate the trenches and pits; maintain the surface over the trench, remove surplus excavated material; and clean the site of the work. The Contractor shall also furnish all equipment,tools,labor and materials required to rearrange I sewers, conduits, ducts, pipes and other structures encountered in the installation of the work. All the work to completely construct the water facilities shall be done in strict accordance with the contract documents to which these General Requirements are a part. I23,000.1.B. Specification Reference: In these General Requirements reference is made to the Minnesota Department of Transportation Specifications which shall mean the "Standard ISpecifications for Construction, 1988 Edition", and subsequent amendments. 23,000.2. MATERIALS: The materials used in this work shall be new and conform to the requirements for kind and size of material specified herein or as altered in the "Specific Requirements", "Special Provisions" and "Proposal". 111 23,000.2.A. Ductile Iron Pipe: All ductile iron pipe shall be in accordance with AWWA C151 of the Class as shown on the plans, "Specific Requirements", and/or "Proposal". All pipe shall be furnished with standard thickness cement mortar lining conforming with AWWA C104. All Ipipe shall have push-on joints as specified in AWWA C111 and shall be electrically conductive. 23,000.2.B. Cast Iron Fittings: All fittings shall be mechanical joint unless otherwise indicated I and shall be in accordance with AWWA C110. All fittings shall be designed for not less than 250 psi working pressure and shall have a standard thickness cement mortar lining conforming with AWWA C104. Ductile iron compact fittings as specified in C153 with standard thickness IIlining are acceptable in lieu of cast iron fittings. i23,000-General(3\94) Copyright 1994 I Bonestroo, Rosene, Anderlik &Associates,Inc. 23,000-1 I 23,000.2.C. Rubber Gaskets: Rubber gaskets for mechanical push-onjoints joints and joints shall conform to AWWA C111 and shall be designed and manufactured to exact dimensions to assure a liquid-tight joint. All joints shall be installed with an electrical contact through every joint. 23,000.2.D. Fire Hydrants: All hydrants shall be of a uniform make. The following information will be furnished in the "Specific Requirements": (1) Size of valve opening; (2) Depth of trench and cover; (3) No. and size of hose connections; (4) No. and size of steamer connections; (5) Size and type of pipe connections; (6) Direction of opening; (7) Type of threads, hose connections; (8) Type of threads, steamer connection; (9) Shape and size of operating nut; (10) Open or closed drain holes; (11) Hydrant accessories such as flags, wrenches or drain pumps. 23,000.2.E. Gate Valve and Box: Gate valves shall be bronze mounted, iron body valves conforming with requirements of AWWA 509. All valves shall have 0-ring seals with non-rising stems and shall open to the left. Valves shall be equipped with mechanical joint ends in accordance with AWWA C111. Valve boxes shall be cast iron, screw-type, adjustable for 7-1/2 foot depth of cover. Valves and boxes shall be considered as integral units. Gate valve boxes shall be three piece, Clow F- 2450H, Mueller J-10380, or equal. 23,000.2.F. Butterfly Valve and Box: Butterfly valves shall be cast iron body rubber seated, I tight closure valves in accordance with AWWA C504. Butterfly valves shall be furnished with mechanical joint ends conforming to AWWA C111. The valve operator is an integral part of the butterfly valve and shall be constructed to operate without maintenance under ground water conditions. Valve operators shall be manufactured by the valve manufacturer and/or in valve sizes 20 inch diameter and larger shall be equal to I 90o worm gear actuators as manufactured by Limitorque Corporation or equal for buried service. Valve boxes shall be cast iron lr n and shall be two or three piece type with screw adjustable top section for 7-1/2 foot depth of cover. 23,000.2.G. Granular Materials: Materials used for improved pipe p p p foundation of pipe bedding shall meet the requirements of Mn/DOT Specification 3149H Course Filter Aggregate, except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following crushing requirements: Not less than 50% of the material, by weight,that is retained on the No. 4 sieve shall have one or more crushed faces. 1 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik &Associates,Inc. 23,000-2 I I 23,000.3. CONSTRUCTION REQUIREMENTS: I23,000.3.A. Inspection: I 23,000.3.A.1. Of Materials at Delivery Point: During the process of unloading, all pipe and accessories shall be inspected by the Contractor for loss or damage in transit. I 23,000.3.A.2. Field Inspection: All pipe and accessories shall be laid,jointed, disinfected and tested for defects and leakage in the manner herein specified. I 23,000.3.A.3. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. I23,000.3.B. Contractor's Responsibility for Material: I 23,0003.B.1. Responsibility for Material Furnished by Contractor: The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged in handling I after delivery by the manufacturer. This shall include the furnishing of all material and labor required for the replacement of installed material discovered defective prior to the final acceptance of the.work. I23,000.3.8.2. Responsibility for Safe Storage: The Contractor shall be responsible for the safe storage of material furnished by or to him and accepted by him and intended for the work,until Iit has been incorporated in the completed project. 23,000.3.C. Handling Pipe and Accessories: 23,000.3.C.1. General: Pipe and other accessories shall, unless otherwise directed,be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor. IThey shall at all times be handled with care to avoid damage. 23,000.3.D. Alignment & Grade & Underground, Surface & Overhead Utilities 23,000.3.D.1. General: All pipe shall be laid and maintained to the required lines and grades; with hydrants,valves and fittings at the required locations; and with joints centered and spigots Ihome; and with all valve and hydrant stems plumb. 23,000.3.D.2. Existing Utilities: Existing water and sewer mains, and other underground I utilities, are shown on the plans only by general location. The Owner does not guarantee the locations as shown on the plans,nor is it guaranteed that all utilities are shown. The Contractor shall be solely responsible for verifying the exact location of each of these utilities, without I additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the project area. 11 23,000-General (3\94) Copyright 1994 I Bonestroo, Rosene, Anderlik &Associates,Inc. 23,000-3 I The Contractor shall have sole responsibility for providing temporary ry support and for protecting and maintaining all existing utilities in the project area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 23,000.3.D.3. Deviations Occasioned by Other Utility Structures: Wherever existing utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe, they shall be permanently supported, removed, relocated or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a deviation from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if applicable. 23,000.3.D.4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer. 23,000.3.D.5. Subsurface Exploration: It shall be the Contractor's responsibility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no additional compensation allowed. The Engineer shall make all known records available. All known utilities are designated on the plans in a general way as stated in Section 23,000.3.D2. 23,000.3.D.6. Overhead Utilities and Obstructions: Overhead utilities, poles, etc. shall be protected against damages by the Contractor and if damaged by the Contractor, shall be replaced by him. Should it become necessary during the progress of the work to remove or relocate existing poles, overhead utilities and obstructions, the Owner shall cause the same to be done at no expense to the Contractor unless otherwise provided for in the "Special Provisions" or "Specific Requirements". It will be the duty of the Contractor to visit the site and make exact determination of the I existence of any such facilities prior to the submission of his bid. 23,000.3.E. Excavation and Preparation of Trench: 23,000.3.E.1. Description: The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specify in the "Specific Requirements". The trench shall be so braced (Section 23,000.3.E10.)and drained that workmen may work safely and efficiently therein. The discharge pipes shall be led to natural drainage channels. I 23,000-General (3\94) Copyright 1994 Bonestroo,Rosene, Anderlik &Associates,Inc. 23,000-4 I the depth of trench and I 23,000.3.E.2. Width: The trench width may vary with and depend upon the nature of the excavated material encountered; but in any case shall be of ample width to Ipermit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. The minimum width of unsheeted trenches at the top of the pipe shall be 30 inches, I and for pipe 12 inches in diameter or larger it shall be one foot greater on each side of the nominal diameter of the pipe. All trenches shall be excavated to conform to the requirements of the State Industrial Commission or the Office of OSHA, whichever is more restrictive. I23,000.3.E.3. Pipe Foundation in Good Soil: The trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil cut true and even so that the barrel of the pipe will have a bearing for its full length. Bell holes shall be excavated to insure the pipe resting for its entire length upon the bottom of the trench and to permit jointing to be made properly. I23,000.3.E.4. Correcting Faulty Grade: Any part of the trench excavated below grade shall be corrected with approved material thoroughly compacted without additional compensation to the IContractor. 23,000.3.E.5. Pipe Foundation in Poor Soil: When the trench bottom t subgrade width is oftshand, ll d, II in the opinion of the Engineer cannot support the pipe, a further depth be excavated and refilled to pipe foundation grade with well compacted granular materials for improved pipe foundation. IIt shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities I are placed on unstable soils without notification of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. I 23,000.3.E.6. Pipe Clearance in Rock: Ledge rock,boulders and large stones shall be removed to provide a clearance of at least 6 inches on each side of all pipe and appurtenances for pipe 16 inches or less in diameter; for pipes larger than 16 inches a clearance of 9 inches below and I clear width of 9 inches on each side of inside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. I 23,000.3.E.7. Pipe Foundation in Rock: The space between the a materialom of the thorounhly ch and rock and the bottom of the pipe shall be backfilled with granular bas Generally speaking, the material from the trench excavation other than rock or boulders shall I be considered as suitable material. No additional compensation for placing or tamping this material shall be allowed. However, in the event that additional material must be hauled in, the hauling of the suitable granular material for the pipe bed shall be paid for on a weight basis Iwhen ordered by the Engineer. Weight slips shall be delivered to the Engineer daily. I I23,000-General (3\94) Copyright 1994 I Bonestroo, Rosene, Anderlik 23 000-5 &Associates,Inc I 23,000.3.E.8. Solid Rock Excavation Defined: Solid rock excavation shall include such as are not decomposed,weathered or shattered and which will require blasting,barring,wedging or use of air tools for removal of any boulders or concrete or masonry structure (except concrete pavement, curb, gutter and sidewalk) exceeding one-half (1/2) cubic yard in volume that may be encountered in the work. 23,000.3.E.9. Blasting Procedure: Blasting fore until the Contractor has notified the Engineer of the necessity so to do, such notification proceed shal in no manner relieve the Contractor of the hazards and liability contingent on blasting operations. The hours of blasting will be fixed by the Owner. Any damage caused by blasting shall be repaired by the Contractor at his expense. The Contractor's methods of procedure relative to blasting shall conform to local and state laws and municipal ordinances. 23,000.3.E.10. Braced and Sheeted Trenches: Sheeting, bracing, etc. shall be put in place and maintained as may be required to support the sides of the excavation and to prevent any movement which may in any way endanger personnel, insure or delay the work, or endanger adjacent buildings or other structures. Where sheeting and bracing are used, the trench width shall be increased accordingly. Trench sheeting shall remain in place until pipe has been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot or over the top of the pipe. It shall be the Contractor's responsibility and duty to be familiar with local and state laws and municipal ordinances relating to this type of work and he shall assume the responsibility for compliance therewith. 23,000.3.E.11. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 23,000.3.E.12. Barricades, Guards, and SafetyProvisions: To protect persons from injury and to avoid property damage, adequate barricades, construction signs, fences, flashers and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the trenched roadway. 23,000.3.E.13. Traffic and Utility Controls: Excavations for pipe laying operations shall be I conducted in a manner to cause the least interruption to traffic. Hydrants under pressure,valve boxes, curb stop boxes, fire or police call boxes or other utility controls shall be left unobstructed and accessible during the construction period. 11 23,000.3.E.14. Private Property Protection: Trees, fences, poles and all other private property shall be protected unless their removal is authorized and any property damage shall be satisfactorily restored by the Contractor or adequate compensation therefore shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 1 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik &Associates, Inc. 23,000-6 I 1 23,000.3.E.15. Interruption of Water Services: No valve or other control on the existing system shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and be advised of the probable time when service will be restored. 23,000.3.E.16. Tunneling,Jacking or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing shall be stated in the "Specific Requirements". 23,000.3.E.17. Manner of Handling Pipe and Accessories Into Trench: Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. 23,000.3.E.18. Inspection Before Installation: Before lowering and while suspended, the pipe shall be carefully inspected for defects and cracks. Any defective, damaged or unsound pipe shall be rejected. 23,000.3.E.19. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. 23,000.3.E.20. Preventing Trench Water From Entering Pipe: All openings along the line of water main shall be securely closed, as directed, and at the suspension of work at any time, suitable stoppers shall be placed to prevent earth or other substances from entering water main. 23,000.3.E.21. Railroad and Highway Crossings: When any railroad or highway is crossed, all precautionary construction measures required by the Railroad and Highway Department shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements". 23,000.3.E.22. Unsuitable Conditions for Laying Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 23,000.3.F. Jointing: All jointing of mechanical joint pipe and push-on joint pipe shall be in accordance with the requirements of A.W.W.A. Specification C600. 23,000.3.F.1. Preparation of Pipe Ends: Before laying the pipes, the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 23,000.3.G. Setting Valves, Valve Boxes and Fittings 23,000.3.G.1. General: Valves and pipe fittings shall be set and jointed to new pipe in the manner heretofore specified for cleaning, laying and jointing pipe. 23,000-General (3\94) Copyright 1994 ' Bonestroo, Rosene,Anderlik &Associates,Inc. 23,000-7 I Valves: All valves shall be set where directed bythe 23,000.3.G.2. Setting Engineer. Valves and boxes shall be supported on a concrete block as shown on the detail drawings. Valve boxes shall be maintained centered and plumb over the operating nut of the valve. Tops of the valve boxes shall be set flush with the existing surface and shall be set so as to provide 12 inches of upward adjustment. Each valve box shall be marked with a 4" x 4" timber, 6' long set with 2 feet of the post exposed above grade. 23,000.3.H. Setting Hydrants: 23,000.3.H.1. Location: All hydrants shall be set where directed by the engineer. A grade stake and location stake will be provided by the Engineer at each hydrant. No hydrant shall be set until such a grade stake has been placed. 23,000.3.H.2. Procedure: All hydrants shall be supported on an 8 inch concrete block or equal concrete base. Each hydrant shall be braced as shown on the detail drawings. After each hydrant has been set, there shall be placed around the base of the hydrant, not less than one cubic yard of gravel or crushed rock from which all fine material has been removed. A layer of polyethylene, minimum 4 mil.thickness,shall be carefully placed over the rock to prevent the backfill from entering the voids in the drain rock. All hydrants must be maintained in a plumb position during the backfilling operation. 23,000.3.I. Anchorage of Bends, Tees and Plugs: 23,000.3.I.1. General: All bends, tees, hydrants and plugs shall be securely braced against I undisturbed soil using timbers, precast concrete block with wooden wedges or poured in place concrete thrust blocks. Method of anchorage must be reviewed with and approved by the Engineer prior to backfilling. 23,000.3J. Testing Pipe Lines: 23,000.3.J.1. Pressure During Tests: After the pipe has been laid and backfilled as specified, all newly laid pipe, or any valved section of it shall, unless otherwise specified, be subjected to hydrostatic or air pressure of 150 lbs. per square inch. The test must be conducted under the observation of the Engineer and with his approval. 23,000.3.J.2. Duration of Pressure Test: The duration of each pressure test shall be at least two 111 (2) hours. 23,000.3.13. Procedure: All pipe or sections thereof shall be slowly filled with water from a I safe source if a hydrostatic test is used, and the specified test pressure, measured at the lowest point of elevation, shall be applied by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, taps, gauges and all necessary apparatus shall be furnished by the Contractor. Gauges and measuring devices must meet with the approval of the Engineer. The test gauge shall be calibrated in one pound increments and operate smoothly and accurately. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik &Associates,Inc. 23,000-8 1 23,000.3.J.4. Expelling Air Before Test: Before applying hydrostatic test pressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at points at highest elevation and afterward tightly plugged. 23,000.3.15. Examination Under Pressure: Any cracked or defective pipes, fittings, valves or hydrants discovered in consequence of the pressure test shall be removed and replaced by the Contractor with sound material in the manner provided and the test shall be repeated until satisfactory to the Engineer. 23,000.3.J.6. Permissible Leakage: A drop in pressure over a 30 minute test period exceeding 3 pounds shall be cause for rejection of the project. All leaks shall be corrected and the test repeated until the pressure drop is within the 3 pound limit. 23,000.3.J.7. Conductivity: Conductivity shall be provided throughout the water system by use of copper straps or approved conductive gaskets with copper inserts. All fittings shall be mechanical joint with copper straps. Lead tipped gaskets will not be approved for conductivity. Copper jumper straps between sections of pipe shall be not less than 1/16" x 3/4" strap bolted to shop welded pipe straps of the same size. Bolts shall be 5/16" diameter bronze. For all locations where shop welded straps are not available, field welds shall be made using the Cadweld method with size 32 cartridge. Each field weld shall be properly made after filing the surface of the pipe to a clean bare metal over the entire area of the weld. Straps bolted to mechanical joint fittings shall be not less than 1/16" x 1-1/2". All straps shall be securely fastened and backfill placed so as to not damage the conductivity. Conductivity test shall be performed on all mains after they have been pressure tested and are full of water at normal operating pressure. A direct current of 350 amps at 30 volts shall be passed through the line for 4 minutes. Current flow shall be measured continuously on a suitable ammeter and shall remain steady without interruption or excessive fluctuation throughout the period. At the end of the 4 minute period, the current shall be raised to 400 amps for 1 minute without fluctuation. Insufficient current or wide fluctuations of ammeter needle shall be evidence of defective conductivity which shall be isolated,corrected and retested. Acceptable equipment for the test shall be arc welding machines with adequate sized cables to carry the test current without voltage drop or overheating. Conductivity test shall be carried out in the presence of the Engineer or his duly authorized agent. Caution shall be exercised at all times when working with electrical equipment and wires during the conductivity test. r I 1 23,000-General (3\94) Copyright 1994 l Bonestroo, Rosene, Anderlik &Associates,Inc. 23,000-9 I 23,000.3.K. Disinfection: 23,000.3.K.1. General: After completion of the installation and testing, the Contractor shall disinfect the new pipe,valves and fittings as described in A.W.W.A. Specification No. C651 by use of the Tablet Method which is generally described as follows: The Contractor shall place hypochlorite tablets in each section of pipe and also in hydrants, hydrant branches and other appurtenances during construction. The tablets shall be attached to the top of the pipe with an adhesive such as "Permatex" No. 1 or other approved material. When the installation has been completed, the main shall be filled with water at a velocity of less than 1 foot per second. This water shall remain in the pipe for at least 24 hours. After the 24 hour retention period, the heavily chlorinated water shall be flushed from the main until the chlorine concentration in the water leaving the main is less than 1 ppm. Tests are required to determine chlorine residual at the end of the 24 hour retention period and after flushing to ascertain that the heavily chlorinated water has been removed from the pipeline. At the end of the 24 hour retention period, the main shall contain not less than 10 ppm chlorine. The number of tablets required per 20 foot length of pipe based on 31/4 grain available chlorine per tablet is as follows: Diameter No. of Tablets I 4" 1 6" 2 8" 3 10" 4 12" 5 16" • 9 18" 12 20" 14 24" 20 After final flushing and before the main is placed in operation, samples shall be collected and 1 tested to show the absence of coliform organisms. If the initial disinfection fails to produce satisfactory bacteriological samples, the main shall be reflushed and resampled. If further samples show the presence of coliform organisms, then the mains shall be rechlorinated by the continuous feed or slug method of chlorination until satisfactory results are obtained. t 1 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik &Associates,Inc. 23,000-10 I 111 23,000.3.L. Backfilling, Cleaning Up and Maintaining Surfaces: 23,000.3.L.1. Backfilling Procedure at Pipe Zone: Granular material or other suitable backfill material free from rocks, boulders and other unsuitable substances shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench to a height of at least six (6) inches above the top of the pipe. The backfill shall be hand placed and thoroughly compacted to fill all spaces under and adjacent to the pipe. 23,000.3.L.2. Backfill Procedure Above Pipe Zone: (Type "B") Procedure Where Settlement is Allowable: Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contractor. On traveled streets, completed backfill shall be rolled by wheel type or crawler type equipment weighing not less than 6 tons. Surface shall be maintained in passable condition for traffic until date of final inspection. Backfilling under exposed existing utilities shall be compacted to prevent settlement and any future displacement. 23,000.3.L.3. Backfilling Procedure Above Pipe Zone: (Type"B") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill could cause excessive settlement. This type of backfilling may be compacted by puddling with hose and long pipe nozzle, or by flooding the trench, as the backfilling is accomplished above the pipe zone by any mechanical means or otherwise at the option of the Contractor. It is important that proper precautions be taken to prevent flooding of the pipe when flooding the trench and the Contractor shall be wholly responsible for neglect of these precautions. 23,000.3.L.4. Procedure Where No Settlement is Allowable: (Type "C") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rocks, concrete or clay lump more than one-third cubic foot in volume, roots,stumps,tin cans, rubbish,frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling shall be placed in uniform layers before compaction of approximately 6 ' inches, tamped by mechanical means to the density specified in the Specific Requirements. 23,000.3.L.5. Procedure Where No Settlement is Allowable: (Type "D") Succeeding layers of backfill shall be made of selected materials meeting requirements as set forth in the "Specific Requirements". This type of backfilling shall be placed in uniform layers before compaction of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. It shall be the duty of the Contractor to remove excavated materials not used in backfilling to a location as designated in the "Specific Requirements". I 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene, Anderlik &Associates,Inc. 23,000-11 I 23,000.3.L.6. Deficiency of Backfill, By Whom Supplied: Any deficiency in the quantity of material for backfilling the trenches or for filling depressions caused by settlement shall be supplied by the Contractor with no extra compensation allowed. Any settlement which occurs shall be refilled by the Contractor. Material shall be at the Contractor's expense and of a material approved by the Engineer. I 23,000.3.L.7. Restoration of Surface: All surfaces shall be returned to the original grade and contour. Any excess dirt caused by displacement due to structures shall be removed by the Contractor to a location as designated with no extra compensation. 23,000.3.L.8. Cleaning Up: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor and all dirt and rubbish caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall be left to the satisfaction of the Engineer. Clean up operations shall be accomplished promptly after tests are completed. 23,000.4. METHOD OF MEASUREMENT AND PAYMENT: I 23,000.4.A. Pipe in Place: Pipe will be paid for at the contract price per linear foot,which shall include the cost of furnishing all pipe,rubber gasket,joints and other material and of delivering, handling, laying, trenching, bedding, backfilling, compaction, testing and all material or work necessary to install the pipe complete in place at the depth above specified. The length of pipe for which payment is made shall be the actual overall length measured along I the axis of the pipe without regard to intervening valves or fittings. All jacking shall be paid for at the contract unit price per linear foot which shall include both the water pipe and the casing under roadway and railroad, complete as specified previously under Section 23,000.3.E21. Payment shall be made for the jacking length specified unless unforseen conditions require a change in length of jacking. 23,000.4.B. Cast Iron Fittings: Cast iron specials will be paid for at the contract price per pound installed, said weights to include fittings, glands,bolts and gaskets. Payment for cast iron fittings shall be for the published weights of mechanical joint fittings as listed in A.W.W.A. C110. If ductile iron fittings are used, the weight for payment shall be the equivalent cast iron weight. 23,000.4.C. Hydrants: Hydrants will be paid for at the contract unit price per hydrant installed complete with gravel,concrete base and bracing,but does not include the auxiliary hydrant valve which shall be paid for under another item of these specifications if required. 23,000.4.D. Gate Valves and Boxes: Gate valves and boxes, including extensions,will be paid for at the contract unit price per valve and box installed for each size. 23,000.4.E. Butterfly Valves and Boxes: Butterfly valves, operators and boxes, including 111 extensions, will be paid for at the contract unit per valve and box installed for each size. 23,000-General (3\94) Copyright 1994 Bonestroo, Rosene,Anderlik &Associates,Inc. 23,000-12 I 23,000.4.F. Improved Pipe Foundation Material: The additional granular material required below the specified bedding shall be paid for per lineal foot of improved pipe foundation placed ' for each six (6) inch thickness of granular material placed. 23,000.4.G. Rock Excavation: If rock is encountered in the trench, such rock excavation shall be measured by volume in cubic yards and shall be measured from the top of the rock to a point six (6) inches below the bottom of the pipe and twelve (12) inches from each side of the inside diameter of the pipe. The minimum trench width of the rock excavation shall be 36 ' inches. Payment shall be at the contract unit price per cubic yard. 23,000.4.H. Sand Cushion: Granular material used for a sand cushion in areas of rock excavation where suitable materials are not available on site shall be paid for at the contract unit price per ton of material deposited under and around the pipe. 23,000.4.I. Special Structures and Appurtenances: Basis of payment for special structures and appurtenances not included above shall be stated in the "Special Provisions", "Specific Requirements" and/or "Proposal". I I 1 1 End of Section I i 23,000-General (3\94) Copyright 1994 ' Bonestroo,Rosene, Anderlik &Associates,Inc. 23,000-13 1 111 24 000. SEWERS Specific Requirements 24,000.1. DESCRIPTION: Unless otherwise noted or modified herein, all sections of the General Requirements shall apply. ' 24,000.2. MATERIALS: All 8 inch diameter lines to be constructed as part of this project shall be solid wall PVC pipe or ductile iron pipe. The PVC pipe shall be either Schedule SDR35 or Schedule SDR 26 as noted on the plans and proposal and in accordance with Section 24,000.2.B of the General Requirements. Polyvinyl chloride sewer pipe and fittings shall be produced by a continuous extrusion process using Type 1, Grade 1 material as defined in A.S.T.M. Specification D-1784. The design, dimensions, and wall thickness shall be in accordance with A.S.T.M. Specification D-3034, SDR 35 or SDR 26 as stated on plans and in the specifications. Polyvinyl chloride pipe joints shall be bell and spigot type with solvent cement applied in accordance with the manufacturer's recommendations. Gasket push-on type joints are considered an equal joint. Ductile ironpipcrossing e shall be installed at the of the existing 36"RCP storm sewer between MH-2 and MH-3, as shown on Plan Sheet No. 4. This ductile iron pipe shall be 8-inch diameter, Class 52, Iwith a metal wall thickness of 0.33 inches. All sanitary sewer service lines shall be 4" PVC pipe as per A.S.T.M. Specifications D-1785, Schedule 40. All storm sewer shall be reinforced concrete pipe in accordance with Section 24,000.2C of the General Requirements with Type R-4 joints. 24,000.2.H. Manhole&Catch Basin Frames&Covers: All sanitary sewer and storm sewer manhole frames and covers shall be Neenah Foundry R-1642B, or equal with concealed pick holes. Storm sewer catch basin frames and covers shall be Neenah R-3067V or R3290A, and R1737 castings on the high capacity catch basins. Castings shall meet the following requirements; Casting designation Minimum Weight Other Requirements ' R-1642B 325 lbs. Indented Top Design R-1737 115 lbs. Frame shall be cast into top slab for the high capacity structure. i R-3067V 510 lbs. Vane Grates R-3290A 420 lbs. 1 55120 1995 Bonestroo,Ronne, Anderlik&Associates,Inc. 24,000 1 The R-3067V casting shall be furnished with a curb inlet box that has a 3 inch radius front face surface. Manhole structures shall be 4'diameter or as indicated on the storm sewer schedule on Sheet 2 of the plans, and steps shall be included in all structures over 4.0 feet in depth. New manholes and catch basins installed as part of thisro'ect shall be adjusted J J ed m accordance with Section 1700, Adjust Miscellaneous Structures. 24,000.2.J. Precast Concrete Manholes& Catch Basins: All structures are to be constructed using precast sections, including the high capacity catch basins. All sanitary manholes shall be built in accordance with Detail Plate 1-1. All storm sewer manholes and catch basins shall be built in accordance with Detail Plates 1-10, 1-16, 1-19, 1-32 and 1-32A. All round openings in cones and top slabs shall be 27 inch diameter. All concrete pipes entering manholes or catch basins shall be cut with a power saw similar to type used for ductile iron pipe. 24,000.3. CONSTRUCTION REQUIREMENTS: As shown on Plan Sheet No. 6, the Contractor is required to remove approximately 160 lineal feet of existing 18 inch diameter RCP storm sewer, I including 4 long radius bends. The pipe shall be inspected by the Engineer after removal. Whatever is deemed salvageable shall be reinstalled by the Contractor'at the new locations indicated on the Plan. The remainder of the pipe, including the bends, shall be hauled to an acceptable location off the project site and properly disposed of. The removal of the 18 inch diameter RCP will leave a hole in the side of the pipe in the existing 36 inch diameter RCP trunk storm sewer line. The Contractor shall be responsible to patch this hole in accordance with the following requirements. All loose deleterious and miscellaneous debris shall be removed from the edges of the hole and the inside wall of the pipe. The Contractor shall then erect braced form work on the inside of the pipe, so that the finished surface of the patch will be smooth and curved to match flushly with the inside surface of the existing pipe. The bracing and forms shall be left in place until such time as the patch has sufficiently hardened to allow removal. As part of the patching procedure, the Contractor shall embed 6" x 6" wire reinforcing mesh within the concrete on the outside of the existing pipe. The mesh shall be one continuous piece and extend a minimum of 12 inches beyond the edge of the hole on all sides, and shall be conveyed by a minimum of 3 inches ■ of concrete. The trench around the pipe shall not be backfilled until the patch has hardened sufficiently. The proposed sanitary sewer crosses under the existing 36 inch diameter RCP trunk storm sewer between MH-2 and MH-3, as shown on Plan Sheet No. 4. The anticipated clearance between pipes 1 is minimal. Therefore, prior to the installation of any sanitary sewer, the Contractor shall expose the existing storm sewer in order to verify its location and elevation. As indicated on the plan, the crossing is to be made by laying a full piece of 8 inch diameter ductile iron pipe, centered under the existing storm sewer. The ductile iron pipe shall be connected to the 8 inch PVC pipe on either end by means of a Fernco type connector. Care shall be taken to ensure that line and grade are maintained through the connections. A concrete collar shall be poured around each connection. The collar shall be a minimum of 6 inches thick and shall extend a minimum of 6 inches past each end of the Fernco connector. 55120 ®1995 Bonestroo,Rosene, 111Anderlik&Associates,Inc. 24,000-2 I I24,000.3.E3. Pipe Bedding: Where PVC pipe is used, it shall be installed and bedded in accordance with ASTM Specifications D2321 "Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe". Bedding requirements shall include mechanical compaction of sand and gravel material surrounding the pipe to at least 95% of standard Proctor to prevent deflection of the pipe cross-section. This granular material must be furnished by the Contractor from a site that is III located off the project location. The Contractor will not be allowed to use any on-site granular materials that may be encountered during the installation of water and sewer utilities. This granular material shall comply with gradation specifications and placement requirements as stated on Standard Detail Plate No. 1-2513 for Bedding Methods. Payment for such bedding and compaction I requirements shall be considered incidental to the installation of the sewer pipe. will be If improved pipe foundation material is required below the specified bedding, then payment made per lineal foot of trench stabilized for each 6 inch thickness of foundation material placed. As an example, if 2 feet of foundation material is required under a pipe installed with C-2 bedding; 6 Iinches of material is required for Class C-2 bedding and payment will be made for 3 lineal feet of pipe foundation material, 6 inches deep. 1 The Contractor shall furnish the foundation material from a source located off the project site. The Contractor will not be allowed to usb any on-site granular materials encountered during the installation of the water and sewer utilities for purposes of pipe foundation construction. Foundation material shall comply with gradation specifications and placement requirements as stated on Standard Detail Plate No. 1-25B for Pipe Foundation Methods. Payment shall be as described above and as Istated on the Detail Plate. The installation of granular bedding materials for normal PVC pipe installation and also placement of foundation material for pipe stabilization will generate excess material. This excess material and the excess material from pipe and structure installation shall be removed from the project site by the Contractor. No additional compensation will be considered or allowed for removal, hauling, and disposal of excess material as stated in Section 24,000.6.H. of the Sewer General Requirements. The required procedures described above for pipe bedding and pipe foundation in good soils and pipe Ifoundation and pipe bedding in poor soils shall apply to the sanitary sewer mains and house service lines alike. I24,000.6. BACKFILLING: All trench backfill shall be mechanically compacted to the requirements as specified below. Backfill over all pipe shall be compacted with a hand-operated mechanical tamper to a point one foot above the pipe in six inch lifts. The remainder of the trench shall be backfilledin one foot lifts to the Itop of the trench. The backfill material shall be compacted to 95% of the standard moisture density relationship of soil II (ASTM D698-70) below the top three feet of the trench. Backfill within easement areas shall be compacted to 98%density. The top three feet of the trench (exclusive of street surface section) shall be compacted to 100% density. 1 55120 0 1995 Bonestroo,Rosette,' 24,01/x/-3 Anderlik&Associates,Inc. I Any settlement of street surface in excess of one (1) inch as measured by a ten foot straight-edge the warranty period shall be considered failure of theF>h edge contractor shall be required to repair such settlement with no additional pascal compaction and the restoration of the surface area affected. The method of trench settlement repairs rsnand restoration t therefor, ushallI be approved by the Engineer. 24,000.6.J. Gleam All of the construction area shall be returned to a condition equal to that at the111 start of construction. All street and boulevard areas shall be returned to their original rade a construction debris removed. g nd all The Engineer shallprovide I grade stakes so that the street and boulevard areas can be returned to their original grade and cross section. The Contractor shall furnish the necessary motor grader, scraper and/or all equipment required to completely restore the streets and boulevards and dispose excess material. All cleanup work shall be considered incidental to the contract with no additional compensation allowed. 24,000.7. TESTING PIPE LINES: 24,000.7.A. Testing Pipe Lines Pipe line testingre uir I testing shall be considered incidental to the bid cost ts shall b of the pipee as follows: All pipe. line a. Infiltration Test: Perform as required by 24,000.7.A. Contractor I and devices as necessary and directed bythe En shall construct measuring weirs not exceed 100 gallons per mile per inch of diameterdeper day. The allowablemum asu measurements shallf leakageeshallkn between individual manholes and the infiltration in anynotis be taken I le. The test shall be waived if no visible infiltration is observedduringthe tamping or televisiexceed the nloinspections.b g ' b. Mandrel Test: As part of the testing procedures, the Contractor shall be required to perform mandrel test after the sanitary sewer main installation has been completed. A minimum waiting time period of 30 days after the pipe installation is required before the deflection test may be performed. I The Contractor shall furnish the mandrel, all materials and equipment, and the necessary labor force to pull the mandrel through all lines to verify the pipe's integrity. I The mandrel will be pulled in the presence of the Engineer's project representative. Costs incurred to conduct the test are to be incidental to the pipe installation bid unit price. A deflection greater than I five percent of the inside diameter of the pipe is considered a failure of the pipe bedding and is therefore defective work subject to Section 8.13 and 8.15 of the Conditions of the Contract. The Owner further reserves the right to measure the deflection of PVC i period following the final acceptance of the sewer pipe. Deflections greater hanu5 5% of the inside diameter of the pipe shall be considered failure of the bedding procedure and the ContractorI may be required to re-excavate the trench, re-compact the backfill material and restore the surface with no additional compensation for such work. I 55120 I ®1995 Bonestroo,Rosen, Anderlik&Associates,Inc. 24,000-4 1 c. Air Test; All polyvinyl chloride sanitary sewer pipe installed in this project shall be air tested. Pipe shall be cleaned but may be wetted. Pneumatic balls shall be used to plug the ends at manholes. Low pressure air shall be introduced in the plugged line until the internal air pressure reaches 4.0 psig greater than the average back pressure of any groundwater pressure that may submerge the pipe. At least two minutes shall be allowed for the pressure to stabilize before readings are taken and the timing started. During this time,the Contractor shall check all plugs with soap solution to detect plug leakage. If any plugs are found to leak, air shall be bled off, the plugs shall be retightened and the air shall be reintroduced into the line. ' The sewer line under test will be accepted as having passed the air test if the pressure does not drop more than 0.6 psig in less time than 1/2 minute per inch in diameter of the pipe being tested. The minimum starting pressure is 3.6 psig. All costs associated with performing the air tests or any corrective work found necessary due to failure of tests shall be considered incidental to the project. ' 24,000.7.B. INSPECTION: Upon completion of the pipe installation the City of Oak Park Heights will televise the entire system installed under this contract. Any defects, faulty joints, cracked pipe or other deficiency noted by the TV inspection shall be immediately corrected by the installing ' contractor with no additional compensation allowed. Any visible sign of infiltration shall be considered a defect requiring correction. The Contractor shall assist with providing access to all sanitary sewer manholes at the time of television inspection. ' 24 000.9. BASIS OF PAYMENT: Placement of the 8 inch diameter DIP at the storm sewer crossing between Manhole 2 and 3 shall be paid at the bid unit price stated in the Proposal based on the lineal feet of DIP actually installed. This shall be considered payment in full for all work associated with the crossing, including Fernco connectors and concrete collars. ' Payment for the patching of the 36 inch diameter RCP following removal of the 18 inch RCP shall be made at the lump sum bid unit price as stated in the Proposal. This shall be considered payment in full for all work associated with the patching, including forms and reinforcing mesh. 1 End of Section 1 1 55120 ®1995 Bonestroo,Rosene, ' Anderlik&Associates,Inc. 24,000-5 I I24,000. SEWERS IGeneral Requirements I 24,000.1. DESCRIPTION: This work shall consist of the construction of sewers in accordance with the requirements of the Contract. Under the numbering system used herein numbers 24,000.2 - 24,000.2.N inclusive, deal with Materials; 24,000.3 - 24,000.7.A inclusive, deal with Construction Requirements; 24,000.8 - 24,000.8.K inclusive, deal with Method of Measurement I and 24,000.9 - 24,000.9.M, inclusive, deal with Basis of Payment. It is intended that when the Standard Specifications do not cover the subject matter necessary to be covered, additional I numbers in the appropriate section may be utilized in the Specific Requirements and the numerical sequence preserved. I 24,000.1.A. Work Included: The Contractor shall, unless specified otherwise, furnish all materials, equipment, tools and labor necessary to do the work required under his contract and unload,haul and distribute all pipe,castings,fittings,manholes and accessories. The Contractor I shall also excavate the trenches and pits to the required dimensions; sheet, brace and support the adjoining ground or structures where necessary;handle all drainage or groundwater;provide barricades, guards and warning lights; lay and test the pipe, castings, fittings, manholes and accessories;backfill and consolidate the trenches and pits; maintain the surface over the trench; Iremove surplus excavated material; and clean the site of the work. I The Contractor shall also furnish all equipment,tools,labor and materials required to rearrange sewers, conduits, ducts, pipes or other structures encountered in the installation of the work. All the work to completely construct the sewer facilities shall be done in strict accordance with Ithe contract documents to which these General Requirements are a part. 24,000.1p .B. Specification Reference: In these General Requirements reference is made to the Minnesota Department of Transportation Specifications which shall mean the "Standard ISpecifications for Highway Construction" of the Mn/DOT, dated January 1, 1983 and subsequent amendments. 1 24,000.2. MATERIALS: The materials used in this work shall be new and conform to the requirements for class, kind and size of material specified below or as altered or more I specifically described in the "Specific Requirements", "Special Provisions" and "Proposal". ClayPipe: Claysewer pipe and fittings shall conform to the requirements of the 24,000.2.A. � I current A.S.T.M. Specification C-700 for extra strength clay sewer pipe. Extra strength pipe shall be used for all Vitrified Clay Sewer Pipe on the project. I 24,000.2.B. Polyvinyl Chloride Sewer Pipe: Polyvinyl chloride sewer pipe and fittings shall be produced by a continuous extrusion process using Type 1, Grade 1 material as defined in A.S.T.M. Spec. D-1784. The design, dimensions and wall thickness shall be in accordance with ASTM Spec. D-3034, SDR 35. 24,000-General (3/94) Copyright 1994 Bonestroo,Rosene,Anderlik I &Associates,Inc. 24,000-1 1: 1 24,000.2.C. Reinforced Concrete Sewer Pipe: The sewer pipe shall ' requirements of the Standard Specifications for Reinforced Concrete Sewer Pipe, A.S.T.M. Designation C-76 of the class designated on the plans and in the Proposal. 24,000.2.D. Corrugated Metal Pipe: Corrugated metal pipe shall conform to the Standard Specifications for Corrugated Metal Pipe Culvert of the A.A.S.H.O. Specification M-36 with exceptions and additions as noted in Mn/DOT Specification 3226. The kind of base metal and gauge is stated in the "Specific Requirements". If any special coating is required, it will be stated in the "Specific Requirements". 24,000.2.E. Ductile Iron Pipe: Ductile iron pipe shall conform with the requirements of AWWA Standard C151 of the class and type stated in the "Specific Requirements". All ductile iron pipe shall have mechanical or push-on type joints and shall have a standard thickness cement mortar lining in accordance with AWWA Standard C104. Where ductile iron pipe is used as a pressure line receivingdischarge ' from a pumping station, all joints shall be electrically conductive by use of copper straps or approved conductive gaskets with copper inserts. 24,000.2.F. Cast Iron Fittings: Where ductile iron pipe is furnished,fittings shall be mechanical joint in accordance with AWWA Standard C110. All fittings shall be designed for 150 psi working pressure. All fittings shall have a standard thickness of cement mortar lining in accordance with AWWA Standard C104. Ductile iron fittings in accordance with AWWA Standard C-153 are considered equal. 24,000.2.G. Joints and Joint Materials: 24,000.2.G.1. Clay Pipe: Clay pipe joints shall be rubber ' or plastic type compression joints in accordance with A.S.T.M. Spec. C-425. Plain-end vitrified clay pipe may be used which employ Type B compression couplings in accordance with ASTM Specification C594. 24,000.2.G.2. Polyvinyl Chloride Pipe: Polyvinyl chloride pipe joints shall be bell and spigot type with solvent cement applied in accordance with the manufacturer's recommendations. Gasketed push-on type joints are considered equal. 24,000.2.G.3. Concrete Pipe: Reinforced concrete pipe joints shall meet the requirements of ASTM Specification C-361 and shall be the Bureau of Reclamation Type R-4. Deformed concrete pipe shall be jointed with material similar to Ram-Nek, Hamilton Kent, Kent Seal No. 2 or equal gasket material applied in accordance with manufacturer's recommendations. 24,000.2.G.4. Ductile Iron Pipe: Gaskets for mechanical joint and push-on joint pipe shall be designated and manufactured to exact dimensions to assure a liquid tight joint. All joints for pipe used as a pressure line shall be installed with an electric contact through every joint. Joints shall conform to AWWA Standard C111. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene,Anderlik &Associates,Inc. 24,000-2 24,000.2.G5. Corrugated Metal Pipe: Corrugated metal pipe shall be joined using coupling bands in accordance with Mn/DOT Specification 3226. 24,000.2.H. Manhole and Catch Basin Frames & Covers: Cast iron for both manholes and catch basin frames and covers shall be of the best grade of cast iron, free from all injurious defects and flaws and shall be Class 35 iron in accordance with A.S.T.M. Spec. A-48. Each casting shall be sand blasted but no further coating or finish is required. Both the surface of ' the cover and frame in contact shall be machined for non-rocking protection. The words "SANITARY SEWER" or "STORM SEWER" shall be cast on top of each manhole cover in two inch letters where each is applicable. All manhole castings shall be furnished with two concealed type pick holes of a design approved by the Engineer. The type, style and weight of all manhole castings, special castings and catch basin castings shall be as stated in the "Specific Requirements". 24,000.2.I. Manhole Steps: 24,000.2.I.1. Cast Iron Manhole Steps: Cast iron manhole steps shall be manufactured from hi-test metal having a minimum tensile strength 35,000 pounds per square inch. All manhole ' steps shall be Neenah Foundry Step No. R J° 1T. Badger F-15 or equal. All steps shall conform to the requirements of A.S.T.M. Designation C-478. ' 24,000.2.I.2. Aluminum Manhole Steps: Aluminum manhole steps of a design similar to the cast iron steps specified may be used. Aluminum manhole steps shall be made of Apex Ternalloy No. 5 aluminum alloy. ' 24,000.2.I.3. Polypropylene Coated Manhole Steps: Polypropylene molded over steel reinforcing rod and similar in design to the cast iron steps specified may be used. All such steps 1 shall be M.A. Industries (SP-1-PF) Manhole Step, or equal. 24,000.2.J. Pre-Cast Concrete Manholes: Precast concrete manholes shall be used for all ' manholes more than 6.5' deep from rim to top of pipe and shall conform to the requirements of A.S.T.M. Designation C-478. Segmental block may be used for the lower portion of manholes over large diameter pipe up to the top of the largest pipe. Unless otherwise stated, ' the internal diameter shall be four feet. The upper section of the manhole shall be reduced to a smaller diameter opening by use of an eccentric pre-cast cone made expressly for this purpose. On manholes 8 ft. deep and greater the pre-cast section immediately below the cone section shall be one (1 foot in height). The vertical wall of the cone shall be on the downstream side of the manhole, except for pipe 36 inches in diameter or greater where steps will be placed to provide the most suitable access. A minimum of 2 rings and a maximum of four rings of adjustment shall be allowed. All manholes shall be watertight. Precast manhole joints shall be rubber o-ring gasket type. All manhole steps shall be securely and neatly mortared in place. All lifting holes shall be neatly mortared up. Manhole bases may be pre-cast or poured in ' place. Poured in place bases must be acceptably cured before the manhole sections are placed on the hardened slab. The inverts of all manholes shall be shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free 24,000-General (3/94) Copyright 1994 ' Bonestroo, Rosene, Anderlik &Associates,Inc. 24,000-3 uninterrupted flow with all surfaces sloping to the flow line. Manholes may be supplied with preformed inverts and watertight pipe connections for all lines 15" in diameter or smaller. Preformed inverts will not be allowed where pipe grades are 2 percent or greater unless design grade is built through the manhole. All manholes, catch basin manholes and catch basins shall be constructed in accordance with ' the detail plates included in the contract documents. Where manhole or catch basin depths are less than 6.5 feet from rim to top of pipe, they shall , be built with precast concrete manhole sections and a precast concrete manhole slab with offset opening suitable for street loading. Where manholes are constructed using a precast concrete manhole top slab, the pre-cast section immediately below the slab shall be one (1) foot in height. "Mini-Tee" type precast manhole bottom sections may be used for the installation of all small diameter concrete pipe sewers in lieu of the construction method described above. 24,000.2.K. Pre-Cast Segmental Block: Eight inch precast segmental radial block may be used for the lower portion of manhole over large diameter pipe and for shallow manholes and catch basins. Concrete used in the manufacture of these blocks shall conform to the requirements of A.S.T.M. "Specifications for Concrete & Masonry Units for Construction of Catch Basins & Manholes", Serial Designation C-139. The exterior of all block manholes shall be plastered with one-half inch of mortar as per Paragraph 24,000.5.D. ' 24,000.2.L. Concrete Materials: Concrete for monolithic concrete manholes and all manhole bases shall consist of Standard Portland Cement Type I, clean washed sand and crushed rock and gravel free from deleterious materials. Portland cement shall conform to A.S.T.M. Specifications, Portland Cement Type I, Standard Serial Designation C-150. Gradation shall be subject to the approval of the Engineer with proper water-cement ratio to obtain a concrete testing not less than 3000 pounds per square inch in 28 days. 24,000.2.M. Mortar Materials: Mortar used for laying up concrete block or brick manholes or used for plastering lift holes and exteriors of manholes shall consist of Standard Portland Cement Type I, Standard Serial Designation C-150. Lime shall conform to specifications for normal finishing hydrated lime, A.S.T.M. Serial Designation C-6 or specifications for hydraulic hydrated lime for structural purposes, A.S.T.M. Serial Designation C-141. Gradation shall be subject to the approval of the Engineer. 1 24,000-General (3/94) ' Copyright 1994 Bonestroo, Rosene, Anderlik &Associates,Inc. 24,000-4 I I . Granular Materials: Granular materials used for improved roved pipe foundation, special n P pipe bedding, or PVC pipe bedding where improved pipe foundation is required shall meet the Irequirements of Mn/DOT Specification 3149H, Coarse Filter Aggregate except that hard, durable crushed carbonate quarry rock may also be used. The material shall have the following I crushing requirements. Not less than 50% of the material, by weight, that is retained on the No. 4 sieve shall have one or more crushed faces. I Granular materials used for pipe bedding in rock and for PVC pipe bedding where improved pipe foundation is not required shall meet the requirements of Mn/DOT Specification 3149A, Granular Borrow, except that 100%, by weight, shall pass the 1" sieve. 1 24,000.3. CONSTRUCTION REQUIREMENTS: I24,000.3.A. Inspection: 24,000.3.A.1. Of Materials at Factory: All materials,whether furnished by the Owner or by the I Contractor are subject, at the discretion of the Owner, to inspection and approval at the plant of the manufacturer. 24,000.3.A.2. Of Materials at Delivery Point: During the process of unloading, all pipe and Iaccessories shall be inspected by the Contractor for loss or damage in transit. No shipment of material shall be accepted by the Contractor until or unless notation of any lost or damaged Imaterial shall have been made on the bill of lading by the agent of the carrier. 24,000.3.A.3. Field Inspection: All pipe and accessories shall be laid,jointed,tested for defects I and for infiltration in the manner herein specified as directed by the Engineer and subject to his approval. I 24,000.3.A.4. Disposition of Defective Material: All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer and the Contractor shall promptly remove from the site of the work such defective material. I24,000.3.B. Contractor's Responsibility for Material: I 24,000.3.B.1. Responsibility for Material Furnished by Contractor: The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or that has become damaged after delivery Iby the manufacturer. 24,000.3.B.2. Responsibility for Safe Storage: The Contractor shall be responsible for the safe storage of material furnished by or to him, and accepted by him, and intended for the work, I until it has been incorporated in the completed project. I 24,000.3.C. Handling Pipe & Accessories: Pipe and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the project by the Contractor; they shall at all times be handled with care to avoid damage. I24,000-General (3/94) Copyright 1994 I Bonestroo,Rosene, Anderlik &Associates,Inc. 24,000-5 24,000.3.D. Alignment & Grade & Underground, Surface & Overhead g Utilities: 24,000.3.D.1. General: All pipe shall be laid and maintained to the required lines and grades; with tees,wyes, catch basins, special structures and manholes at the required locations; and with joints centered and spigots home. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying y g pipe at the Contractor's expense. 24,000.3.D.2. Existing Utilities: Existing water and sewer mains, and other underground gr d utilities, are shown on the plans only by general location. The Owner does not guarantee that the utilities are complete or that the locations are as shown on the plans, and the Contractor shall be solely responsible for verifying the exact location of each of these utilities, without additional compensation. Prior to the start of any construction, the Contractor shall notify all utility companies having utilities in the Project Area. The Contractor shall have sole responsibility for providing temporary support and for protecting and maintaining all existing utilities in the Project Area during the entire period of construction, including but not limited to the period of excavation, backfill and compaction. In carrying out this responsibility, the Contractor shall exercise particular care, whenever gas mains or other utility lines are crossed, to provide compacted backfill or other stable support for such lines to prevent any detrimental displacement, rupture or other failure. 24,000.3.D.3. Deviations Occasioned by Other Utility Structures: Wherever existing utility structures or branch connections leading to main sewers or to main drains or other conduits, ducts, pipe or structures present obstructions to the grade and alignment of the pipe,they shall be permanently supported, removed, relocated, or reconstructed by the Contractor through cooperation with the Owner of the utility, structure or obstruction involved. In those instances where their relocation or reconstruction is impracticable, a deviation from the grade will be ordered and the change shall be made in the manner directed with extra compensation allowed therefore at unit prices, if applicable. 24,000.3.D.4. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer. 24,000.3.D.5. Subsurface Exploration: It shall be the Contractor's responsibility to determine and verify the location of existing pipes, valves or other underground structures as necessary to progress with the work with no additional compensation allowed. The Engineer shall make all known records available. All known utilities are designated on the plans in a general way as stated in Section 24,000.3.D2. 1 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik &Associates,Inc. 24,000-6 , I I 24,000.3.D.6. Overhead Utilities & Obstructions: Overhead utilities, poles, etc., shall be I protected against damage by the Contractor and if damaged by the Contractor, shall be replaced by him. Should it become necessary during the progress of the work to remove or relocate existing poles, overhead utilities and obstructions, the Owner shall cause the same to be done I at no expense to the Contractor unless otherwise provided for in the "Special Provisions" or "Specific Requirement". It will be the duty of the Contractor to visit the site and make exact determination of the existence of any such facility prior to the submission of his bid. 24,000.3.E. Excavation & Preparation of Trench: 1 24,000.3.E.1. Description• The trench shall be dug to the alignment and depth shown on the plans and only so far in advance of pipe laying as Engineer shall specsify. ll be so braced (Section 24,000.3.E.11) and drained that workmen may work safe y and efficiently I therein. All trenches shall be excavated and/or sheeted and braced in accordance with applicable State Regulations relating to industrial safety to a safe angle of repose. Such angle of repose shall be no less than that required by the Accident Prevention Division of the State I Industrial Commission or the requirements of the Occupational Safety and Health whichever is more restrictive. Act (OSHA) I All surface water and ground water discharges shall be conducted to natural drainage channels, drains or storm sewers. I24,000.3.E.2. Width: The trench width at the top of the excavation may vary with and depend upon the depth of trench and the nature of the excavated material encountered, but in any case shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to 1 be placed and compacted properly. The minimum width of unsheeted trench shall be 18 inches and for pipe 10 inches or larger at least one foot greater than the nominal diameter of the pipe. All trenches shall be excavated to conform to the State Industrial Com I requirements and applicable OSHA Standards. mission Safety 24,000.3.E.3. Pipe Bedding All sewer pipe shall be bedded for strength purposes in accordance I with the class of bedding specified in the Specific Requirements, as detailed in the Standard Detail Plates, or as indicated on the plans and/or proposal. Where no specific class of pipe bedding is listed, it shall be understood to be Class C-1 bedding. Side fills and the area over i the pipe to the depths indicated on the sewer bedding detail shall be filled with natural trench material carefully compacted in place. I 24,000.3.E.3.1. Class C-1 Beddin • Where Class C-1 bedding is specified or allowed with existing materials, the trench shall have a bottom conforming to the grade to which the pipe is to be laid. The pipe shall be laid upon sound soil, cut true and even so that the barrel of the I pipe will have bearing over at least 50 percent of the pipe width for its entire length. Bell holes shall be excavated to insure that the pipe rests for its entire length upon the bottom of the trench. When a uniform trench bottom cannot be formed as specified, Class C-2 bedding shall I be used. I 24,000-General (3/9 4) Copyright 1994 111 Bonestroo, Rosene, Anderlik &Associates,Inc. 24,000-7 I 1 The Contractor may, at his option, elect to use therefor. Class -2 bedding in lieu of Class C-1 bedding, without any additional compensation allowed 24,000.3.E..3.2. Class C-2 Bedding: Where Class C-2 bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N specifications. The depth of bedding shall be one fourth of the outside diameter of the pipe barrel, but not less than six inches in accordance with the standard detail plates. I 24,000.3.E.3.3. Class B Bedding: Where Class B bedding is specified or allowed, the pipe shall be bedded on granular materials meeting 24,000.2.N. specifications. The depth of bedding shall but not less than six inches, plus one be one fourth of the outside diameter of t e pipe all in accordance with the standard detail plate. Ihalf of the outside diameter of the pipe barrel 24,000.3.E.3.4. Class A Bedding: Where Class A bedding is specified or allowed, the pipe shall be bedded in the same manner as for Class C-1 bedding except that 2000 psi concrete shall be placed around the pipe from the bottom of the trench to a point one half the outside diameter of the pipe barrel above the bottom of the trench all in accordance with the Standard Detail Plate. 24,000.3.E.3.5. PVC Pipe Beddingi All polyvinyl chloride sewer pipe shall be installed and bedded in accordance with ASTM specification D-2321, "Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe"with granular materials meeting Specification 24,000.2.N. used for all PVC pipe bedding. The granular materials shall be placed from a point 6" below the bottom of the pipe to a point 12" above the top of the pipe. 111 Bedding requirements shall include mechanical compaction of sand and gravel material I surrounding the pipe to at least ninety-five (95%) percent of maximum density as described in ASTM Methods D698 to prevent deflection of the pipe cross-section. Payment of the such sewer pipe. and compaction operations shall be considered incidental to the Where existing soils are of non-granular nature, the Contractor shall furnish sand or gravel material for pipe bedding as incidental to the cost of the pipe. 30 days after placement I sewer PVC The Owner reserves the right to measure deflection of pipe of backfill material in the trench and at any time during the warranty period.diameter shall be considered faDureeof the ctions greater than five (5%) percent of the inside pipe bedding procedure and the Contractor may be required to re-excavate the trench and provide additional compaction along the side of the sewer pipe with r o b additional the com ensati th no tion for such work. Deflection testing of PVC pipe shall be p Y additional compensation allowed therefor. 24,000.3.E.4. Correcting Faulty Grade: Any part of the trench xcavated dlcompensation tow re s shall lto tbee corrected with approved material thoroughly compacted without 111 Contractor. Ir 24,000-General(3/94) Copyright 1994 Bonestroo,Rosepe,Anderlik 24,000-8 &Associates,Inc. I I24,000.3.E.5. Improved Pipe Foundation: When the bottom of the trench is soft or where in the opinion of the Engineer unsatisfactory foundation conditions exist, the Contractor shall excavate to a depth to insure proper foundation. The excavation shall then be brought up to pipe gradethoroughly with thorou hl compacted granular materials meeting Specification 24,000.2.N. No I payment will be made for rock installed without the knowledge or consent of the Engineer nor will payment be made for rock installed only for dewatering purposes. Payment will be made for only the authorized granular foundation material placed under the pipe. I It shall be the Contractor's responsibility to notify the Engineer of changing soil conditions which may be of poor bearing capacity and when organic soils are encountered. Where utilities I are placed on unstable soils without notification of the Engineer, the Contractor shall be responsible for all repairs and correction of the installation without further compensation. 24,000.3.E.6. Pipe Clearance in Rock: Ledge rock,boulders and large stones shall be removed Ito provide a clearance of at least 6 inches below the outside barrel of the pipe and to a clear width of 6 inches on each side of all pipe and appurtenances inches below and a clear widthss in Il of 9 diameter; for pipes larger than 15 inches, a clearance inches on each side of outside diameter of pipe shall be provided. Adequate clearance for properly jointing pipe laid in rock trenches shall be provided at bell holes. I 24,000.3.E.7. Pipe Bedding in Rock: Where rock is encountered, the space between the rock and the pipe surfaces shall be backfilled with granular materials meeting specification 24,000.2.N. and thoroughly tamped. The material from the trench excavation, other than rock, boulders, peat, silt or other unacceptable material, shall be considered as suitable material. No additional compensation for placing or tamping this material shall be allowed. However, in the I event that additional material must be hauled in, the hauling of the suitable granular material for the pipe bed shall be paid for on a weight basis only when ordered placed by the Engineer. I 24,000.3.E.8. Solid Rock Excavation Defined: Solid rock excavation shall include such rocks as are not decomposed,weathered or shattered and which will require blasting,barring,wedging or use of air tools for removal. Under this classification shall be included the removal of any concrete or masonry structures (except concrete pavement, curb, gutter and sidewalk) or Iboulders exceeding one-half (1/2) cubic yard in volume that may be encountered in the work. 24,000.3.E.9. Blasting Procedure: Blasting for excavation will not proceed until the Contractor I has notified the Engineer of the necessity to do so, such notification shall in no manner relieve the Contractor of the hazards and liability contingent in blasting operations. The hours of blasting will be fixed by the Owner.Contractor's methods of procedure relative to blasting shall blasting edul e repaired by the I I Contractor at his expense. The conform to local and state laws and municipal ordinances. I24,000.3.E.10. Bell Holes Required: Bell holes of ample dimensions shall be dug in trenches at each joint to permit the jointing to be made properly. Ili r24,000-General (3/94) Copyright 1994 Bonestroo,Rosene,Anderlik &Associates,Inc. 24,000-9 I 24,000.3.E.11. Braced & Sheeted Trenches: The Contractor shall adequately excavations wherever necessary to prevent caving or damage to nearbyproperty.brace and shest et this temporary sheeting and bracing, unless provided for otherwise, shall be odered ae s part of the excavation costs without additional compensation to the Contractor. Trench sheeting or bracing shall remain in place until the pipe has been laid, tested for defects and repaired if necessary, and the earth around it compacted to a depth of one foot over the top of the pipe. Sheeting, bracing, etc. placed in the "pipe zone" (that part of the trench below a distance of one foot above the top of the pipe) shall not be removed without the written permission or written order of the Engineer. Sheeting ordered left in place by the Engineer shall be paid for at the unit price bid. The Contractor may also leave inlace his at own expense, any sheeting or bracing in addition to that ordered left in place by the Engineer necessary to prevent injury or damage to persons, corporations, or property, whether public or private, for which the Contractor under the terms of this contract is liable. 24,000.3.E.12. Manner of Piling Excavated Material: All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. 24,000.3.E.13. Maintenance of Traffic: When traffic cannot be diverted, it will be permitted to use the highway at all times. the Contractor shall at his own expense erect and maintain warning signs and warning barricades. The Contractor shall at his own expense, place and a maintain acceptable warning lights and barricades to protect persons from injury and to avoid property damage. At all dangerous intersections, bypasses, and intercepting tercepting roads,the Contractor shall at his own expense furnish, erect and maintain such warning barricades as are necessary and required by the Engineer, and he shall place and maintain acceptable warning lights at each. It shall be the Contractor's responsibility to check and inspect all lights and barricades at all times including Sundays and Holidays. He shall maintain the streets in a passable condition, shall conduct his work so as to create a minimum amount of inconvenience to traffic and shall furnish not less than two flagmen at each location where loading or depositing of material requires the turning of the trucks on any state highway or "main street" and where the operation of construction equipment endangers traffic. Temporary suspension of work does not relieve the Contractor of the responsibility outlined in the above requirements. 24,000.3.E.14. Property Protection: Trees, fences, poles and all other property shall be I protected unless their removal is authorized; and any property damaged shall be satisfactorily restored by the Contractor, or adequate compensation therefor shall be the responsibility of the Contractor. Where tree trimming is required, all cut surfaces one inch or more in diameter shall be covered with a coat of asphalt paint. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik &Associates,Inc. 24,000-10 I 24,000.3.E.15. Interruption of Water Service: No valve or other control on the existing system I shall be operated for any purpose by the Contractor without approval of the Engineer and all consumers affected by such operation shall be notified by the Contractor at least an hour before the operation and advised of the probable time when service will be restored. I24,000.3.E.16. Tunneling,Jacking or Excavation Other Than Open Trench: Where pipe cannot be placed by open trench excavation, the method for placing and payment thereof shall be Istated in the "Specific Requirements". 24,000.3.E.17. Manner of HandlingPipe & Accessories Into Trench: Proper implements,tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. I 24,000.3.E.18. Pipe Kept Clean: All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into its position in the trench, and it shall be kept clean by approved means during and after laying. All matter entering the pipe shall be removed by the IContractor prior to acceptance with no additional compensation allowed. 24,000.3.E.19. Laying the Pipe: The spigot shall be lubricated, centered in the bell, the pipe shoved into position and brought into true alignment; it shall be secured there with earth carefully tamped under and on each side of it, excepting at the bell holes. Care shall be taken to prevent dirt from entering the joint space. I24,000.3.E.20. Preventing Trench Water From Entering Pipe: All openings along the line of sewer shall be securely closed, and at the suspension of work at any time, suitable stoppers shall Ibe placed to prevent water, earth or other substances from entering the sewer. 24,000.3.E.21. Bell Ends to Face Direction of Laying: Pipe laying shall proceed upgrade with kspigot ends pointing in the direction of flow. 24,000.3.E.22. Railroad & Highway Crossing: When any railroad or highway is crossed, all precautionary construction measures required by the railroad or highway shall be followed. Railroad or highway crossings shall be jacking or tunneling and construction and permit requirements shall be as stated in the "Specific Requirements". I24,000.3.E.23. Unsuitable conditions for Laying Pipe: No pipe shall be laid in water or when the trench conditions are unsuitable for such work. 24,000.3.E.24. Jointing: Joints for vitrified clay and concrete pipe shall be made by wiping the joints clean,applying the manufacturer's recommended lubricant compound over the entire joint surface and then inserting the spigot end into the bell with sufficient force to properly seat the pipes. Joints for polyvinyl chloride pipe shall be made by the use of a solvent cement or push- on rubber gaskets. All jointing procedure shall be in accordance with the recommendations of 11 the pipe manufacturer. I24,000-General (3/94) Copyright 1994 I Bonestroo, Rosene, Anderlik &Associates,Inc. 24,000-11 After joints are made, any superfluous material inside the pipe shall be removed by means of an approved follower or scraper. All joints must be watertight, and any leaks or defects discovered must be immediately repaired. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly relaid as directed by the Engineer. Joints connecting cast iron pipe with concrete or clay pipes shall be made with a concrete collar completely surrounding the joint or approved adapter. Where a sewer line outlets to grade or where the line is terminated with a flared end section, j the Contractor shall fasten at least the last three (3) joints together by the use of "U" bolt fasteners approved and as recommended by the pipe manufacturers. 24,000.4. SERVICE CONNECTIONS: 24,000.4.A. Wye Branches: Extra strength wye branches shall be placed at the locations I directed by the Engineer. The wye branch shall be placed so that the wye is located at approximately a 450 angle from horizontal. Vitrified or other suitable plugs shall be provided for the openings. Plugs shall be installed with Atlastic 77, Sonolastic Sealant or equal joint material or shall be specifically designed for the opening to be plugged. 24,000.4.B. Risers: Standard weight cast iron soil pipe shall be used as risers to extend service connections to a point within 10 feet of the street grade or as directed. Risers shall be installed in accordance with the standard service riser detail plate. Care shall be taken in backfilling so as not to damage the riser installation. Suitable plugs shall be provided for the openings, properly sealed. 24,000.4.C. Records & Location of Service Connections: It shall be the duty of the Contractor J to keep an accurate record of service connections, as to location, depth to top of riser, type of connection provided, etc. Location shall be made in respect to nearest manhole center, downgrade from the service. This record shall be turned over to the Engineer at the end of each week. 24,000.5. MANHOLES: 24,000.5.A. General: All reference to manholes shall apply equally to catch basin structures in this section of the specifications. 24,000.5.B. Excavation: Excavation shall be to a depth and size to provide for construction of the manholes and catch basins as shown in detail on the plans. 24,000.5.C. Concrete Base: Concrete base for manhole construction shall be of size and depth as shown on the plans. Concrete used for this purpose shall consist of one part Portland cement, two parts of clean sharp sand and four parts of graded coarse aggregate. Material used for this purpose shall be subject to the approval of the Engineer. Base shall be poured on undisturbed earth prior to setting the precast manhole sections. Precast concrete manhole bases shall be considered equal. 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene, Anderlik &Associates,Inc. 24,000-12 1 1 24,000.5.D. Walls: Material to be used in the walls of manholes shall be as specified in Section 24,000.2. All external surfaces of concrete block manholes if permitted shall be plastered with a 1/2 inch coat of Portland cement mortar. Mortar shall contain one part of cement to three parts of suitable plaster sand. Lime or mortar mix shall be used in amount necessary to make a suitable mixture for plastering purposes,but not to exceed 15% by volume of cement. Mortar used for laying concrete block shall consist of one part Portland cement to two parts of sand to which lime or mortar mix may be added not to exceed fifteen percent (15%) by volume of cement. 24,000.5.E. Manhole Steps: Manhole steps shall be of the type as specified in Section 24,000.2.J. Spacing shall be as shown on the detailed manhole plans, but not greater than 16 inches in vertical alignment. 1 24,000.5.F. Placing Manhole Rings & Covers: The frame or ring casting shall be set to the designation elevation in a full mortar bed. 24,000.5.G. Placing Catch Basin Frames & Covers: Where catch basins are to be placed to final grade and castings are to be installed in curbing, then the casting and all adjusting rings shall be encased in concrete at least 4 inches in thickness. Where curb and street work is to be done under separate contract the casting frame shall be set in mortar only. 24,000.5.H. Drop Manhole Inlets: Encased drop inlets shall be constructed as required on the plans and in accordance with the standard Drop Inlet Detail Plate. 24,000.6. BACKFILLING, CLEANING UP & MAINTAINING SURFACES: 24,000.6.A. Backfilling Procedure at Pipe Zone: All trenches and excavations shall be backfilled immediately after pipe is laid therein. For backfill up to a level of one foot over the top of the pipe, only selected materials free from rock, boulders, debris or other high void content substances, shall be used. The backfilling shall be placed completely under the pipe haunches in uniform layers not exceeding 4 inches in depth. Each layer shall be placed, then 111 carefully and uniformly tamped to eliminate the possibility of lateral displacement and to provide uniform support completely under the pipe haunches. The backfill material shall be moistened if necessary, tamped in 4 inch layers and thoroughly compacted under and on each side of the pipe to provide solid backing against the external surface of the pipe. 1 The installation and backfilling of polyvinyl chloride pipe shall be in accordance with A.S.T.M. D-2321 with special attention given to compacting the backfill material around the pipe to at least 95 percent of maximum density to a distance of one foot above the top of the pipe. L 24,000-General (3/94) Copyright 1994 Bonestroo, Rosene,Anderlik &Associates,Inc. 24,000-13 24,000.6.B. Backfill Procedure Above Pipe Zone: (Type "A") Procedure where settlement is allowable. Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be accomplished above the pipe zone by any mechanical means or otherwise, at the option of the Contractor. Surface shall be maintained in passable condition for traffic until date of final inspection. Backfilling under exposed existing utilities shall be compacted to prevent settlement and any future displacement. 24,000.6.C. Backfill Procedure Above Pipe Zone: (Type"C") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock,concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish, frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling may be compacted by puddling with hose and long pipe nozzle or by flooding the trench, as the backfilling is accomplished above the pipe zone by any mechanical means or otherwise at the option of the Contractor. It is important that proper precautions be taken to prevent flooding of the pipe when flooding the trench, and the Contractor shall be wholly responsible for neglect of these precautions. 24,000.6.D. Procedure Where No Settlement is Allowable: (Type "C") Succeeding layers of backfill may contain coarser materials and shall be free from pieces of rock, concrete or clay lump more than one cubic foot in volume, roots, stumps, tin cans, rubbish,frozen materials and other similar articles whose presence in the backfill would cause excessive settlement. This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.E. Procedure Where No Settlement is Allowable: (Type "D") Succeeding layers of I backfill shall be made of selected materials meeting requirements as set forth in the "Specific Requirements." This type of backfilling shall be placed in uniform layers, before compaction, of approximately 6 inches, tamped by mechanical means to the density specified in the Specific Requirements. 24,000.6.F. Density Tests: Density tests will be performed by an approved soils testing firm at various locations and depths throughout the project as directed by the Engineer. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests with no additional compensation being made to the Contractor. All testing costs pertaining to passing tests shall be paid for by the Owner. All testing costs pertaining to failing tests will be charged to and paid for by the contractor. Where areas have not been compacted sufficiently to meet specific density requirements, these areas shall be excavated and recompacted until the density requirements are met. All cost for the work associated with recompaction shall be the Contractor's sole responsibility. 24,000-General (3/94) Copyright 1994 Bonestroo,Rosene, Anderlik &Associates,Inc. 24,000-14 111 i Anydeficiencyin the quantityof 24,000.6.G. Deficiency of Backfill, By Whom Supplied: material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor with no extra compensation allowed. Any settlement which occurs shall be refilled by the Contractor. Material shall be provided at the Contractor's expense and the material shall be approved by the Engineer. 24,000.6.H. Disposal of Excess Materials and Debris: Unless otherwise specified, excavated material either not suitable or not required for fill material shall be disposed of by the Contractor outside of the right-of-way at his expense in any manner he may elect subject to the provisions of the following paragraph. Before dumping such materials or debris on a private or public land, the Contractor must obtain from the Owner of such land written permission for such dumping and a waiver of all claims against the Owner for any damage to such land which may result therefrom together with all permits required by law for such dumping. A copy of such permission, waiver of claims and permit shall be filed with the Engineer before said disposal is made. 24,000.6.I. Restoration of Surface: All surfaces disturbed during the construction period, whether caused by actual excavation, deposition of excavated material, or by the construction equipment, shall be returned to its original conditions or better. Exceptions to the above, if any, or special instructions pertaining to any particular section of the project will be outlined in the "Special Provisions". 24,000.6J. Cleaning Up: Surplus pipe line material, tools and temporary structures shall be removed by the Contractor, and all dirt, rubbish,caused by his operations and excess earth from excavations shall be hauled to a dump provided by the Contractor and the construction site shall �r be left to the satisfaction of the Engineer. Clean up and restoration shall include the replacement and restoration of all street signs, mailboxes, posts, fences and similar items disturbed by the construction described herein. Unless otherwise noted in the Special Provisions or Proposal all items of clean-up and restorations shall be considered incidental to the contract with no additional compensation allowed. 24,000.7. TESTING PIPE LINES: 24,000.7.A. Infiltration in Sewers: Upon completion of the sewer construction, leakage tests 111 shall be made to determine the amount of ground water infiltration into the sewers. Measurements will be made by means of 900 V-notch weirs placed in the lines. Measurements shall be taken at all points where, in the opinion of the Engineer, the flow of water in the sewers is greater than the maximum allowable leakage. Tests may be taken between individual manholes and the infiltration in any given line shall not exceed the specified maximum allowable rate. The maximum allowable rate of leakage shall not exceed 100 gallons per mile per inch diameter of pipe per day. 24,000-General(3/94) Copyright 1994 Bonestroo, Rosene, Anderlik &Associates,Inc. 24,000-15 The Contractor shall furnish the weirs and other material and the labor forlacin the weirs P g in the sewers and shall assist the Engineer in making the measurements. The Contractor shall receive no additional compensation for making the leakage tests or corrective work necessary to reduce leakage below the maximum allowed by the specifications. 24,000.8. METHOD OF MEASUREMENT: 24,000.8.A. Trench Excavation: Trench excavation will be measured in linear feet of trench according to the zone classifications specified as follows: a From 0'to 8', from 8' to 10', and in two foot increments thereafter,which are based on the total depth of the trench to the designated grade of the pipe invert. No deduction in depth will be made for rock encountered in the trench above the designated grade. Measurement will be made along the centerline of the sewer and from center to center of all manholes, catch basins or junction fittings. 24,000.8.B. Solid Rock Excavation: If solid rock is encountered in the trench, such rock excavation shall be measured by volume in cubic yards and shall be measured from the top of the rock to a point six inches below the outside barrel of pipe and twelve inches from each side of inside diameter of pipe. The minimum trench width of the solid rock excavation shall be 36 inches. For measurement purposes volume will be computed based on vertical walls for the width specified above. 24,000.8.C. Sewer Pipe with Bedding: Sewer pipe of each diameter and classification furnished and installed with associated pipe bedding will be measured separately by length in linear feet. Measurement will be made along the centerline of the sewer and from center to center of all manholes, catch basins or junction fittings. Where bends, tee manholes, flared end sections or other special shapes are installed, the length of pipe replaced by these structures shall be deducted from the distance from center of manhole to center of manhole for pay purposes. The special structures will be paid for as separate bid items. 24,000.8.D. Service Connection: Wyes and tee branches of each diameter and classification furnished and installed will be measured as a unit. 24,000.8.E. Service Riser Pipe: Sewer pipe used for service risers of each diameter and classification furnished and installed will be measured separately by vertical length in linear feet from the centerline of the sewer to the top of the last riser section. 24,000.8.F. Constructing Manholes: Manholes will be measured by depth of the structure from the invert of the pipe to the top of the cover in linear feet, based on the dimensions as staked by the Engineer. 24,000-General (3/94) 1 Copyright 1994 Bonestroo,Rosene, Anderlik &Associates,Inc. 24,000-16 1 I I 24,000.8.G. Constructing Catch Basins: Catch basins will be measured by the number of catch 1 basins completed as to shape, size, and depth according to the plans. 24,000.8.H. Improved Pipe Foundation: Granular materials placed for improving i e Ifoundation below the specified pipe bedding shall be measured by the lineal foot of pipe placed with improved foundation in six inch depth increments of granular material placed. As an example, if two feet of granular material is required for improved pipe foundation under a 12" pipe installed with C-2 bedding; six inches of material is required for Class C-2 bedding and improved pipe foundation shall be measured as three lineal feet, six inches deep. 24,000.8.1 Drop Inlets: Drop inlets will be measured by depth from the lowest invert of the manhole to the invert of the pipe being served by the drop inlet. 24,000.8.K. Special Structures & Appurtenances: Methods of measurement for special structures and appurtenances not included above shall be as stated in the "Special Provisions," "Specific Requirements," and "Proposal". I24,000.9. BASIS OF PAYMENT: 24,000.9.A. Trench Excavation & Backfill: Regardless of the width excavated, sewer pipe furnished and installed with bedding will be paid for at the Contract Unit Price per linear foot of pipe falling within each of the following depth zones as measured from the profile grade: IFrom 0' to 8', from 8' to 10', and two foot Increments thereafter. i Excavation and backfilling of trench and associated pipe bedding shall be included in the price of sewer pipe furnished and installed. 1 24,000.9.B. Solid Rock Excavation: Solid rock excavation will be paid for at the Contract Unit Price per cubic yard. 111 24,000.9.C. Sewer Pipe with Bedding in Place: Sewer pipe in each diameter and classification furnished and installed will be paid for at the Contract Price per linear foot which shall include payment for trench excavation and backfilling and associated pipe bedding. 24,000.9.D. Ductile Iron Pipe: Ductile ironI e will be paid for at the linear foot for each type and diameter of i efurnished whicch shall include Contract yUnit r tr per p excavation and backfill. p payment for trench 1 24,000.9.E. Wve Branches: Wye branches will be paid for at the Contract Unit Price for each I unit furnished and installed of the size specified on the Proposal. I i24,000-General (3/94 Copyright 1994 ) Bonestroo, Rosene,Anderlik &Associates,Inc. 24,000-17 I 24,000.9.F. Service Riser Pipe: Service riser pipe will be paid for at the Contract Unit Price per linear foot for the vertical distance from the centerline of the sewer to the top of riser. Concrete reinforcement of the main sewer and riser pipe as described in Section 24,000.4.B. shall be considered as incidental and will not constitute a pay item. p 24,000.9.G. Constructing Manholes to Depth of Eight Feet: Constructing of manholes to a Contract Price per manhole which shall depth of eight (8) feet will be paid for at thet This section also applies to all include furnishing and placing the manhole frame and cover catch basin manholes and catch basins. 24,000.9.H. Constructing Manholes to a DeptW1lGreater be ttthetContract Unit Price per t Feet: Constructing of manholes to a depth greater than eight (8) feet paid for at manhole plus the unit price per linearfoot for each oot of o depthh tht s greater than eight feet. This section also applies to all catch 111 24,000.9.I. Constructing Catch Basins: Constructing catch basins as shown on the plans will be paid for at the Contract Unit Price per catch basin which shall include furnishing and placing the catch basin frame and grating. 24,000.9J. Improved Pipe Foundation: Authorized granular materials for improving pipe foundation in place shall be paid for at the Contract Unit Price per lineal foot for each six inch layer placed below pipe bedding. 24,000.9.K. Sand Cushion: Granular material for a sand cushion in place in rock excavation shall be paid for at the Contract Unit Price per ton. 24,000.9.L. Drop Inlet Pipe: Drop inlets in place shall be paid for at the Contract Unit Price 111 per linear foot which shall be payment in full for the extended manhole base, encasement, drop pipe, cast iron tee, cast iron pipe and concrete ction 24,000.8.C.ar. when cast t shall be neon pipe is extended ade for sewer pipe from center to center of all manholes as p for drop inlets. 24,000.9.M. Special Structures & Appurtenances: Basis of payment for special structurand appurtenances not includedabove shall be stated in the "Special Provisions," "Specific Requirement," "Proposal". Proposal��. I End of Section I 24,000-General (3/94) Copyright 1994 Bonestroo,Rosene, Anderlik 24,000-18 &Associates,Inc. I I25 000. SEWER AND WATER SERVICE LINES peciflc Re uiremen is 25,000.1. DESCRIPTION: Unless otherwise noted or modified herein, all sections of I Requirements shall apply. the General I25,000.3. MATERIALS: All sanitary sewer service lines, saddles and cleanouts shall A.S.T.M. Specifications D-1785, Schedule 40, be as per specifications. All Schedule 40 polyvinyl as stated on the plans, proposal and in the I continuous extrusion process using Type 1, Grade 1 material as definede sewer pipe and d ns shallSTbeS producedaby a D- 1784. The size of the service lineASTM Specification shall be 4 inch diameter laid at a minimum slope of 1/4 inch per foot. All single family and twin home service lines shall terminate 15 feet past the street right of way $ line. Townhome services shall terminate 15 feet from the proposed building wall, as indicated on Plan Sheet No. 5. Due to the length of the townhome services, in-line cleanouts shall be installed on each, in accordance with the detail drawing shown on Plan Sheet No. 2. I Polyvinyl chloridei ejoints P p shall be bell and spigot type with solvent cement applied in accordance with the manufacturer's recommendations. Gasket push-on type joints are considered an equal joint. II The end of the service will be adequately capped or plugged to insure a satisfactory air test. 25,000.3.B. Conner Service Pi e: Copper service lines shall be 2 inch diameter Type K copper for the three townhome buildings, and 1 inch diameter Type Kse twin services. All service lines shall terminate 15 feet past the street rightfof wayline. All amily and home lines shall be placed with 7 foot of cover from the finished grade. copper service I As shown on Plan Sheet No. 4, the water services for Lots 1, 2 and 3 of the single family area will I pass under the existing 36 inch diameter RCP storm sewer. The Contractor shall be required to insulate the 1 inch diameter copper service line at each of these crossings as follows. The insulation shall be Styrofoam HI-35 board as manufactured by Dow Chemical Company. The insulation shall I be placed 4 inches thick, and shall be 4 feet wide centered on the copper line and 8 feet long, centered on the 36 inch RCP. The installation shall be made in accordance with Standard Detail Plate 2-8. 1 As described in the Water Main Specific and General Requirements, the Contractor is to perform a water pressure test on all water mains and this test is to be applied when the service lines are in place. Special efforts are required of the contractor to test the water services. To include a pressure test i in the tail portion of the service beyond the curb box, the contractor shall install a copper nut and plug. During the installation, the contractor shall clear the line entirely of air by flushing the tail portion with water. The entire service line shall then be pressure tested by havin the curb st in an open position and after the test has been satisfactorily performed, the contractor g op all curb boxes. shall close off 1 I 55120 ®1995 Bonestroo,Rosette, Anderlik&Associates,Inc. 25,000-1 V I 111 25,000.3.C. corporation Cock The 2 inch copper water Smith Bllair Model 323 or equ connected tiAgl 6 inch main by utilizing a double strap bronze tapping saddle 1 inch corporation stops may be tapped directly fo the main ur the corporation thno on Standard Detail Plate 3required. The Contractor 4, mmay delete the concrete support block indicated unde and instead place and thoroughly compact crushed material similar to Type B pipe bedding material. 25,000.3.D. Cu_op: Curb stop shall be for copper service pipe inlet and outlet and shall be 1 inch or 2 inches in size. 25,000.3.E. Curb Box: Curb boxes for the 2 inch water service shall be Minneapolis ea of s patternern ase with a 1-1/2 inch upper section. Curb boxes for 1 inch water services shall bep base with a 1-1/4 inch upper section. All curb boxes hall be Mueller H-10388, or qand, and shall stop shall be adjustable in height from 78" to 90" and shall have stationary rods. The curb box be supported on a full size precast segmental manhole block as per Detail Plate 3-4. 25,000.5.A. Sewer Service Line: The connections to the existing sanitary sewer omain g for dethe ttwin home and townhome services shall be accomplished in accordance witthe eive a 4-inch ion. At each location identified on the plan,the existing VCP main shall be core-drilled to re diameter service line. An 8 x 4 inch PVC saddle, Schedule 40, shall then bue placed o over the opening and secured to theby on. g main means of adhesive applied per the manufacturer's addition,the saddle shall be secured by two stainless steel straps which shall completely encircle the sanitary sewer main. G All PVC sanitary sewer service lines shall be installed as per Detfrom a source with d ranuloutside ar Borrow material. The granular material described shall be obtained of this project. The material, placement, compaction and removal of excess trench backfill material shall be included in the bid unit price for sanitary sewer service line. All sanitary sewer service lines are to terminate with a plug that is to be marked with a wooden 2"x 2" extending 6" below and adjacent to the plug to 12" above tverticahe ground line. This marker is to be continuous without any breaks and the marker shall bAs noted on the preceding page, the contractor shall construct an inline 4 inch lebe asout near the at of the service run for each townhome building. The location of the cleanout shall l8b) ane determinedpiece fitting as e time of construction. The lower fitting shall be a Long Turn manufactured by Colonial Engineering or equal. The entire fitting and at least 12 inches of the adjoining pipes (3)i esshall be carefully encased in concrete consisting of at least 1/3 cubic yard 40,mater�a. Themu vertical segment of the clean out shall also be constructed of 4 inch PVC, Schedule pipe be one piece at least 10 feet long. The pipe must extend at least 3 feet above the finished grade and shall be marked with a wooden 4"x 4"x 8' long marker extending 4 feet above n grade. hall Thenot top pof the pipe e shall consist of a 4 inch hub section with a threaded plug. The sec connected to the pipe, but rather will be installed at the final elevation by the developer when the site grading is completed. 55120 e 1995 Bonestroo,Rosene, 25,000-2 Anderlik&Associates,Inc. 111 25,000.5.C. Services: All curb boxes shall be marked with a solid 4" 4" 8'x x wood post extending 4 feet above grade as per Standard Detail Plate No. 3-4. The end of each tail shall be marked with a continuous 2"x 2"wooden post extending from adjacent to the plug to 12" above the finish ground line. All service lines and curb box locations and elevations shall be staked by the Engineer prior to their installation. It shall be the Contractor's responsibility to record the actual depth of the end of the sanitary sewer service in relation to the stake that is placed for the service line. The Contractor I should be aware that this information is very important and that they must exercise care in determining the depth. Furthermore,this depth recording is incorporated into the "Record Plans" and becomes a permanent part of the City's records. The depth of service record, wye location, and length of individual water and sewer service lines installed shall be submitted to the Engineer at the end of each week. No service line shall be backfilled until it has been inspected by the Engineer or an authorized inspector. It should be noted that, for the twin homes, two sewer and water services will be located in each trench, as indicated in the detail drawing on Plan Sheet No. 5. I Due to the circumstances surrounding the service installations, off of the existing mains, it will be impossible to perform the standard testing of the utilities as outlined in the Project Specifications. For this reason, no service installed off of the existing mains shall be backfilled until it has been visually inspected and approved by the Engineer. 25,000.5.E. Trench Compaction: All service trenches shall be compacted in a manner equal to that specified for the main lines and laterals with no additional compensation allowed. Any settlement of street surface in excess of one (1) inch as measured by a ten foot straight-edge within the warranty period shall be considered failure of the mechanical compaction and the contractor shall be required to repair such settlement with no additional payment therefor, including surface restoration of the area affected. The method of trench settlement repairs and restoration shall be approved by the Engineer. 25,000.6. METHOD OF MEASUREMENT AND PAYMENT: Insulation of the copper service lines shall be measured based on the square feet of board actually installed at the specified 4 inch thickness. Payment will be made at the bid unit price as stated in the Proposal which shall be considered payment in full for all materials, equipment and labor necessary to completely install the insulation in accordance with the Standard Detail Plate, including sand cushion. Payment for the saddles used in the tapping of the 2 inch diameter corporation cocks shall be included in the bid unit price for the 2 inch corporation stop as stated in the Proposal. No additional compensation will be considered or allowed for the use of the tapping saddles. 55120 1995 Bonestroo,Rosen, Anderlik&Associates,Inc. 25,000-3 I I Core h Co a drilling and placement ofthe 8 inch by 4 inch PVC saddles for the sanitary sewer services which will extend from the existing VCP main shall be paid by the unit of each, under the bid unit item listed in Part 3 of the Proposal. Payment of this item at the contract price shall be considered payment in full for all materials, equipment and labor necessary to completely perform the work as specified, including core drilling. Service wyes placed in-line with the new PVC sanitary mains installed under this contract shall be paid under the specified bid unit item under Part 1 of the Proposal. Payment of the in-line cleanouts shall be made at the bid unit price stated in the Proposal based on the unit of each. This shall be considered payment in full for all materials, labor and equipment necessary to completely install the cleanout according to the Detail Drawing, including long turn T-Y, concrete encasement, marker, and all else. I I End of Section I I I a I I 55120 111 1995 Bonestroo,Rosene, 25i -� Anderlik&Associates,Inc. I I 1 25,000. SEWER AND WATER SERVICE LINES IGeneral Requirements 25,000.1. DESCRIPTION: This work shall consist of the construction of water and sewer services in accordance with the requirements of the contract. 25,000.2. INTENT It is the intent of these specifications to require OF SPECIFIC • ATIONS. that the same quality of work be received on the house srvices in the way of grade and alignment as shall be required on the main lines and laterals. 25,000.3. MATERIALS: The materials used in this work shall conform to the requirements for class, kind and size of material specified below. The Contractor shall submit a list of materials he proposes to use for the approval of the Engineer. 25,000.3.A. Cast Iron Soil Pine: Cast iron soil pipe shall be arviPic a and e weight Fittingsndhall conform to the A.S.T.M. Standard Specification A-47 for Cast P 25,000.3.B. Co^ Pr Servnice Pipe: Copper service pipe shall be seamless, of the size shown on theP lan and shall be suitable for use as an underground eGovernment Type'K° tubing shall conform to"A.S.T.M.B-88 Class"K"Specifications and U.S ISpecifications". 25,000.3.C. Cooration Cock: Corporation cock sh sll a Mindalle on the eland , Pattern threaded 15000 threaded for use with copper service pipe of the on the inlet end with standard corporation cock thread. Corporation cock with Mueller 110 compression connections are approved. Ford Type F600, Hayes No. 5200 and McDonald No. 4701 corporation stops are considered to be equal. 25,111 all .3.D. Cur_----- b Sto : Curb stops shall be for copper service pipe inlet andler outlet etand compressionh be Mueller Oriseal, Minneapolis Pattern H-15151. Curb stops with connections are approved. Ford No. B22, Hayes No. 5155 and McDonald No. 4714 curb stops are considered equal. Curb stops larger than one inch shall be Mueller Oriseal H-15154, Minnapolis Me 6104 balltvalves are . Ford No. B22 series ball valves, Hayes Nuseal No. 4008 and McDonald No considered equal. 25000-General(3\94) Copyright 1994 Bonestroo,Rosene, Anderlik 25,000-1 &Associates,Inc. I I Curb stops shall have full opening through the valve body with no smaller restriction allowed. 25,000.3.E. Curb Box: Curb boxes shall be Mueller,Minneapolis pattern base with 1-1/4"upper section. Curb boxes shall be Mueller H-10388 and shall be adjustable in height from 78" to 90" 111 and shall have stationary rods. Minneapolis pattern curb boxes with 1-1/4" upper section and 12 inches of adjustment, with stationary rods as manufactured by Hayes and McDonald are approved equals. 25,000.4. CAST IRON SOIL PIPE JOINTS: Cast iron soil pipe shall be joined by the use of preformed neoprene gaskets. Gaskets shall be equal to Tyler "Ty-Seal" or Central Foundry Company "Multi-Tite". Gasket pipe shall be connected by using a jointing slip- type pipe. The use of a bar or wedge for making the joints shall be pro iy ed r jointingn25,000:5. CONSTRUCTION RE UI Plumbing Code and any local ordinances which ma Te governing code shall be the Minnesota Y apply. 25,000.5.A. Sewer Service Line: THe connection of the cast iron soil pipe service to the vitrified clay tile wye or tee shall be done using preformed neoprene or PVC gaskets specifically designed for the purpose. Where conditions require that the first section be a fitting it shall normally be a 1/16th bend and shall be cast iron. Other conditions may require other or no fittings. Cast iron soil pipe shall be laid atara Engineer and shall be laid at right angles ochef /sewer4" rman, terminatfoot unless ing at thea e diretby y ine or as shown on the detail drawing. The line shall be capped at the end with a castiron or PVC e plug. 25,000.5.B. Water Service Line: The water service line shall parallel the sewer service line and be laid in the same trench. Complete support of the water service line gooseneck will be provided. This shall be achieved by some artificial physical means satisfactory to the Engineer. Curb stop and boxes shall be supported on a concrete block or approved equal. Corporati cocks shall be tapped into the main only when the main is under pressure. on Water service line shall be laid in a workmanlike manner and shall terminate at the property line or as shown on the detail drawing. The line shall be crimped at the end to keep it free of dirt. If the service is to terminate at the curb stop, a 6 inch long piece of copper shall belaced on the house side of the curb stop and crimped to keep the stop free of dirt. P I 25000-General(3\94) Copyright 1994 Bonestroo,Rosen,Anderlik &Associates,Inc. 25,000-2 1 1 ices: Services for water and sanitary sewer iss are o to be bplaced n to the same where wye House Sery on the plans. Water and sewer service ncunless other are show from trench otherwise stated. Where water main is 10 feet or less same trencsanitary sewer the service length installed between the main is considered as in din 2 feet above grade A 4" x 4" x 8' long wood post shall be installedbye eaach curb box extending for identification and field location and pr ll be placed at the end of the sewer service lines for identification and A 2 x 2 x 7 marker saes field location and shall extend 1 foot above grade. No additional compensation will be allowed for installation of the markers described above but shall be considered incidental to the service line. the standard detail plate in these all be placed at finish grade of the boulevard which is 0.4 Curb boxes are to be placed in a vertical hal position as shown on stakes shall be set abov ons. erl top profileof boxis the top of the manhole grade. Grade P feet above centerline which i I furnished to establish elevations. n this specification. Services shall installed in accordance with the detail plate includeand approved by No t the service line trench shall be backfilled until the service has been inspected Engineer or his inspector. 111 til e shown on the plans only 25,000.5.D. Exis Utilities: Existing underground utilities arshown on the plans, and they general location. The Owner does not guarantee the locations as of the Contractor shall solelyresponsible for verifying the exact location ct o each of these utilities, ContractorII ushall be temporary support and for protecting and period maintaining f ester without additional compensaion. Prior to the start of any co d utilitiesave sole responsibilitypofor providing the entire period of construction including P sewer in the project area during to Ovide compacted particular ar ' n. In carrying out this responsibility the Contractor shall exercise particu ar and , e ever a gas any rupture or other care, wherever mains other utility preventsare detrimental displacement, other stable support for such linesp failure. Com action: All service trenches shall be backfilledaas aand compactedof the serviceina m,000 r Trench ►� — manner equal to that specified for the main lines and late installation. measurement and PAYMENT: Method of 25,000.6. METHOD OF oMEedSuriderMthis sect AND shall be as follows: payment for each item I I25000-General(3\94) Copyright 1994 Bonestroo,Rosene,Anderlik 25,000-3 &Associates,Inc. I I 25,000.6.A. Sewer Service Line: Sewer service lines shall be paid for per foot which shall include the cost of all pipe, fittings,pPer foot shall fromcenterlinehof the main to the at the excavationact unit price gaskets, plug, and backfill. on the detail plate. property line only unless shown otherwise 25,000.6.B. Water Service Line. Water service lines shall be paid for at the contract unit per foot which shall include the cost of all pipe, fittings, laying, excavation, testing. Payment shall be from centerline of the main to price otherwise on the detail al l beplate. backfilling andn the property line only unless shown 25,000.6.C. Curb Sto and Box: Curb stop and box sha per curb stop and box installed. 11 be paid for at the contract unit price 25,000.6.D. Corporation Cock: Corporation cock shall be paid for at the contract unit price 25,per corporation cock installed. 1 1 I I I I I I End of Section 25000-General(3\94) Copyright 1994 Bonestroo, Rosene,Anderlik &Associates,Inc. 25,000-4 I I Manhole steps shall be placed CASTING. A B I so that off -set vertical portion R17728 of cone Is facing downstream 24_,T� • R 1760 B 27 � ; ,., :, RI642B g7"----.7-- ;•';• _ R 1940A 24" j • � ' '. :4 R 1755F • • •' 24" 9 R1755 G 27" 7H I • Flow., . • 1 �•' ; � I 1 .,. • •• .4 Slope Grout .e. • +' .• •••. Grout bottom of manhole to .1 .:4-. �•: y • "• 1/2 diameter at pipe and slope __I-/ grout 2" toward invert. PLAN I Neenah frame and cover, or equal. S with 2 concealed pick holes. See Specification for casting number. I ..a4 ______..._ . .4 9 . 'T, Minimum of 2, maximum of 3 _ ___ .. __ . — . Concrete adjustment rings allowed. . '; ,•�. All joints in manhole to have 0 ring �' rubber gaskets. ,..;.' • ,•, -'1 Manhole steps, Neenah R1981J o i.o: or equal, 15 " o.c. Aluminum • steps approved. I • ' Where sewer runs straight through �v e a standard manhole, the pipe shall ;: be continuous. The top 1/2 of the ` o S _ �'.•• • -41-"172 �,_ __ pipe shall be broken out after II ,°.:.... completion. 1: '•)°' ✓ Minimum slab thickness, 6" for 14' depth. I ', ....;, _.•.;, Increase thickness I" for each 4' of • o depth greater than 14 and reinforce with 6 " x 6 " 10/10 mesh. 14ay• I '• a I Max ..•. . Flow 1 41111.1111111 _{ 11 • I I --,�6j i---Pipe shall be cut out flush I tom— with inside face of wall. SECTION Compact to_ top of pipe,to first joint. I Not to Scale Note: Kor-n-,seal manhole or equal considered acceptable alternate I Bonestroo, Rosene, { Revisions Plate No. Anderlik & Assoc., Inc. STANDARD DETAILS I Jan.1980 Consulting Engineers SANITARY SEWER MANHOLE I-I I l St. Paul, Minnesota CASTING A B R17728 24" 7" I R17 - • - 7 ,� R16428 27 27 .. R 17 55i , • . ..,,-.., -: .�.t• r. BENI:". Flow "* II ••♦ a:i • •...s • .: • "• •' '•'` • For 6'diem. Manhole an 8" precast • • slab Is Required PLAN. Neenah frame and cover, or equal. with 2 concealed pick holes. see specs. for casting numbers. Concrete Adjusting Rings,min. of 2, max. of 3 req d. coo �Li �/6"Precast Reinforced Concrete Manhole t Slab # 4 ears at 5 o•c.Each Way 2-# 4 T--' •' Bars All Sides of Opening :o • :.L r i • Manhole steps, Neenah R198IJ or equal. A 15"o.c. Aluminum steps approved. �_- .i. Where sewer runs straight through 0 ..II standard manhole. the pipe shall be t:.: continuous. The top 1/2 of the pipe t; shall be broken out ofter completion. `' 4'- O'or All joints in manhole to has "O ring 0 5 • � �, rubber gasket 6-0 a ; Minimum slob thickness 6" for 14' depth > ; Increase thickness l" for each 4'of I-0 depth ,realer than 14', and reinforce max..;., with 6 x 6 10/10 mesh. "r/..... !ni..,.,., Use opening In 4' M.H. lt section to 24" dia. • ' recast segmental 1 r . '' `� �' ;moi 8 pbloc to be .....:::.:rr. concrete ,� ��/,.,.,,. .r n `s,..�••.:•.;. •�.�„ �,�•; ,�• used with 24 dia.or larger. la may;.. '.7.o...!•!...ut A'. Sbpe grout 2/ft Pipe shall be cut put flush with inside face of wall. I Ti Compact to top of first pipe to first joint Not to Scale Reviews Piet• No 8onestroo, Rosen., oc. STANDARD DETAILS Aug.And•rltk, e Assoc. STORM SEW Eft Jan.1980 HO Consulting Engineers JUNCTION MANHOLE WITH REINFORCED St. Pout. Minn.. TOP SLAB l r ,- 24"x36" slab opening for Neenah ' ' R3067 or equal III ��� Dimension from back of curb ' ter of pipe..- Oil\ ' t ' Dia - 9" in from Back of Curb j 4' Dia. MH _ 3' in from Back of Curb 5' Dia. MH - 3 behind Back of Curb MH Ibrilso 6' D1°� MH - 9" behind Back of Curb - 7' Dia.a - 15' behind Back of Curb .�.' 8' Dia. MH Neenah R3067 casting or equal �, with type D or Vane Grate. Minimum of 2 maximums with full concrete adjustment ring �' Radius bed of mortarbetween outreach and L �,-�,= a 4" collar on�C� " ide. 11111101 6" precast reinforced concrete slab. li _� ��- NEK. _�, Seal with 2 beads of RAM-- i All joints in manhole to have "0" ring rubber gaskets. \--1111111HI Precast concrete section. \ .- 111 Doghouses shall be grouted on both 5" the outside and inside. N Manhole steps, Neenah R1981 J or •� equal, 15" o.c., Aluminum steps I \ approved. 8" Precast segmental concrete block to top of the pipe shall bit the e used when size and decastunits.fabricationofp-�-j� Minimum slab thickness, for 14' I-.- �i ID for depth. Increas thicknessthan 14', each 4' of depthgreater and reinforce with 6"xG' 10/10 mesh. Grout bottom • Lost Revision: ARDDIALSI AI S Mar. 1990 gonestroo -rE It Pate No. i I Rosene MANHOLE — Anderi i k CATCHBASIN 1 Associates Er+olne�ra � Architects St. Paul, Minnesota I1-16.0WG , I I 36" Bock of curb 1111111.111111111111 io "" N Direction of flow f/al •to __ _ i I ___L NOTE: , 1 Right hand grate shown 11 i I i PLAN Grate to be 2" below gutter grade. Slope gutter 5 each side of Cotchbosin costing. Catchbosm. Neenah R3067 °re equal To� of Curb with DR. or DL. got I3"rodius curb box Variable I �► 1 Min. of 2 , Max. of 3 ./• WM concrete adjustment rte_ __----- rings allowed. - --- 0::'4". I " '• 24�� ;;t• 5" •••• x 36 Precast ':'.`.• r-•---3'of grout !.'..i. N • / :...ii'::•!•: / ,..0(.- ----\\ :►..'•.. •• : I .. •. %. . ..... 0 . . •... • .‘ •"4. •4,". • i)::•4!;:a.:* itto SECTIO IIIRevisions Plate No. I 6onestroo , Rosene, STANDARD DETA ILS Jon.1981 1 Anderlik A Assoc. TYPE II 1- 19 • Consulting Engineers A K I N St. Pau{,Minn. CLT ;�B I FACTOR 1.5 LOAD FACTOR 1.5 II /. LOAD �� �/ /i8%' r I t�� j Bc / Zof 6 min. \\\ ��MIP I ��, \\, I tt,� JII Compactedpu ;, l/t / tily Backfillti. nn _ ..... till=p )10/ j =-1 ll 'n_ Bc/4 but not M�11\', /! less than & .:•°,; , •'=: pl 0.5 Bc mina----. Normal 1-7- —1�.Icl iB,I 1I% w Bedding �•--- 0.5 Bc min. I Coarse Filter Aggregate - w (Mn Dot Spec. 3149H Mod.) CLASS C-I CLASS C-2 HAND SHAPED FROM HAND SHAPED FROM I FIRM UNDISTURBED ANGULAR BEDDING SOIL MATERIAL III "Bc.. Denotes outside diameter of Pipe Barrel i . " w BctI2 Minimum LOAD FACTOR 2.3 LOAD FACTOR 1.9 12" ,.-zw. , I :crrr /B/c. 1/ A c_-- / pi Compacted o` rAIM-ti ,1V ;' �!r Backfill Compacted � �; \\I . -.'. \; ��'.:.;:' �' 0.58c Backfill • ''.-•\\ %/•."• �:� 0.5 Bc ,2-.' • '� =, !,;.:.'• Ili ••. • ••.e .• t! i e••.e.•. • e•.• •e. y!: w I �jpi1 11( II�IRSI1ISUl�I �c/ but not„ 2000 w less than 6 Concrete Coarse Filter Aggregate I (Mn DOT Spec. 3149H Modified) CLASS B CLASS A CONCRETE BACKFILL HAND SHAPED FROM TO 0.5 OF OUTSIDE ANGULAR BEDDING DIAMETER WITH MATERIAL SHAPED BEDDING IlRevisions Plate No. Bonestroo, Rosene, STANDARD DETAILS JAN.ions Andertik 6 Assoc. Inc. BEDDING METHODS I-25 IConsulting Engineers FOR RCP, VCP a OiP 5;1, Paul, Minnesota I I I I ICompacted Backfill * /// Eh * '1"1'4\/' -1-:- ITT Backfill a \\1 .w Ah Bedding - �'/ Variable °\ w/Tabl of I /IR� Bedding ° o :o °• ° , " ' . •° '����1 6�� Pay Depth �� Increments 0 o d • II�� 6 (Typical) Foundation `` P Variable . {_ i 0 . •. • ./if/ Minimum = 2d + Bc + 12" 111 wBc11 Devotee outside Coarse Filter Aggregate diameter of Pipe (Mn DOT Spec. 3149H Barrel Modified) I I I Bonestroo, Rosene, STANDARD DETAILS Revisions Plote No. ,IArv. l9Bs Anderlik 8 Assoc. Inc. IMPROVED FOUNDATION I-25A IConsulting Engineers FOR RCP, VCP & DIP St. Poul, Minnesota I I Compacted Back f i I I . // Backfill / , AI • • : : • . ill• • �I\1 . •, .J. ° • � •e c-i• . , ,h/ 12 I Bedding 4, • i ; V •• '- . ;�i //y Granular Borrow \\ • • ii///h4 (Mn DOT Spec. 3149A, • •0 • \ �� • • dlliii Modified) a . o •• . J h '6" I11, ,----1-1.---, =1 = '_ _ Minimum= Bc +12" 1 PIPE FOUNDATION & BEDDING IN GOOD SOILS iff II Compacted Backfill I \\V)/ \it_ _ 44.--N -...., Backfill // i -411,1\\� V• , • U`1 I • - /U/ 2" I 1UV0 U Bedding �, ° ° • • 0 • I/ ' `1 . . d. . °. , • o • .•.T•• •.• e . . • .. . O'III 1 n 1 - 0 _ — _• o_ d _ 6 Pay Depth Foundation °. • • • d ° J. all Increments ' , �� •• • Variable •,_e , ;Ill 6 r(Typical) • 1 •- .. • - • 0 0 •0 ,//I7 IIm1III IIIII III Alai el 1 -\ Coarse Filter BcI Denotes outside 1,, Minimum = 2d +Bc+12" ,I Aggregate diameter of Pipe ( Mn. DOT Spec. 3I49H I Barrel Modified ) PIPE FOUNDATION & BEDDING IN POOR SOILS I _. Bonestroo, Rosene, STANDARD DETAILS Revisions Plote No. 1 Anderlik a Assoc. Inc. Consulting Engineers PVC PIPE FOUNDATION & 1-258 St. Paul, Minnesota BEDDING METHODS I . ANGLE IRON- 2"x 3"x 4'-0"x 5/16" PLACE 3" LEG VERTICAL 8 PAINT 1221/4 NEENAH R-1737 WITH ONE COAT RED LEAD PRIMER 1.-8.. rl 21•• „ OR EQUAL 1 1 1 1 8"�� III ME I -�4,1A PLAN 4'_ • 2 �..1111111111111P1111111111•1: . Ii) •_.� N r ,�.� 2.... ._® 11 1111111 LIIIIIMIN ..4 !..4'.. -1::-....:,...::;°.;°,7;0%-:%:.:1±.".;1a. e ‘r. ii v IJ . N i t)q °e. jr 3,-4„ ?„ 14—�I SECTION AA ELEV. SECT. 2- I/2"x 6" BENT BOLTS C2-, NQ.5 BENT REINFORCING BARS SURMOUNTABLE 2=6" .-- 2'-6" 6-4 LONG CURB 8 GUTTER CURB OPENING i / o a"° too o:; Q oy ;%.eatD.J I 124 / OPENING-e•< io /2" SLOPED INLET-‹ • TAPER CURB TO CATCH BASIN Ii" HIGH B 7"WIDEI LEAD AT BASIN --,N4 I I/ ••••• i ,/'V' 411 7 MAINTAIN 12" WIDE GUTTER THt- POINT 2" s. ..p'W o 00'.0 O o: o°ao�Pn�A oa.�a•. •��,Q31tJ :FLOW NORMAL I e"..i. 3'-4° 8° GUTTER GRAD ry II "T ICK ASPHA4 SECTION B B j\�� APRON-MN/DOT • �" LONG STEEL- 6 N0.4 /, \\ P' 2 341 ;c BARS x 41-4" LONG AT \\\jjj p 2"0.C. TO BE ON TOP \ i j ,2\4\p, ,r--� OF DIAGONAL STEEL \ Cj / _�� \ \ THIS POINT 6" �o " ,— � BELOW NORMA ,' \• \, GUTTER \ / \ \ GRADE • P// \\�` 1'--<-,i '\\k\ SHORT STEEL-4 NO. 4I \ BARS x 3 '-0" LONG TO BE ---"7 \� r \\ 1 1/2" CLEAR FROM //...c__ \\ BOTTOM OF SLAB \\ \��\\ t k "" \\\A TAPER CURB III DIAGONAL STEEL- 4 NO. 4 -\�\ \)/2�� AS ABOVE BARS x 3'-.3" LONG TO BE ON \ \ i „ TOP OF SHORT STEEL \. - / l2 I BASIN SIMILAR TO PLAN / / ST. PAUL PLATE NO. 2004 Bonestroo, Rosene Revisions Plate No. Anderlik & Assoc., Inc. STANDARD DETAILS I Consulting Engineers CATCH BASIN - HIGH CAPACITY I —32 St. Paul, Minnesota ANGLE IRON- 2"x 3"1 4s-0"x 5/16" 111 PLACE 3" LEG VERTICAL A PAINT 221/4" NEENAH R-1737 WITH ONE COAT RED LEAD PRIMER IN 1.. r i� OR EQUAL i •. .,• I . •) PLAN . , .. j " 5s-0" I - 2p I 1.111111.; ■� �� '412 6•. •—�.. ..•.; u ; ! II • b n II 7 A. • 0. fff 3s-4" 7" i SECTION AA ELEV. SECT 2-1/2%6" BENT BOLTS 2;145 BENT REINFORCING BARS 8618 1 1. 2=6" -- 2'-6" 6-4 LONG CURB OPENING CURB A GUTTER I $ � 64•0 • 0 �e'� .• OPENING-I.< iot `—' / ::.. TAPER CURB TO / / SLOPED INLIT-C CATCH BASIN II" HIGH A 7"WIDE / LEADi -.7„..._ , . ir- ,_ _i_ . ,.:• .. - AT BASIN ' \ I MAINTAIN 12" • •o'A•L;• .t- WIDE GUT MI POINT 2" ''S�� �.• . ..'� I � •"� to GUTTER - , •' 00#,/ . , SECTION BB c \ " ICK AS -' \ P-ON-MN/DOT I LONG STEEL- 6 NO.4 l P 2341 BARS x 4s-4n LONG AT / _'° 2.0.C. TO BE ON TOP >"�k- / o OF DIAGONAL STEEL \\ (j ,'�f THIS " \ �/ ti POINT6 � NOTE: \/ \¼ GRADE ' EDTMTCASTIb \INVERT, IS GREATER THAN 4 FEET. \ 'S slig/ SHORT STEELL-4 NO. 4 k,�/ �� BARSx 3 -0 LONG TO BE �� I 1/2" CLEAR FROM ' / \\ : BOTTOM OF SLAB \\ ��\\ ./. \ TAPER CURB DIAGONAL STEEL- 4 NO. 4 \\\ `� / AS ABOVE BARS x 3u-3" LONG TO BE ON \ .J.. / I TOP OF SHORT STEEL � -' SI fie„ / BASIN SIMILAR TO PLAN / ST. PAUL PLATE NO. 2O04 I Bonestroo, Rosins Revisions Plote No. Anderlik 8 Assoc., Inc. STANDARD DETAILS Consulting Engineers CATCH BASIN - HIGH CAPACITY I- 32A St. Paul, Minnesota 1 1i I I A ono 1 105): 0 \I = Vb.\ imiliiii Ap. 0 pm lei IBackfill to be tamped i11111M11111111.1111 . ,-(.....c:-...,...D__,....., N 0 D in t, .. 1 U / iii I Cubic Yard growA l a a or crushed rock. c N Cover with > e, ' I polyethylene. e1 07 0 N . . . . . . c i. 43 c > H ... :•. ........•. .... . .. .. ....71, ••• • •• 1 (i , ;:• 4 x 4 thrust U511 . •,. .. ' 1 block •'�4... �..:;. e : . I , • '' ' t 6"x 6" vertical ;• '... •. ;: ; block ';.•.. '•.:. I e.Concrete 8" Concrete block block HYDRANT INSTALLATION GATE VALVE a BOX BonestrooRosene Revisions Plate No. IAnderlik a Asso. Inc. STANDARD DETAI LS Apr. '73 Consulting Engineers GATE VALVE a BOX Apr. '81 2 - I A St. Pout, Minn. AND HYDRANT INSTALLATION 1 I IDesign Grade or Existing Grade I I W a_ FL (:).1 Variable See Specifications i a 55a 4 Min. c Sand Fill i d :_�0.1.•i.....i..1r.. -evi�reir:��...........:�:._.:�.o�.."..v... .: c' & Sand Rigid Insulation I Fill See Specs. To. of Pie .--____ I • Pipe To Be Insulated I I I I I I I I Bonestroo , Rosene, STANDARD DETAILS Revisions Plate No. Ii Anderlik 8 Assoc. Inc. 2-8 Consulting Engineers INSULATION DETAI L St. Paul , Minnesota IX04 3 V ' ♦ - E NaTE 3 •I . .. •...::•.-. •Y'.... . .: ...............:::.:.. .4 L..'" A. �' ;•; ° :: .' 1 CONCRETE I.-- PLAN - 221/2° BEND j� SEE Al00 a. •�4. a00-317.7.1.1b....•Q' ao N e • p' 111 ON to Q \.' • I . ;,:.. S2 PLAN-90° BEND crZ i i--.7t Dto I/ ma It° a CONCRETE SHALL BE �••.•. .• I� .. \..........„./ OMNI VIN CONTAC WITH THIS ,P •%. "• CI C2 C3 QUADRANT •F PIPE, •/ ••.. o AT LEAST. / .o ): •: ' :'�� 1.:.... N ►� PLAN-45° BEND BEDDING 4 .6 , d cI MATERIAL -4 :: . -••••.. �/ :d"� • • * •• ',/ NOTES: • . • , , I. DIMENSIONS IN TABLE ARE BASED ON A WATER PRESSURE OF 150 PS I. AND AN EARTH 4.t.. 4.�• �r J \-q.. •-... RESISTANCE OF I TON PER SQ. FT. 2 WOOD BLOCKING MAY BE USED IN LIEU OF I APPROX. 1:1 SLOPE OQNcRETE FOR 6"8 8"0 45°BENDS AND FOR WHERE DEPTH gLOW 7/� I 6 8 612"0 221/2°BENDS PROVIDED AREA IN PIPE EXCEEDS 6 �` CONTACT WITH EARTH IS SAME AS AREA SHOWN. 3 DIMENSION CI C2 C3 SHOULD BE LARGE SECTION A-A \-`J ENOUGH TO MAKE ANGLE 6 EQUAL TO OR I LARGER THAN 45° 4. DIMENSION Al A2 A3 SHOULD 8E AS LARGE AS POSSIBLE WITHOUT INTERFERRING WITH M.J. BOLTS. BUTTRESS DIMENSIONS 5. SHAPE OF BACK OF BUTTRESS MAY I PIPE _ VARY AS LONG AS POUR IS AGAINST FIRM 22'/2° BENDS 45°BENDS 90°BENDS UNDISTURBED EARTH. SIZE 131DI 92 D2 B3 03 I 6" I'-5 I'-5" 1'-5" I'-5,' 2' - I " 1'-6" 8" I'-5' I'-5' 2'- I" 1'-6' 2'-8" 2'-0" • 12" I'-10" 1 I'-10" 3'-4" 2'- 0" 4'-9" 2'-6" I 16" 3'- 0" i 2'-0" 3'-10" 3'-0" 6'- 2" , 3'-6" 20" 3'4.6" ` 2.-8" 5.-6" 3.-4" 8'-4" 4'-0" 24" 4.-4"I 3-0" 6'•13" 3'-10" 9'-8" 5'-0", IBonestroo, Rosene, Revisions Plate No. Anderlik & Assoc.,Inc. STANDARD DETAILS I Consulting Engineers CONCRETE THRUST BLOCKING 2-9 St. Paul, Minnesota I I I I Variable (See Plan) .. IVariable (See Plan) 15' fy I 4`x4"x8' Wood Fence Post 4' above grade I 1� I b Curb Stop and Box if 1 1 I ��' _mac_ Water Service ` c 0 0 I a. N Typep IC' Copper7 Concrete Bloc v m 3 Corporation Sto o IL 2 > x IN Curved Segmental Manhole, Block Ifor Gooseneck Support Water Main Sewer Service — 4" Cast Iron Soil Pipe I Sanitary Sewer Min. Slope-1/4" per ft. 15" long piece I of Copper with Crimped end I I kg Boneetroo STANDARD DETAILS (Last Revi '°" Rosene Oct.1992 • Anderlik di J ' Associates SEWER AND WATER Plate No., Enetn».., a ArchitectsSERVICE CONNECTIONS st.Paul. Minnesota 3-4 I3-4.DWG 111 _ 6" Distance to variable 1/2"r - -- - - I f _� . • , 3r7 " TYPE "A" I/2 r � •• ! sl•.e 3/4" ler. ft. STANDARD SECTION III re)_ M.N.D. B6I8 • CONCRETE CURB 8 GUTTER I .._.] L---811 1811 6-1 Distance to C variable 11r - -- 1/2 - -- u u 1 TYPE B io ♦ ♦ , 11 ft. 11/211r ♦.,e 3/4 STANDARD SECTION I - • _ M.H.D. 8624 — CONCRETE CURB a GUTTER I __ _ L_.--._ 11 24" �...-8 _ -I I 1/2"r1 TYPE "C" - a •X11 1/2"r Y ; •- ft's c STANDARD SECTION Q SURMOUNTABLE CONCRETE CURB 81 GUTTER I 4_—_ 12" 1. 12" J I I/2 r . . f 3 r Distance to C. variable__ o 6: Q3n u Bituminous surface TYPE D I - STANDARD SECTION 111 a ` .�+� . , � Gravel base M.H.D. 86 • CONCRETE CURB Ic Type"A'or Type B11 Curb I/2"r\; • i 3"r , - 3/4 ft. j-I/2"r TYPE - A, B,C,D 111 11 r s10 STANDARD SECTION DRIVEWAY L 10" I6'LT4.- A 22"TypeB,1 ' 12-TypeC Bonestroo, Rosene, Revisions Plate No. Anderlik a Assoc, Inc. STANDARD DETAILS I Consulting Engineers CONCRETE CURB a GUTTER 4-1 St Paul, Minnesota 4 3/4" 1 er ` J. 1 r TYPE "A" I , • Backfill with i r - STANDARD SECTION • selected soil t° Bituminous I� •• �. [surface6 MACHINE LAID CURB \ I 6" (/q` .71/4s /. E < e / 31/2" 1 I"r-'••&c ` TYPE ��B�� \\ Backfill with \\; STANDARD SECTION selected soil �`' • �\ \\ 1Sltuminous 7 MACHINE LAID CURB • \ surface I " " 4 �1 � 114r TYPE "C" =‘,., / Bituminous surface STANDARD SECTION I6" SHOFORMED CURB I 1 ~ 4" ,i B 11 �— I/g r TYPE "D" // STANDARD SECTION • Bituminous surface _ �-- //://' % 8"SHOE FORMED CURB I N " , / sI Revisions Plate No. Bonestroo, Rosene, STANDARD DETAILS Anderlik & Assoc, Inc. Consulting Engineers BITUMINOUS CURB 4-2 St Paul, Mnnesota I I I 8618CaG 110i I- TRANSITION II SURMOUNTABLE CURB • I CATCH BASIN AT P.C. or P.T. V-42§r/ I 8618 Ca G ...... .J,pO\J5 (a):11 I •',I` I 101 SURMOUNTABLE CURB • TRANSITION 0 0 CATCH0BASIN IN RADIUS I . sp 4v B6I8 C a G 6 101 I I TY P. , TRANSITION '• ;;,., I ill • �--SURMOUNTABLE CURB i .. 011.....~1.2.iiiiiM OMMMMIIIIIIINIIO MIL- DOUBLE CATCH BASIN • 10'1 TRANSITION 6.. — — 2" I -- i 4.. I . . 4/ii il I / 1 / ., iy A Ilk 7H • 'M.H.D.•86I8. .CONC. 0 a .G SURMOUNTABLE CONC. C a G 6 I • SECTION. A- A - - NO SCALE Bonestroo,Rosette, STANDARD DETAILS Revisions Plate No. Anderlitc a Assoc, Inc. 6-� ' TR,ANSMoN40' Consulting.Engineers CONCRETE CURB a GUTTER 4- 8 St. Paul, Minnesota TRANSITION - I I I .,i 4 B618 conc. curb ,+„ 'M . I8 gutter. .r.. a`' ,.f 1..::*:”t{K.,L I44.':: .•.• yl9;\ •V• h ! I Catcover. frame �,,.• O� 8 cover ,.. eP iiioi . frill ss �vi ..4.. ','" „pre' •• :rs PERSPECTIVE 1 ,4 I e Min. o Transition I0sMin. Transition s o I [1618 curb & gutter--7 ` � � -Top of curb al Eli 1. 77;;:t - •: •rd/ 1.1hgl • s: +-^. +-!`rr,4'•• • . J•- 2-No.4 rebars Expansion Design gutter Joint • line grade. Neenah frame 8i coyer or equal R-3067 with Type DL grate I SECTION A- A Revisions Plate No. Bonestroo , Rosana SPECIAL DETAILS Anderlik and Assoc. Inc. 2-19-8 JI(t I Consulting Engineers B618 CURB & GUTTER 4-9 St. Paul, Minn. CONSTRUCTION AT CATCH BASIN I - I NOTE: Surmountable conc. I Surmountable curb 8 gutter to be curb a gutter formed into a B618 type curb • at catchbasin castings. I ., ,:.•-•'... . .. .• ...s. - . ;•.;•• ...... ... I , .„.:::;• .• .•• ... „.., . ... ..... Cotchbosin frame • siOn I a cover - ., .../. Os • • ...:f.,;••' n i . 4 . , , ...:0!,:::•:• ' I •CP .•.• ..voo ..,,,.,...:.:, ..'s. ,.•'; ,C) \\1 _.. , k •,'1% ‘0 .t.,;'''' .:.••• ' I :.• ./' I .... • n ...• ,...../....,.„ .' PERSPECTIVE ..-- I . .. ...• , / -- I I lOs Min. Transition -0,- 10'Min. Transition : Surmountable curb a gutter : —Top of curb Imismis 0 R.. .:..:,,. ...".. .T.;44:i-ii. .•...:...." ... 0.! INV • \ ' ' '-i- tv:,..':0-!'-,"‘4-iT., :::fftt'"7"._ ____,,•!5'7"":,____,_.: • .. ;. . . . . . -.-.'-at.,:.'+,7'..7•••1!'6•7'.71..:!-.7'.71-7:dumps. 1 MN Aim !.:..:,;.,.....ii...,..0•.=.4--a-7--•..". b. di• .--# :,...•:'' 2-No.4 rebars Expansion —" Joint Design gutter Neenah frame & cover or equal. Iline grade R-3067 with Type DL grate SECTION A-A IBonestroo , Rosene SPECIAL DETAILS Revisions Plate No. I Anderlik Si Assoc2-19-82 JKI . Inc. - SURMOUNTABLE CURB a GUTTER 410 Consulting Engineers CONSTRUCTION AT CATCHBA SIN St. Paul, Minn. I 1111 I Bales placed on edge. I Len•th Variable Butted tight. ( see plan & spec. avmm, , . -__I• • mm. . mA o � ' ____1. 111 ik 2`x 2" Wood stake 3 PLAN 2 per bale o. a a 1 UX W I II - 1/2 Total Length • •r A--- Graded grade . , Pt., B . ' NOTE: Pt. A to be higher A- than Pt. B 1 PROFILE I2"x 2" Wood stake I 2 per bale. i Bales placed I Ea on edge. i . I Earth fill mi rGraded grade ; flow � flow � 1 i I 10 rein• 10'min. I\) TII OPTION 2 OPTION I M —t._. Jilin SECTION A—A No Scale IRevisions Plate No. Bonestroo , Rosene, SPECIAL DETAILS IIAnderlik 8 Assoc.,Inc. SP' 64 Consulting Engineers EROSION CONTROL St. Paul , Minnesota I I ( I I 2" x 2" wood stakes 8' Maximum spacing ' 1 Engineering fabric. Mirafi "Envirofence" or equal. wI Fabric anchorage trench Backfill trench with it: / tamped natural soil Ig o Direction of runoff P . . . • • i VVIT • `� 2 , ,, ' d' 3~ `�4 . N ZQ . . . • I Support post anchorage Note: Attach fabric to I in—situ soil support posts with lath and staples I I � (last Revision I kJ[ May, 1990 Bonestroo STANDARD DETAILS Rosana InAnderlik 3 Associates SILTATION FENCE Plate No. Engineer" Is Architects SP-89 st.Paul, Minnesota J I \ J I 4 I 2 Rows Bales \04Placed on EdgeF; with overlapping I Joints backed by snow fence for Snow Fence support. Area to 'AIil1111 Support be graded prior ,A14 to placing bales rOZ* / WI 1 �. Ica/ Storm Sewer PLAN A410 1 Catch Basin elk 107 2'x2' Wood Stakes �/ 2 Per Bale I NOTE Snow Fence Placed �O`Ii 5' DIA. with 4 Steel •, .•%,, F Posts for Support \ Silt (Qeot.xtile) Fence /� , - As Specified - / Backed by snow fence PLAN B ` port. 1 � .for supOV, •.� i' Bottom S' of Fabric *> to be Buried to I / '4% Prevent Underwashing. Storm Sewer Catch Basin \ois, IStorm Sewer Catch Basin. I • • I PLAN C vii — 2•x2' Wood Stakes UO 2 Per Bale I • IBales on Edge I Bones , STANDARD . DETAILS Revisions Plate Na I Anderlic a Assoc,,Inc. Consulting Engineers EROSION CONTROL SP-104 St, Paul, Minnesota 1 I 1 CONDITIONS OF THE CONTRACT INDEX PAGE NO. SECTION 1 - DEFINITIONS 1. SECTION 2 - BIDDING REQUIREMENTS 5. SECTION 3 - AWARD AND EXECUTION OF CONTRACT,PROGRESS AND COMPLETION OF WORK 7. SECTION 4 - CONTRACT DOCUMENTS: INTENT AND REUSE 9. SECTION 5 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 11. SECTION 6 INSURANCE AND BONDS, LEGAL RESPONSIBILITY AND SAFETY 13. SECTION 7 - ENGINEER-OWNER-CONTRACTOR RELATIONS, ARBITRATION AND INDEMNIFICATION 18. - AND WORKMANSHIP 25. SECTION 8MATERIALS, EQUIPMENT, INSPECTION SECTION 9 - MEASUREMENT,PAYMENT AND PROJECT ACCEPTANCE 34. SECTION 10 - CHANGES IN THE WORK 40. SECTION 11 - CHANGES OF CONTRACT PRICE AND CONTRACT TIME 42. SECTION 12 - SUSPENSION OF WORK AND TERMINATION 46. SECTION 13 - MISCELLANEOUS 48. FORM OF AGREEMENT PERFORMANCE BOND LABOR AND PAYMENT BOND 11\90-356GENRL Copyright 1990 Bonestroo,Rosene,Anderlik &Associates,Inc. t TABLE OF CONTENTS 11 CONDITIONS OF THE CONTRACT SECTION 1 - DEFINITIONS 1.1 ACTS OF GOD 1.2 ADDENDA 1.3 AGREEMENT 1.4 BID SECURITY 1.5 BIDDER 1.6 CONTRACT 1.7 CONTRACT DOCUMENTS 1.8 CONTRACT PRICE 1.9 CONTRACTOR 1.10 CHANGE ORDER 1.11 DAY 1.12 DEFECTIVE 1.13 DRAWINGS 1.14 ENGINEER 11 1.15 FIELD ORDER 1.16 FINAL COMPLETION 1.17 MODIFICATION 1.18 NOTICE OF AWARD 1.19 NOTICE TO PROCEED 1.20 OWNER 1.21 PERFORMANCE AND PAYMENT BONDS 1.22 PROJECT 1.23 PROPOSAL 1.24 RESIDENT PROJECT REPRESENTATIVE 1.25 SHOP DRAWINGS 1.26 SPECIFICATIONS 1.27 SUBCONTRACTOR 1.28 SUBSTANTIAL COMPLETION 1.29 SURETY 1.30 WRITTEN NOTICE 1.31 WORK 1 11\90-356GENRL Copyright 1990 1 1 II Bonestrop, Rosene, Anderlik & Associates, Inc. II 1 TABLE OF CONTENTS (CONT'D) 11 SECTION 2 - BIDDING REQUIREMENTS 2.1 PROPOSAL FORMS I2.2 INTERPRETATION OF QUANTITY ESTIMATES 2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE II2.4 ADDENDA . 2.5 PREPARATION OF BID 2.6 RESERVATIONS AND/OR EXCEPTIONS I/ 2.7 BID SECURITY 2.8 DELIVERY OF PROPOSAL II2.9 OPENING OF PROPOSALS 2.10 EVALUATION OF PROPOSALS il2.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION ISECTION 3 - AWARD AND EXECUTION OF CONTRACT, PROGRESS & COMPLETION OF WORK 3.1 AWARD OF CONTRACT ii 3.2 EXECUTION OF AGREEMENT 3.3 FAILURE TO EXECUTE AGREEMENT il 3.4 RETURN OF BID SECURITY 3.5 NOTICE TO PROCEED 3.6 CONTRACT TIME II 3.7 SCHEDULE OF COMPLETION 3.8 COMPUTATION OF TIME ii3.9 LIQUIDATED DAMAGES I SECTION 4 - CONTRACT DOCUMENTS: INTENT AND REUSE 4.1 INTENT OF CONTRACT DOCUMENTS li 4.2 ORDER OF PRECEDENCE 4.3 DISCREPANCIES 4.4 ADDITIONAL INSTRUCTIONS II4.5 DRAWINGS AND SPECIFICATIONS AT JOB SITE 4.6 OWNERSHIP OF DRAWINGS AND SPECIFICATIONS AND REUSE i t4.7 DIMENSIONS 111 - 2 - II 11\90-356GENRL Copyright 1990 Bonestrpo, Rosene, Anderlik , II & Associates, Inc. II TABLE OF CONTENTS (CONT'D) liSECTION 5 - AVAILABILITY OF LANDS. PHYSICAL CONDITIONS. REFERENCE POINTS 11 5.1 AVAILABILITY OF LANDS 5.2 PRIVATE PROPERTY 5.3 SURVEYS 5.4 UTILITIES 5.5 INVESTIGATIONS 5.6 UNFORESEEN PHYSICAL CONDITIONS 11 il SECTION 6 - INSURANCE AND BONDS LEGAL RESPONSIBILITY AND PUBLIC SAFETY 6.1 INSURANCE 11 6.2 PERFORMANCE AND OTHER BONDS 6.3 PATENTS, FEES AND ROYALTIES 1/ 6.4 PERMITS AND LICENSES 6.5 LAWS, REGULATIONS AND SAFETY s 6.6 WARNING SIGNS AND BARRICADES II - SECTION 7 - ENGINEER-OWNER-CONTRACTOR RELATIONS ARBITRATION & INDEMNIFICATION II 7.1 ENGINEER'S STATUS AND AUTHORITY 7.2 CONTRACTOR'S RESPONSIBILITIES 11 7.3 OWNER'S RESPONSIBILITIES 7.4 ASSIGNMENT OF CONTRACT ild 7.5 RIGHTS OF VARIOUS INTERESTS 7.6 SEPARATE CONTRACTS 7.7 SUBCONTRACTS li 7.8 ORAL AGREEMENTS 7.9 NON-DISCRIMINATION IN EMPLOYMENT 7.10 DECISIONS ON DISAGREEMENTS II 7.11 ARBITRATION 7.12 INDEMNIFICATION II II - 3 - II 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. TABLE OF CONTENTS CONT'D SECTION 8 _ MATERIALS E'UIPMENT INSPECTION 8.1 MATERIALS AND AND WO EQUIPMENT FURNISHED BYMANSHIP 8.2 EQUIVALENT MATERIALS CONT ACTOR AND E 8.3 MATERIALS QUIPMENT FURNISHED 8.4 BY OWNER STORAGE OF MATERIALS 8.5 SAMPLES If 8.6 FURNISHING OF PRODUCT DATA 8.7 QUALITY OF 8.8 EQUIPMENT AND MATERIALS SHOP DRAWINGS 8.9 ACCESS TO AND OBSERVATION OF WORK 8.10 TESTS AND INSPECTIONS ,1 8.11 UNCOVERING THE WORK ORK CUTTING AND PATCHING 8.13 WARRANTY AND GUARANTEE 8.14 CORRECTION PERIOD 8.15 CORRECTION OR REMOVAL OF DEFECTIVE WORK 8.16 ACCEPTANCE OF 8.17 DEFECTIVE WORK OWNER MAY STOP WORK 11 8.18 OWNER MAY CORRECT DEFECTIVE WORK 1/ I I l�1 I I 11\90-356GENRL _ Copyrig4t 1990 4 I/ Bonestrgo Rosene, Anderlik & Associates, Inc. 1 I II TABLE OF CONTENTS (CONT'D) I SECTION 9 - MEASUREMENT, PAYMENT AND PROJECT ACCEPTANCE II9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT 9.2 REQUEST FOR PAYMENT 11 9.3 ENGINEER'S ACTION ON A REQUEST FOR PAYMENT 9.4 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT 11 9.5 OWNER'S RIGHT TO WITHHOLD PAYMENT 9.6 CONTRACTOR'S WARRANTY OF TITLE 9.7 SUBSTANTIAL COMPLETION 1 9.8 PARTIAL UTILIZATION 9.9 FINAL INSPECTION II9.10 FINAL APPLICATION FOR PAYMENT 9.11 FINAL PAYMENT AND ACCEPTANCE I 9.12 CONTRACTOR'S CONTINUING OBLIGATION 9.13 WAIVER OF CLAIMS Ig SECTION 10 - CHANGES IN THE WORK 10.1 CHANGE ORDERS _ It 10.2 FIELD ORDERS 10.3 UNAUTHORIZED WORK 11 10.4 ENGINEER RECOMMENDATIONS 10.5 NOTICE OF CHANGE TO SURETY I/ 10.6 CLAIMS FOR ADDITIONAL COSTS 10.7 WORK DURING AN EMERGENCY IISECTION 11 - CHANGE OF CONTRACT PRICE AND CONTRACT TIME 11.1 CONTRACT PRICE 111 11.2 CHANGE IN CONTRACT PRICE } 11.3 BASIS OF CHANGE i $ 11.4 CHANGE OF CONTRACT TIME j - 5 - 11\90-356GENRL Copyright 1990 II Bonestroo, Rosene, Anderlik & Associates, Inc. 1 II TABLE OF CONTENTS (CONT'D) I SECTION 12 - SUSPENSION OF WORK AND TERMINATION 12.1 OWNER MAY SUSPEND WORK , 11 12.2 OWNER MAY TERMINATE 12.3 CONVENIENCE TERMINATION BY THE OWNER 12.4 CONTRACTOR MAY STOP WORK OR TERMINATE II SECTION 13 - MISCELLANEOUS 1 13.1 LIMITATION OF LIABILITY 13.2 REMEDIES II 13.3 PUBLIC CONVENIENCE 13.4 CROSSING UTILITIES, ETC. 13.5 SANITARY PROVISIONS II13.6 PRESERVATION OF HISTORICAL OBJECTS 13.7 USE OF PREMISES II FORM OF AGREEMENT II PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND it • I a 1 , - 6 - I 11\90-356GENRL Copyright 1990 Eonestroo, Rosene, Anderlik & Associates, Inc. 1 I 1.14 ENGINEER 11 The Engineer is the person or entity or authorized representative thereof named in the Contract Documents. 1.15 FIELD ORDER A written order issued by Engineer which orders minor changes in the Work in accordance with Paragraph 10.2, but which does not involve a change in the Contract Price or the Contract Time. 1.16 FINAL COMPLETION The Work, including any punch list items, in accordance with the Contract Documents.has been completed in all respects 1.17 MODIFICATION (a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order, or (c) a Field Order. 1.18 NOTICE OF AWARD 11 The written notice by Owner to the upon compliance byapparent successful Bidder stating that It ent enumerated therein, withinrthe time ent especifssful ied,ieOwnerr hwill conditions the nddeliver the Agreement. sign and deliver 1.19 NOTICE TO PROCEED 1/ A written noticeiven g by Owner to Contractor (with a copy to Engineer) fixing the date on which the Contract Time will commence to run and on which Contrac- tor shall start to perform his obligation under the Contract Documents. 1.20 OWNER I/ The Owner is the person or entity or authorized representative in the Contract Documents. thereof named 1.21 PERFORMANCE AND PAYMENT BONDS The Performance and Payment Bonds are the approved form of security furnished by the Contractor and a Surety prior to the execution of the Agreement as a 11 pledge of good faith on the part of the Contractor and the of the Contractor's default, covering the Contractor'ssurety faithful performance under the Contract Documents and the payment of all obligations arising there- under. I11\90-356GENRL 3 - Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 11 1.22 PROSCT 11 ruction of which the Work to be provided under the Contract The total CObettheti whole, or apart as indicated elsewhere in the Contract 11 Documents may Documents. 1.23 PROPOSAL isII the offer of a bidder to perform the work described in the e Bid DocumentsThe Proposalwhen prescribed Proposal form, proper- ly whensecured.out and submitted on the ly signed and 1.24 RESIDENT PROJECT REPRESENTATIVE to the site or II The authorized representative of the Engineer who is assigned any part thereof. it 1.25 SHOAW P DRINGS illustrations, schedules and other data whiahriare All drawings, diagrams, a Subcontractor, manufacturer, specifically prepared by Contractor, portionrate some of the Work and all II tor, trat ons or brochures,distrrstandard schedules, performance charts, instruc- tions, diagrams andother reared by a manufacturer, fabricator, diagrams and information prepared or distributor and submitted by Contractor to illustrate materialor II equupippment for some porstion ortion of the Work. 1/ e 1.26 SPECIFICATIONS of the Contract Document generally bound in booklet form and con- sisting11 That portionof the Conditions of of the documents identified in Paragraph 1.7 (b) the Contract. 1.27 SUBCONTRACTOR person11 or other entity having a direct contract with The Contractorbtand is the separate Contractorexecuting his sun- li .. . . acts for or on behalf of the anye sep Contractor in any the part of the Contract, but does not include contractor or any material suppliers. 1.28 SUBSTANTIAL COMPLETIONII where, in thereof)The Work (or a specified part has progressed to the pointhis certificate of Substantial CompleII - the opinion ff cieEngntlyr as evidencedee, by can be utilized for the purposes for it is sufficiently complete, in accordance with the Contract Documents,tion, Work (or specified part) whenp whichso that the The, terms "sub- stantially in with Paragraph 9.10 and 9.11. ° anysu - it was intended; or if there be no such certificate issued, styntia is mpduandacco„substantially completed” as applied k 4 stantially complete" refer to Substantial Completion thereof. �' 4 11\90-356GENRL Copyright 1990 11 Bonestroo, Rosene, Anderlik & Associates, Inc. li I IICONDITIONS OF THE CONTRACT 11 SECTION 1 DEFINITIONS ii 1.1 ACTS OF GOD 1/ An Act of God is an unusual, extraordinary and sudden manifestation of the forces of nature, uncontrolled and uninfluenced by the power of man and with- out human intervention, that could not under normal circumstances have been ii anticipated or expected. Ordinary weather conditions of normal intensity for the locality shall not be considered as an Act of God. 11 1.2 ADDENDA Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the bidding documents or the Contract Documents. 1 1.3 AGREEMENT II The Agreement is the written document executed by the Owner and Contractor covering the performance of the Work described in the Contract Documents. 1.4 BID SECURITY IThe Bid Security, where required by the Advertisement or Information to Bid- ders, is a cashier' s or certified check, cash or Bid Bond accompanying the Proposal submitted by the bidder, pledging that the bidder will enter into an11 Agreement with the Owner for the carrying out of the Work, should the contract for the Work be awarded to him. 1.5 BIDDER A Bidder is an individual or other entity submitting a Proposal for the adver- ttised Work. 1.6 CONTRACT 1 The Contract Documents form the Contract. The Contract represents the entire and integrated agreement between the parties hereto and supersedes all prior II negotiations, representations, or agreements, either written or oral. 1.7 CONTRACT DOCUMENTS I The Contract Documents consist of the following, including all Addenda issued prior to the opening of bids, Field Orders, Change Orders or other Modifica- tions issued after execution of the Agreement: - 1 - Iii 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik li & Associates, Inc. 1 1 1 l I (a) Drawings 11 (b) Specifications (1) Bid Documents (Advertisement, Addenda, Information to Bidders, Proposal and Bid Security) ; (2) Special Provisions; (3) General and Specific Requirements; (4) Conditions of the Contract (General and other conditions) ; (5) Performance Bond and Labor and Material Payment Bond 11 (6) Form of Agreement; (7) Detail Plates and other drawings attached to specifications; 1.8 CONTRACT PRICE111 The moneys payable by Owner to Contractor under the Contract Documents as stated in the Agreement. 1.9 CONTRACTOR The Contractor is the person or entity or authorized representative thereof named in the Contract Documents. 1.10 CHANGE ORDER 11 A written order to Contractor signed by Owner authorizing an addition, dele- tion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after the effective date of the Agreement. I 1.11 DAY A calendar day of twenty-four hours measured from midnight to the next mid- night. 1.12 DEFECTIVE 11 Refers to Work that is unsatisfactory, damaged, faulty or deficient, does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents. 1.13 DRAWINGS The Drawings are all plans, drawings (including revisions thereto) or repro- ductions thereof issued by the Engineer pertaining to the Work provided for in the Contract Documents. - 2 - 11\90-356GENRL 11 Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. III 1.29 SURETY • A Surety is the person or other entity executing the Contractor's Bid, Per- formance and Payment Bonds. II1.30 WRITTEN NOTICE Written Notice shall be deemed to have been served if delivered in person or 11 sent by registered or certified mail to the individual or other entity or to the last known business address of such individual or entity. It shall be the duty of each party to advise the other parties to the Agreement as to any change in the business address until completion and acceptance of the Work. I/ 1.31 WORK The entire completed construction or the various separately identifiable parts 1/ thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporat- ing materials and equipment into the construction, all as required by the Con- !! tract Documents. IISECTION 2 BIDDING REQUIREMENTS II2.1 PROPOSAL FORMS The Owner will furnish Proposal Forms to any qualified Bidder upon request. , I/ 2.2 INTERPRETATION OF QUANTITY ESTIMATES The schedule quantities as listed in the Proposal are to be considered approx- I, imate only and may be increased, decreased or omitted as necessary to complete the Work as described in the Contract Documents. I/ 2.3 EXAMINATION OF PLANS, SPECIFICATIONS AND WORK SITE Each Bidder is required to examine carefully the site of the Work, the Pro- II posal Forms, Specifications and Plans. Submission of a Proposal constitutes a representation by the Bidder that he has made such examination, has familiar- ized himself with the conditions to be encountered, the character, quality and ilquantity of work to be performed and material to be furnished and has corre- lated his observations with the requirements of these Contract Documents. 2.4 ADDENDA 11 Any Addenda issued prior to the time of receipt of Proposals shall be included in the Proposal and shall be made part of the Contract Documents. Receipt of IIeach Addendum shall be acknowledged by the Bidder in his Proposal. 5 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 11 2.5 PREPARATION OF BID ed The bidder shall submit his Proposal on must behefilledsal inFOrm clearlyadand ycore rectOwner. All blank' spaces in or erasurenmustr rectly in ink or typewritten. Any. anterlineation, alteration be initialed by the signer of the Proposal. Proposalthe shall signed in ink by the individual or authorized representative making Proposal I1 2.6 RESERVATIONS AND/OR EXCEPTIONS Reservations or exceptions shall be clearly stated in writing and attached too ated into tI/ Phe Proposal. They will badvisedd to thate ifpart of and such reservationsrorrexceptions con- stitutetel. Bidders a thira substantial eeviation from the rendered nonresponsive. Theed Bidderms shalldmakenditions, no addi- II their Proposals may be tional stipulations on the Proposal nor qualify it in any other manner. 2.7 BID SECURITY il rs, If so stipulated in the sidids, securityiinothetrequired formto eand 11 each Proposal shall bea accompanied by a B amount pledging sta ed inhehisdProposal andwill er into a Contract with the will, if required, furnish bondsas de- scribed termsdstated Con- tract hereunderdtin enttoofnallcovering tions arisingfaithful thereunder. Shouldthe the Bid- II tract and the payment der refuse to enter into such CBntdraSecurityfail shallfurnish forfeited tobonds, the Owneras quasar, the amount ofI liquidated damages, not as a penalty. The Owner will have the right to retain the Bid Security of Bidders until furnishedrbya)thehe Congractorttoas whomenan executed . and bonds, if required, have been has been made or (b) the specified time has elapsed so that unaccepted Pro- posals may be withdrawn, or (c) all Proposals have been rejected. 2.8 DELIVERY OF PROPOSAL li Each Proposal shall be placed in an opaque envelope and securely sealed. The envelope shall be so marked as to indicate the name eland address seofethe eBidder, 11 htypeb of no work and the Project Designation. "PROPOSALv shall be enclosed in a separate mailing envelope with the notation ENCLOSED" on the face thereof. All Proposals shall be in the office of the designated recipient before the time set for bid opening. I 2.9 OPENING OF PROPOSALS Proposals will be opened publicly and read aloud at the time, date and place ii designated in the Advertisement. II 2.10 EVALUATION OF PROPOSALS The Owner reserves the right to reject any Proposal if it shows any omissions, alterations, irregularities, is submitted subsequent to the time established - 6 - il\90-356GENRL Copyright 1990 II Bonestroo, Rosene, Anderlik & Associates, Inc. II 11 in the Advertisement for Bids for receipt of bids, or is unaccompanied mpanied by any required Bid Security. The Bidder further acknowledges the right of the Owner 11 to reject all Proposals and readvertise with the same or different Bid Docu- ments. In any event, the Owner reserves the right to waive any informalities, irregularities or minor deviations in the Proposal. On unit price Proposals, 1 comparison of Proposals will be made on the basis of the stated unit prices and unit prices will control in the event of a discrepancy between the unit price and the extension or summation thereof. On fixed or lump sum price Pro- posals, comparison of Proposals will be made on the basis of the lowest price IIthat is responsive to the Advertisement. 2.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION I/ By submission of a Proposal, each Bidder certifies that: (a) The prices in the Proposal have been arrived at independently, with- IF out consultation, communication or agreement as to any matters relat- ing elating to such prices with any other bidder or with any competitor for the purpose of restricting competition; II (b) The prices in the Proposal have not been or will not be knowingly disclosed to any other bidder or competitor prior to the Owner's IIopening of the Proposals; (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 Proposal for the II purpose of restricting competition. SECTION 3 I/ AWARD AND EXECUTION OF CONTRACT, PROGRESS & COMPLETION OF WORK II3.1 AWARD OF CONTRACT When the lowest responsive Proposal of the lowest responsible bidder is accepted end within the time limit established in the Advertisement for Bids, the Owner will send him the necessary Contract Documents and a Notice that the 11 contract has been awarded to him, subject to the furnishing of a Performance and Payment Bond, where required. I3.2 EXECUTION OF AGREEMENT The lowest responsible bidder shall, within 15 days after receiving the Notice of Award and Contract Documents, sign the Agreement contained in the Contract I Documents and return the signed Agreement and such Bonds and Insurance forms as the successful Bidder may be required to furnish to the Owner. 3.3 FAILURE TO EXECUTE AGREEMENT 11 Upon the failure of the lowest responsible bidder to furnish an acceptable Bond, where required, or to execute the Agreement within the time above speci- II 1i\90-356GEtdRL 7 Copyright 1990 11 Bonestroo, Rosene, Anderlik & Associates, Inc. II II fied, the Owner may have the option to annul the award and retain the Bid dT notd Se- curity accompanying tll1erbut upon default aabypinalthe Bidder the shall not be the sole remedy ofthe Owner Owner may adopt any legal remedy which it may see fit to adopt. 3.4 RETURN OF BID SECURITY II bidder, will l Bid withinti45, eypt afterathefthe date ofwest the opening1ofeProposals unlessbstated re- turned within 45 days of respon- 11 otherwise inw theSpec bel Provisions. The id returned upon receipt ofcthety of properlyhexecutedtAgreement siblb e bidder will and Bond. 3.5 NOTICE TO PROCEED 11 The date of commencement of the Work is the date seintend forth shain the prosecuteoticeWo to 11 Proceed. Thereupon, the Contractor shall beg regularly ne and thoutsu intmanpower anppOWern+andless equipment asotherwise is necessary to complete the the Owner, with such ma p 11 Work within the time stated in the Contract Documents. 3.6 CONTRACT TIME • le k con- II The Contractororinhatlh cotimmete, in an stated inCethebContractr, all of the pocuments, subjectronly to tractedxtfor the the control of extension for unfore contractorsys above and and without theirdfault or negligence.thWritten Con- tractor and his Subcontractors noticeII of th of theCoeacmfor such extension shall toethegiven claim;within (10) otherwise days the occurrenceoftheeventgiving rise the claim shall be waived. 3.7 SCHEDULE OF COMPLETION e by II The Contractor shall submit, at such time show may the orderninlwhich thegContractor the Engineer, schedules which shall start the proposes to carry on the Work, Work wand estimated dates ofth dates at which ecompletion of thelseveral II the several parts of th parts. 3.8 COMPUTATION OF TIME 11 Whenaany period of time is referred to in the Contract Documents by days, it shall be computed to enclSuchde the first falls oninclude saturdaylast or Sunday orsuch on per- II a iod. If the last day of any period jurisdiction, such day day made a legal holiday by the law of the applicableJ shall be omitted from the computation. 11 II - 8 - 11\90-356GENRL Copyright 1990 II Bonestroo, Rosene, Anderlik & Associates, Inc. itII I 3.9 LIQUIDATED DAMAGES • II 3.9.1 Time is the essence of the contract. The Contractor thereby agrees that the Owner will be entitled to liquidated damages for failure on the part of the Contractor to complete the Work within the time limits provided for in 111 the Contract Documents. 3.9.2 Should the Contractor fail to complete the project on or before the II specified date, liquidated damages in the amount specified in the Special Pro- visions shall be deducted from any monies due or coming due to the Contractor or shall be paid to the Owner not as a penalty but as liquidated damages for each and every calendar day that the contract shall remain uncompleted after 11 the specified date for Completion. Liquidated damages are specified herein because of the extreme difficulty of ascertaining and establishing the actual damages which the Owner would sustain. I1 SECTION 4 IICONTRACT DOCUMENTS: INTENT AND REUSE 4.1 INTENT OF CONTRACT DOCUMENTS 11 en r and C. TheCcDocuments Work. Theyhmaye nberalteredmonly bytaewritOteneChange Contractor concerning Order. _ 4.1.2 The Contract Documents are complementary; what is called for by one is binding as if called for by all. If, during the performance of the Work, the Q Contractor finds a conflict, ambiguity or discrepancy in the Contract Docu- ments, he shall report it to engineer in writing at once and before proceeding with the Work affected thereby; however, Contractor shall not be liable to 11 Owner or Engineer for failure to report any conflict, ambiguity or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. 4.1.3 It is the intent of the Specifications and Drawings to describe a com- I/ plete project (or part thereof) to be constructed in accordance with the Con- tract Documents. Any Work that may reasonably be inferred from the Specifica- 11 tions or Drawings as being required to produce the intended result shall be supplied whether or not is is specifically called for. When words which have a well-known technical or trade meaning are used to describe Work, materials it or equipment, such words shall be interpreted in accordance with such meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the code of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code in effect at the time of II opening of Bids (or, on the effective date of the Agreement if there were no Bids) , except as may be otherwise specifically stated. However, no provision I of any referenced standard specification, manual or code (whether or not spec- ifically incorporated by reference in the Contract Documents) shall change the - 9 - II 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik 11 & Associates, Inc. I Ak duties and responsibilities of Owner, Contractor or Engineer, or any of their agents or employees from those set forth in the Contract Documents. Clarifi- cations and interpretations of the Contract Documents shall be issued by Engi- neer as provided for in Paragraph 4.4. 4.1.4 The Contract Documents shall be governed by the law of the place of the Project. 1 4.2 ORDER OF PRECEDENCE If there be a conflict between or among any of the terms or provisions of the Contract Documents, which conflict cannot be reconciled by resorting to the 11 intent of the Contract Documents under Paragraph 4.1, the conflict shall be resolved by applying the following Order of Precedence: 1 (a) Agreement; (b) Conditions of the Contract; I (c) Special Provisions; (d) Specific Requirements; (e) General Requirements 11 (f) Drawings. 4.3 DISCREPANCIES 1 Any conflict, ambiguity or discrepancy in the Contract Documents, no matter how seemingly insignificant to the Contractor, shall be brought immediately to the attention of the Engineer for clarification. Any Contractor who fails to bring any conflict, ambiguity or discrepancy to the attention of the Engineer of which it was or should have been aware, shall assume the risk of loss aris- ing out of any such conflict, ambiguity, or discrepancy. 4.4 ADDITIONAL INSTRUCTIONS Further or additional instructions may be issued by the Engineer during the II progress of the Work by the use of Drawings or other means to clarify the intent of the Contract Documents or to explain or illustrate Changes in the Work or Field Orders. 4.5 DRAWINGS AND SPECIFICATIONS AT JOB SITE Contractor shall keep one record copy of all Specifications, Drawings, Addenda, Modifications, Shop Drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These1/ - 10 - 11\90-356GENRL Copyright 199011 Bonestroo, Rosene, Anderlik & Associates, Inc. I II , tshall be available to Engineer for examination and shall be delivered to Engi- neer for Owner upon completion of the Work. il 4.6 OWNERSHIP OF DRAWINGS AND SPECIFICATION AND REUSE II All original Drawings and Specifications and other data furnished by the Engi- neer are and shall remain his property. Copies thereof will be furnished to Owner and are to be used only with respect to this Project and are not to be used on any other project or extensions of this Project without the prior written consent of Engineer. Submission or distribution to meet official 1/ regulatory requirements or for other purposes in connection with the Project are not to be construed as publication in derogation of the Engineer's common lilaw copyright or other reserved rights. 4.7 DIMENSIONS IIFigured dimensions on the plans will be used in preference to scaling the Drawings. Any conflicts, ambiguity, or discrepancy, shall be immediately brought to the attention of the Engineer before proceeding with the affected IWork. Contractor shall assume the risk of loss for failure to bring to the attention of the Engineer such conflict, ambiguity, or discrepancy. IISECTION 5 AVAILABILITY OF LANDS; PHYSICAL II CONDITIONS; REFERENCE POINTS 5.1 AVAILABILITY OF LANDS 5.1.1 Owner shall furnish, as indicated in the Co ntract 1/ the lands upon which the Work is to be performed, rights-of-way for Docaacccessents�thereto, and 11 such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. 1 5.1.2 Contractor shall, at his expense, provide for all l lands and access thereto that may be required for temporary construction afacilities or storage of materials and equipment. Contractor shall confine his machinery and equipment, storage of materials and operation of workmen to those areas described in the Contract Documents and such additional areas which he may provide at his expense. 11 5.2 PRIVATE PROPERTY -- ' The Contractor shall not enter upon private property for any purpose without obtaining written permission from the owner thereof, and he shall be respon- sible for the preservation of all property, trees, monuments, etc. , along and IIadjacent to the street and/or right-of-way, and shall use every precaution - 11 - 11 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik II & Associates, Inc. I hall rotect carefully from necessary to prevent damage or injury thereto. He s P disturbanceor damage all monuments and property markers until an author- ized agent has hass witnessed or otherwise referenced their location and shall not remove them until directed. 5.3 SURVEYS specified, the Owner shall establishiall basewitlines sfor rathe e locationUn cotherwisefhP component parts of the Work together of the principalP Based upon the information pro- vidednumber of bench marks adjacent to the Work. and Ppile locations bythe Owner, the Contractor shall developr make all s lordetail surveys netincluding and for construction,oints, other working points, lines and elevations. The Contractor shall and stakes, bench marks, reference pointseste s, and, re- sponsible for carefully preservinguctin or and, in the case of destruction be chargedrwithtthe expensehis and damage otherwise, the Contractor shall therefrom and shall be responsible forf any ysuch benchmarks,that may rebe ee caused and result- ingy I hloss or disturbance the unnecessary stakes. 5.4 UTILITIES g The contractor shall be solely responsible for verifyingrthe referexact ctd location peof all utilities, whether or not shown on the construction, the Contractor shall theutilities in the Project area. Con= notify al. utilitytior o omp start voany supportaThed for notify all companies having temporary protect ng have solentning responsibility providing in they Project area aiduring protecting and maintaining g the entire period of construction, includ?ngbut carr innot outlimited this responsibility, the of n backfill and compaction. carrying out as mains esor othersibutility Contractorxavacio particular care, wheneverg arshalloexerciseocompacted backfill or other stable support for lines are crossed, to providerupture or other failure. such lines to prevent any detrimental displacement, 5.5 INVESTIGATIONS I/ subsurface or latent physical conditions Reference is made to the Contract Doc meisfor identification of those re- ports of investigations and testsprogress or performance ,of the Wo whichk at the have or otherwiseniafinbyCOEngineein preparation of the Drawings and have been relied upon as to accuracy or Specifications. Such reports or tests are not guaranteed r completeness and if incorporated into tContractor shall Contract Doiulents, theyrshall be rfor general information only. rise to submitting a bid on the II and subsurface conditions to his satisfaction p project. 11 5.6 UNFORESEEN PHYSICAL CONDITIONS of any sub- surface shall immediately pycnOtify condiOwner tions atdthegsiterornin anting existing structure uffee or latentaphysicalII differing materially from those indicated or referred to in the Contract Docu- _ 12 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. II ii IP ments. Engineer will promptly review those conditions and advise Owner in writing if further investigation or tests are necessary. Owner shall obtain the necessary additional investigationsoandly testseandfterfur- nish copies to Engineer and Contractor. If Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent II physical conditions which differ materially from those intended in the Con- tract Documents, and which could not reasonably have been anticipated by Con- tractor, a Change Order shall be issued incorporating the necessary revisions. II SECTION 6 I/ INSURANCE, AND BONDS, LEGAL RESPONSIBILITY AND PUBLIC SAFETY 6.1 INSURANCE I/ 6.1.1 General: The Contractor shall not commence work under this contract until he has obtained all insurance required under this Section and shall have I filed the certificate of insurance or the certified copy of the insurance policy with the Owner and Engineer. The Contractor shall not allow any Sub- contractor to commence work on his subcontract until all insurance required 1 for the Subcontractor has been obtained. Each insurance policy shall contain a clause providing that it shall not be cancelled by the insurance company without thirty (30) days written notice to the Owner and Engineer of intent to cancel. 1r Certificates of i : nsurance shall be submitted on Standard Form C.I.C.C.-701 or ACORD 25 forms and shall specifically note the clause providing for 30 day li written notice to the Owner and Engineer of intent to cancel. This shall read as follows: clause 1 "Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice to the certificate holder named to the left. " I6.1.2 Workman's Com.ensation & Em.lo er Liabilit Insurance: The Contractor shall secure and maintain during the life of this Contract, Workman's Compen- sation and Employer's Liability Insurance as required by law for all his 11 employees to be engaged directly or indirectly in the work on the project under this Contract. In case any work is sublet, the Contractor shall require the Subcontractor to similarly provide Workmen's Compensation and Employer's II Liability Insurance for all the latter's employees to be engaged directly or indirectly in such work. The Contractor shall also maintain insurance re- quired under any other Employee Benefit Acts in force or required by law at the site of construction. II 6.1.3 Contractor Com.r ehensive General & Automobile Liabilit : The Contrac- tor shall procure and maintain during the life of this Contract, Contractor's II Comprehensive General and Automobile Liability Insurance which shall protect him from claims for damages for personal injury, including accidental death, II11\90-356GENRL - 13 - Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I which may arise from operations. r il property damagehimselforby underSub- asthis from trclactus fwhethersuch operations be by either ofo 'by any The ntthrs cbntanct, employed bya undermthe Sub- contractor or by anyone directly or indirectlyprovide coverage insurance shall be in amounts listed below and shall following hazards: 1. Operations of Contractor II 2. Operations of Subcontractor (Contingest) Products, including completed operations. This non insurance uraor aceeis toebeof the 3. year after comp carried for a period of one work. 4. Contractural Liability (See Section 6.1.5) 5. Property Damage 6. Broad Form Property Damage 11 7. All Owned, Non-Owned and Hired Vehicles Liability occurrence 11 Minimum Limits - General $500,000.00 each 1. Bodily injury $500,000.00 completed operations 11 2. Property damage $100,000.00 eacoccurrence $200,000.00 aggregate 'lit $250,000.00 each Minimum Bodily - Automobile Liability y $500,000.00 each personocrrence 1. Bodily injury $100,000.00 each occurrence 2. 11 Property damage $200,000.00 aggregate required that basic exclusions for damage caused by explosion, collapse il andt isdamage commonly known as X, C, U exclusions, be edfromto underground facilitiesin, tract olicies and so indicateofatheoConditionshofdetheraCon- an on removed sthe p This provision f h explosion trat willce ifbeats waivede insurance.onaboground projects where hazards p and/oron The exclusion of explosion will be allowed be on above collapse do not exist. is not required. II underground projects where blasting and the listed coverages, the Contractor shall procurer of maintain addition to all of in a minimum an Umbrella Excess Liability Policy $1,000,000.00. Any Umbrella Excess Liability policyin excess of $1,000,000 II may be utilized to meet the above listed basic coverages. the Con- he Work, tractor Before commencement multipleoftperil form in the 6.1 tra t4 Bushall s roSuch insurance tractor shall provide Builder' s Risk Insurance on a shallfull amount contain then appropriatetotal construction der toainclude nd easaAdditional tNamed rsnsureds, the Owr the an ndhisand each of their of ees Owner, nt Engineerall consultants,subcontractors, equipment contractors and all oftheir and ntrntt, o heonrucpremises. Such insurance may la subcontractors on the construction - 14 - 11\90-356GENRL Copyright 1990 II Anderlik Bonestroo, Rosene, & Associates, Inc. II 1 deductible clause but the deductible amount shall be borne by and shall not exceed $1,000.00. the Contractor The Builder's Risk Insurance required herein shall applyto construction of structures and buildingonly. projects involving 11 tion shall be waived on projects involving only The requirements tofi this grad- ing, see- street improvements and similar construction work, butround utilities, s to property shall be the sole but any acceptance of the Work, responsibility of the Contractor until or loss 11 until final If the Owner finds it necessary Work prior to substantial completion othereof occupy °r use a portion or portions of the I/ metes prior to a timey such occupancy shall which the insurance company morucompanaieseprovid prd to by oviding prope Owner erty Contractor insurantandoto consented by endorsement to the policy or policies, i y iance shall have be cancelled or lapsed on account of such partial occupancy. Consent This insurance not Contractor and of the insurance company or companies to such occupancyof the 11 shall not be unreasonably withheld. 11 or use The Owner and Contractor waive all rights Sub- contractors and their agents and employees gand sagainst the t each hEn and the rate contractors (if any) and their subcontractors' agents and employees, 1/ lama es gineer and sepa- rate underthisbyfire or section or her perils to the extent covered by rfor work. any other property insurance pro- vided insurance applicable to the 1r6.1.5 Contractural Li bilit Insuranc e: To theby law, the Contractor shall indemnify and hold harmlessftleest extent e neer and their agents and employees from and against all claims,thewner and d damages, losses and expenses, including but not limited to attorneys' of or resultingdamages, damage, from the performance of Work provided'that eany s asuch nclaim, I/ g , loss or expense (1) is attributable to bodily ii disease or death, or to injury to or destruction of tangible property than the Work itself) including the loss of use resulting injury, sickness, causeden lor inf pert and(other is any inwholepart by any negligent act or omission eof°the Contrac- tor, ontrac, I/ to anyone Subcontractor, anyone directly or indirectly employed by Y for whose acts any of them may be liable, any of them not it is caused in part bypyregardless of whether or shall not be construed to negate, abrinidgeloreotherwise d dreduce any 11 or obligation of indemnity which would otherwise existSuch obligation person described in this Section. other right as to any party or II In any and all claims against the Owner or the Engineer or an or employees by any employee y of their agents directlyrmof the Contractor, any Subcontractor, or indirectly employed b thm may beo liable,ndby any of them or anyone for whose acts any000f /I the indemnification obligation under this Section shall not be limited in any way by any limitation on the amount or type compensation or benefits payable by or for the Contractor or any under worker's of damages, or workmen's compensation acts, Subcontractor other employee benefit acts. disability benefit acts or 11 11\90-356GENRL - 15 - Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I 11 other than those 11. covered by Losses The insurancerd Insurance Re uirements: of the require- ments Minimumshthe sole responsibility to Contractors. Themum shall be be considered to provide adequate insurance that may be necessary soled requirements as set forth herein shall be their only.uAnyother by the Contractors and coverage must be p part of respon- sibility. and If a permanent boiler is to be installedas li Botler IO Owner w responsible for maintaining boilerd 6.1.7 will be laced in effect when the equipmenthein- tmachinery ct, the ge. This coverage will be p shalt include 11 coverage. operation. This coverage s. teressof inspection and is ready the Contractor, Subcontractors and Sub-subcontractor the Owner, '' terests of 6.2 PERFORMANCE AND OTHER BONDS Bonds, each in an Performance and Payment shall furnish for the faithful per- formance6.2,1 Contractor obligationsthe least equal under theContract tafte Docu- at to the Contract Price as security one y amountof all Contractor' suntil ents. and paymentndsslaw. Contractor shall otherwise provided byAll Docu- ments. These Bonds shall rexceptlasn effect at leas the Contract Documents. m finalspayment, required by date ofthe Contract Documents and besate such other Bonds ms arescrbed by business in the also furnish be in the forms P to conduct Bonds byshall A are licensed named in the current to such Suretiesecas ( ) B are Sureties on listiraof exe- cuted is located, and ( ) Acceptable the Project as where as published in Circular All pians Holding Certificatesptlof ing Companies"tyDepartment.nc l Comp as Acceptable ReinsuringU.S. Treasuryof the Bonds andaccompanied by a certified copy (amended) by theb an Staff Bureau of Accounts, Bonds signed by a authority to act. is declared bankrupt Contractor state II on any Bond furnished by requirements or6. becomes2 If the insolventy its right to do business is terminated in any or or Project is located or it ceases to shall be art of the PrBj rah 6.2.1, Contractor shall within five days where any P and (B) of Paragraph both of which of clauses (A) thereafter substitute another Bond and accept- able to Owner. 6.3 PATENTS FEES AND ROYALTIES royalties and assume all costs fees and invention, design, li shall pay all license Work of anyor copyrights Contractor performance of the subject of patent rights invention, copy g process, productgcoro devicet incident to the use or the v ewhich is the esign, P performance of the Work process, producteparticular invention, others. If a is subject k held by the Contract Documents for uset its use is specified tofthe in knowledge of Owner or Engineerof any license fee or for the payment byOwner r and if the actual s calling shall be disclosed rightso 11 or copyrights patentthe existence of such rightsand hold harmless Owner and theroyalty to thes, Contractor shall indemnify eitheroof them ContractnDocuments.reemployed byattorneys'rfees) and anyone directly or indirectly expenses (including11 Engineer and claims, damages, losses against all - 16 - II 11\90-356GENRL Copyright 1990 Anderlik Bonestroo, Rosene, & Associates, Inc. I arising out of 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 not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 6.4 PERMITS AND LICENSES I/ Alle p rmits and licenses necessary for the prosecution of the Work shall be secured by the Contractor prior to the commencement of the Work. Contractor I/ shall also pay all public utility charges, governmental charges and inspection fees. 6.5 LAWS, REGULATIONS AND SAFETY 11 6.5.1 Contractor shall give all notices and comply with all laws, ordi- nances, rules and regulations applicable to the Work. If Contractor ob- serves that the Specifications or Drawings are at variance therewith, he shall give Engineer prompt written notice thereof, and any necessary changes shall be adjusted by an appropriate Change Order or other Modification. If Contrac- tor performs any Work knowing or being in a position to know it to be contrary to such laws, ordinances, rules and regulations, and without such notice to Engineer, he shall bear all costs arising therefrom; however, it shall not be I/ his primary responsibility to make certain that the Specifications and Draw- ings are in accordance with such laws, ordinances, rules and regulations. 6.5.2 Contractor shall be responsible for initiating, maintaining and super- vising all safety precautions and programs in connection with the Work. He shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: I/ ; (a) all employees on the Work and other persons who may be affected thereby; (b) all the Work and all materials or equipment to be incorporated - in, whether in storage -on or off the site; and p there I (c) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not desig- nated for removal, relocation or replacement in the course of construction. 6.5.3 Contractor shall comply with all applicable laws, ordinances, regulations and orders of anysarules, public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards for its safety and protection. He shall notify owners of adjacent utilities when prosecution of the Work may affect them. All damage, injury or loss to any property referred to in Section 6.5.2(b) and (c) caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor or any directly or indirectly employed by any of them or anyone for whose acts - 17 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 11 • I 11 any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and 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 that Work is acceptable. II 6.5.4 Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall beII Contractor's superintendent unless otherwise designated in writing by Con- tractor to Owner. 6.5.5 Contractor agrees to indemnify the Owner and Engineer and their agents and employees against all claims, demands, losses, damages and expenses (in- cluding attorneys' fees) arising out of or resulting from the contractor' s violation of any safety law, regulation or code (including without limitation OSHA) or any other prudent precaution. IR 6.6 WARNING SIGNS AND BARRICADES111 The Contractor shall provide adequate signs, barricades, colored lights and/or watchmen and take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be protected II at night by colored signal lights which shall be kept in operation from sunset to sunrise. I SECTION 7 ENGINEER-OWNER-CONTRACTOR RELATIONS; I ARBITRATION: INDEMNIFICATION 7.1 ENGINEER'S STATUS AND AUTHORITYil 7.1.1 Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as 1/ Owner' s representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engi- neer. II 7.1.2 Engineer will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer is not required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. On the basis of such visits and on-site observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard II Owner against defects and deficiencies in the Work. . Ai 7.1.3 If Owner and Engineer agree, Engineer will furnish a resident project. 111 representative to assist Engineer in observing the performance of the Work. The Resident Project Representative shall work under the authority and direc- I - 18 - 11\90-356GENRL Copyright 1990 II Bonestroo, Rosene, Anderlik & Associates, Inc. mi /I tion of the Representative Engineer. Engi- neer as shallThe duties and neer set i not exceed those responsibilities of to dile n the Contract, duties the Resident that are gate forth the ResidentIt shall be to thebil discretion Project duties of within the authority Project °f the the Resident he Representative the of limited to, y of ntative those the following:Project RepresentativeEnma neer toperform. duties the Engi- 1• General co Y consisPerfo b t and tasks il 1 contract of, In general, the 1, Periodic administration shall not be 3. Unit observation of the Work 4. price quantity Schedule and record 5' Monitor , performPlan measure 6. Contractor's progress verify tests and meats Provide information do inspections I/ and decision concerningn for the Engineer's ng peer's reviewce gineer s 7.1.4disputes tions or enterer will issue we and defective Work, otherwise) as Engineer h reasonable or reasonably Engineer of the Contract promptness such IR otherwise) ly inferable from determine Documents (in the written c rmine necessary, form larifica_ increase believes that m the overall which shall of Drawings or therefor Contractoras the Contract written clarification Contract ret with II ProvidedPrice or Contract ation orDocuments. If IF 7.1.5 in Section 10 or Section 11. Contractor interpretation justifies an defective, and will have make a claim and will also have authority to disapprove or fabricated, installed or completed. in Paragraph special reject Work which is control over the Work completed, The En Ph 8.10, whether o spec or test- ing ir k and shall have Engineer shall 7'1.6 Neither no authority to not have not the Work is the Contract Documents stop the Work, charge of or to exerciseumeni Hors authority res or not any decisin made under this Section I/ turernsibility of Engineer such authority Engineer by En 7 or elsewhere in fabricator, gineer to shall en good faith ees or any other supplier or distributor, any Subcontractor, ubc give to anyeither person ibuto ontrac rise 7• a n Performing any of the Work,or any °f their g ntsany manufac uty r II 1. 7 If a Purpose ofResident Pro. or employ- ees his efforts Ject Owner that the shall be Representative is Contract. The Work is constructed a greater signed pro' r to the of the Owner Resident Project in conformance degreeo the of qui r me J eto' the alone. Representative's rmance e Neithera the or not exercise such his e s efforts require to authority author' are for mints of the II the Contractor, shall the distributor, or give rise to bene- fit performing any of their any to act duty iso decision to exercise II the Work, agents or urer, fabric sibility Contract exceed limitations The Resident Projects fabricator, supplier or or any other per- DOCuments nor shallot Engineer's authority Representatives n the responsibilities of author_ son Super- intendent. he Resident Project as set Contractor, Subcontractors, ubco Ject , forth the Representativeof ntractors, in Contractor'unds take any II Super_ I11\90_356GENRL Copyright 1990 - 19 _ Bonestroo, Rosene & Associates, Inc. IR " "as direc- ted" , irec- 1 terms "as ordered are used, Documents the import „satin- o Contract Docum of like effect or or „ "proper" , e11 - Whenever „n „ase allowed" , or terms �� „acceptable describe requir 7.1.8 "suitable" , are used to the Work, it is in- tended ed , "reasonable or import as to Solely to " theasadjectives a effect Engineerwill be "satis- factory" , adjectives ofe like judgment of Eng n judgment The use of any factory review review Documents. to direction, direction, Contract have authority ments, that such requirements, with the Engineerashall respon- sibilityfonver indicates Ce that to undertake the Work indicates authority evaluate active never the Work or 7.1.9 or 7.1.10. such term or add erformance of Paragraphs or direct P methods, tech- II supervise the provisions of , s means, contrary to Contractor' s safety precautions and I be responsible for or contra notoconstruction,be responsibleafetyDocuments. Engineer or procedures i will not Contract 7 .1.9 sequencesEngineer with the toques, ent thereto,the andork in accordance of Contrac4 - programsdto perform the acts orany Contractor tor' s failureonsible for employees omissionsf performing will not be responsible agents or of otherwise Engineerof the g the site 7.1.10 of any Subcontractors, orther persons at tor or or Subcontractor, or any of the Work. and work competently CONTRACTOR'S RESPONSIBILITIES the such skills and 7.2• supervise and direct applying the Con- • shall thereto and pP with The Contractor accordance for the means, such attention the work in responsible of con 111 - 7 .2.1• devoting perform be solely be the on a P Shall and oedfors work • struc efficiently, The Contractor sequences f finished 11 maythat the expertise as may of workmanship, to see tract Documents. quality shall be responsible methods, techniques, Documents. be main- The Contractor Contract shall complies es with the to the Owner, the Work until its complies accurately o is acceptablebehalf of supervision to act on as II erWork ant+ and give efficient lto shall be li A competent superintendent, siteeshall have the superintendent of the the on the given to responsibility The superintendent be the let ion• all communications g shall all the Subcontractors• li comp and work of to Perform the Contractor, the Contractor. the site if given to to coordinatebthe on binding as if superintendent shall Contractor the superintendent to survey and When required, and coordination. personnel Docu- ments.uate supervisionualifiedby the Contract adequate competent, suitably qualified order at provide good discipline and Contractor shall P erform construction as lay out the Work d shall at all times maintain conduct and discip- line Contractorfor the have suf- ficient site. be responsible All workmen must times the work assigned II shall at all any Subcontractors. The Contractor and/or perform P Subcontractor employees experience to p the Contractor or be incompe- tent of his skill and workman employed by ears to ed- line workman or appears removed immed11 - iately icient knowledgeforemas and manner, shall be to them. Any work in a skillful intemperate manner thea Work. 11 not perform his does a disorderly orin any portion of who to act in ed again iately and shall not be employ - 20 - 11\90-356 GENRL 1 Copyright 1990 Rosen Anderlik Bonestroo+ Inc. & Associates, I 1 7.2.2. The Contractor's duties with respect to materials, equipment, inspec- tion and workmanship are set forth in Section 8. 7.2.3. The Contractor's duties with respect to progress of the work are set forth in Section 3, paragraphs 3.6, 3.7, 3.8 and 3.9. 7.2.4. The Contractor' duties with respect to insurance and bonds, legal responsibility and safety are set forth in Section 6. I/ 7.3. OWNER'S RESPONSIBILITIES 7.3.1. The Owner shall issue all communications to the Contractor through the Engineer. 4 7.3.2. The Owner shall furnish the data required of the Owner under the Con- tract Documents promptly and shall make payments as provided to the Contractor w 11 promptly after they are due. 7.3.3. The Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraph 5.1 and 5.3. The Owner shall make available to the Contractor copies of reports of investigations and tests of subsurface and latent physi- cal conditions at the site or otherwise affecting performance of the work which have been relied upon by the Engineer in preparing the drawings and specifications. Such reports are not guaranteed as to accuracy or complete- • ness and are not part of the Contract Documents. IF7.3.4. In connection with the Owner's rights to request changes in the work in accordance with Section 10, the Owner (especially in certain instances as provided in paragraph 10.4) is obligated to execute Change Orders. 7.3.5. The Owner's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 8.10.2. II ' 7.3.6. In connection with Owner' s right to stop work or suspend work, see paragraphs 8.17 and 12.1. Paragraph 12.2 deals with the Owner's right to terminate services of the Contractor under certain circumstances. 7.4 ASSIGNMENT OF CONTRACT The Contractor shall neither sublet, sell, transfer, assign or otherwise dis- pose of the Contract or any portion thereof, or of his right, title or inter- est therein, or his obligations thereunder, nor, if this Contractor is a cor- porate entity, sublet, sell, transfer or assign a majority of the outstanding shares of stock in the corporation, without prior written consent of the Owner. In case written consent is given, the Contractor will be permitted to 11 sublet a portion of the contract or corporate stock thereof, but shall per- form, with his own organization, Work amounting to not less than 50 percent of the total original contract price. No subcontracts or transfer of contract or corporate stock shall release the Contractor of his liability under the Con- 1 tract or Bonds. - 21 - 11 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. E 7.5 RIGHTS OF VARIOUS INTERESTS Wherever Work being done by the Owner's forces or by other Contractors is con- tiguous to Work covered by this Contract, the respective rights of the various interests involved shall be established by agreement to secure the completion of the various portions of the Work in general harmony. 7.6 SEPARATE CONTRACTS The Owner may let other contracts in connection with the Work of the Contrac- tor. The Contractor shall cooperate with other Contractors with regard to storage of materials and execution of their Work. It shall be the Contrac- tor' s responsibility to inspect all work by other Contractors affecting his Work and to report to the Engineer any irregularities which will not permit1/ him to commence or complete his work in a satisfactory manner. His failure to notify the Engineer of such irregularities shall indicate the work of other Contractors has been satisfactorily completed to receive his Work. The Con- tractor shall not be responsible for defects of which he could not have known through reasonable inspection thereof, which develop in the Work of others after the Work is completed. It shall be the responsibility of the Contractor to measure the completed work in place and report to the Engineer immediately P any difference between completed work by others and the Drawings. 7.7 SUBCONTRACTS Nothing herein shall create any legal relationship between the Owner or Engi- . neer and any subcontractor, and no subcontractor shall have any rights under this Contractor' s agreement with the Owner. The Contractor's award of sub- contracts shall be subject to the following: 7.7.1 Unless otherwise specified in the Contract Documents, the Contractor shall, upon receipt of the executed Contract Documents, submit in writing to the Owner the names of the Subcontractors proposed for the Work. Subcontrac- tors may not be changed except at the request or with the consent of the Owner. Contractor shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of mater- ials or equipment) , whether initially or as a substitute against whom Owner or Engineer may have reasonable objection. A Subcontractor or other person or organization identified in writing to Owner and Engineer by Contractor prior to the Notice of Award and not objected to in writing by Owner or Engineer prior to the Notice of Award will be deemed acceptable to Owner and Engineer. Acceptance of any Subcontractor, other person or organization by Owner or Engineer shall not constitute a waiver of any right of Owner or Engineer to reject defective Work. If Owner or Engineer after due investigation has reasonable objection to any Subcontractor, other person or organization pro- 11 posed by Contractor after the Notice of Award, Contractor shall submit another acceptable Subcontractor at no change in the Contract Price. Contractor shall not be required to employ any Subcontractor, other person or organization11 against whom Contractor has reasonable objection. 11 - 22 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I 7.7.2 Contractor shall be fully responsible for all acts and omissions of his Subcontractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by Contractor. Nothing in the Con- tract Documents shall create any contractual relationship between Owner or I Engineer and any Subcontractor or other person or organization having a direct contract with Contractor, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any Sub- contractor or other person or organization, except as may otherwise be re- quired by law. Owner or Engineer may furnish to any Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid to Contractor on account of specific Work done. 1 7.7.3 The divisions and sections of the Specifications identifica- tions and of any Drawings shall not control Contractor individing hthe e Work among Subcontractors or delineating the Work to be performed by any specific trade. 7.7.4 All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by paragraph 6.1.4. Contractor shall pay each 11 Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to paragraph 6.1.4. 7.8 ORAL AGREEMENTS No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or obligations contained in any of the Con- tract Documents, and none of the provisions of the Contract Documents shall be I/ held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed upon .waiver or modification thereof in writing, and no evi- dence shall be introduced in any proceeding of any other waiver or modifica- I tion. 7.9 NONDISCRIMINATION IN EMPLOYMENT For Work under these Contract Documents, the Contractor agrees: (a) That in the hiring of common or skilled labor for the performance of any work under this Contract or any subcontract hereunder, no contractor, PI material supplier or vendor shall, by reason of race, creed, color or national origin, discriminate against the person or persons who are qualified and available to perform the Work to which such employment relates; (b) That no Contractor, material supplier or vendor shall, in any manner, discriminate against or intimidate or prevent the employment of any person or persons, or on being hired, prevent or conspire to prevent any person or per- il sons from the performance of the Work under this Contract on account of race, creed, color or national origin. 11 - 23 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 1 11 (c) Violation of this section shall be cause for cancellation or terrains- 11 tion of the Agreement between Owner and Contractor. 7.10 DECISIONS ON DISAGREEMENTS 7.10.1 Claims, disputes, disagreements, or other matters in question between the Contractor and the Owner relating to the execution or progress of the Work or the interpretation of the Contract Documents shall be referred initially to the Engineer for decision which he will render in writing within a reasonable time. 7.10.2 Any claim, dispute, disagreement or other matter that has been 1/ referred to the Engineer, except any which has been waived by the making or acceptance of final payment, shall be subject to arbitration under Paragraph 7.11 below upon the written demand of either party. However, no demand for 11 arbitration of any such claim, dispute or other matter may be made until the earlier of the date on which the Engineer has rendered his written decision, or the tenth day after the parties have presented their evidence to the Engineer or have been given a reasonable opportunity to do so, if the Engineer has not rendered his written decision by that date. 7.10.3 If a decision of the Engineer is made in writing and states that it is final but subject to appeal, no demand for arbitration of a claim, dispute or other matter covered by such decision may be made later than thirty days after the date on which the party making the demand received the decision. The failure to demand arbitration within said thirty days' period will result in the Engineer' s decision becoming final and binding upon the Owner and the Con- tractor. If the Engineer renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede any arbitration proceedings unless the decision is acceptable to the parties concerned. 1 7.11 ARBITRATION 7.11.1 All claims, disputes and other matters in question 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, or barred by failure to demand arbitration within the time limits specified, shall beI/ decided by arbitration in accordance with the Construction Industry Arbitra- tion Rules of the American Arbitration Association then obtaining unless the parties mutually agree otherwise. Prearbitration discovery shall be conducted in accordance with Rules 26 through 37 of the Federal Rules of Civil Pro- cedure. No arbitration relating to the Contract Documents shall include by consolidation, joinder or otherwise, any person or entity (including the Engineer) , not a party to this Agreement without the written consent of such other person or entity. This agreement to arbitrate shall be specifically enforceable under the prevailing arbitration law. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in accordance 11 with applicable law in any court having jurisdiction. - 24 - 11\90-356GENRL Copyright 1990 Bonestrgo, Rosene, Anderlik & Associates, Inc. I j 7.11.2 Notice of the demand for arbitration shall be filed in writing the other party to the Contract and with the American Arbitration Association, and a copy shall be filed with the Engineer. The demand for arbitration shall 11 be made within the time limits specified and in all other cases within a rea- sonable time after the claim, dispute or other matter in question has arisen, and in no event shall it be made after the date when institution of legal or ` II equitable proceedings based on such claim, dispute, or other matter in ques- tion would be barred by the applicable statute of limitations. , If7.11.3 The Contractor shall carry on the Work and maintain the progress schedule during any arbitration or other legal proceedings, unless otherwise agreed by him and the Owner in writing. 11 7.12 INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall indemnify and I hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses, including but not lim- ited to attorneys' fees arising out of or resulting from the performance of Work provided that any such claim, damage, loss or expense (1) is attributable Ito 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, and (2) is caused in whole or in part by any negligent 11 act or omission of the Contractor, any Subcontractor, anyone directly or in- directly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemni- II fied hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would other- . wise exist as to any party or person described in this Section. IIn any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Section shall I not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under worker's or workmen's compensation acts, disability benefit acts or II other employee benefit acts. ISECTION 8 MATERIALS, EQUIPMENT, INSPECTION AND WORKMANSHIP II8.1 MATERIALS AND EQUIPMENT FURNISHED BY CONTRACTOR 8.1.1 Contractor shall furnish all materials, equipment, labor, transpor- tation, construction equipment and machinery, tools, appliances, fuel, power, 11 light, heat, telephone, water and sanitary facilities and all other facilities and incidentals necessary for the execution, testing, initial operation and completion of the Work. II - 25 - 11\90-356GENRL 11 Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I , I 8.1.2 All materials used in the Work shall be of good quality, new unless 11 otherwise provided for in the Contract Documents, shall meet the require- ments of the Specifications, and shall not be incorporated into the Work until reviewed by the Engineer. If required by Engineer, ContrSctoorth all furnish 1/ satisfactory evidence (including reports of required tests) a kind and quality of materials and equipment. 8.1.3 All materials and equipment shall or a applce ied, th installed, the ccotnnoected, erected, used, cleaned and conditioned in acc ns of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in the Contract Documents. 8.2 EQUIVALENT MATERIALS AND EQUIPMENT Whenever materials or equipment are specified or described in the Drawings or II Specifications by using the name of a proprietary item or the name of a par- ticular manufacturer, fabricator, supplier or distributor, the naming of the item is intended to establish the type, function and quality required. Unless 1/ the name is followed by words indicating that no substitution is permitted, materials or equipment of other manufacturers, fabricators, suppliers or dis- tributors may be accepted by Engineer if sufficient information is submitted II by Contractor to allow Engineer to determine that forreview he material r equipment proposed is equivalent to that named. The procedure by Engineer will be as set forth in paragraphs 8.2.1 and 8.2.2 below as supplemented in II the General and Specific Requirements. 8.2.1 Requests for review of substitute items ofmaterial lraaand dr.egIipmentrant will ill not be accepted by Engineer from anyone other than 11 wishes to furnish or use a substitute item of material or equipment Contractor shall make written application to Engineer for acceptance thereof, certifying a that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified. The application will state whether or not acceptance of the sub- II i stitute for use in the Work will require a change in the Drawings or Specifi- 4 cations to adapt the design to the substitute and whether or not incorporation 0 or use of the substitute in connection with the Work is subject to payment ofII any license fee or royalty. All variations of the proposed substitute from that specified shall be identified in the application and available mainte- nance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs thatwillng costs of directly or redesign and 11 indirectly from acceptance of such substitute, claims of other contractors affected by the resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. Engi11 - neer may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. Engineer will be the sole judge of acceptabil- ity, and no substitute will be ordered or installed without Engineer' s prior tor to writtenacceptancer' s II . Owner may guaranteelor other re acsurety fwith shrespect at trto to any expense a special p _ substitute. II - 26 - 11\90-356GENRL Copyright 1990 11 Bonestroo, Rosene, Anderlik & Associates, Inc. II II 8.2.2 Engineer will record time required by Engineer and Engineer's con- sultants in evaluating substitutions proposed by Contractor and in making changes in the Drawings or Specifications occasioned thereby. Whether or not I Engineer accepts a proposed substitute, Contractor shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating any proposed substitute. I8.3 MATERIALS FURNISHED BY OWNER 11 8.3.1 Materials specifically indicated shall be furnished by the Owner. Be- fore incorporating any of the materials into the Work, the Contractor shall inspect the materials so furnished by the Owner. If the Contractor discovers any patent defects in material furnished by the Owner, he shall notify the I/ Engineer. 8.3.2 Unless otherwise noted or specifically stated, materials furnished by II the Owner are considered to be f.o.b. the nearest railroad station or truck line. The Contractor shall transport the materials to the job site, unload and properly protect all such materials from damage or loss. The Contractor I shall be responsible for material loss or damage after receipt of materials at the point of delivery. 8.4 STORAGE OF MATERIALS ii ilMaterials shall be so stored by the Contractor as to insure the preservation of their quality and fitness for the Work. When considered necessary, they II shall be placed on wooden platforms or other hard, clean surfaces, and/or they shall be placed under cover and not on the ground. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the Owner or les- I/ see thereof. 8.5 SAMPLES IAll samples called for in the Specifications or required by the Engineer shall be furnished by the Contractor and shall be submitted to the Engineer for his IF review. Samples shallbe furnished so as not to delay the commencement or completion of the Project. The Contractor shall furnish such samples of mate- rial as may be required for examination and testing. All materials and work- manship shall be in accordance with approved samples. All samples of mate- II rials for tests shall be taken according to methods provided for in the Specifications. 11 8.6 FURNISHING OF PRODUCT DATA Product Data are illustrations, standard schedules, performance charts, in- II structions, brochures, diagrams and other information furnished by the Con- tractor to illustrate a material, product or system for some portion of the Work. I - 27 - I 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I 8.6.1 The Contractor shall furnish one copy, or such additional copies as may 11 be required by the Special Provisions, of complete Product Data for every manufacturered item of equipment and all components to be used in the Work, including specific performance data, material description, rating, capacity, I/ working pressure, material gage or thickness, brand name, catalog number and general type. 8.6.2 This data shall be compiled by the Contractor and reviewed by the Engi- I/ neer before any of the equipment is ordered. 8.6.3 All data shall be indexed according to specification section and para- it graph for easy reference. 8.6.4 After review, this data shall become a part of the Contract, and may not be deviated from except upon written approval of the Engineer. 8.6.5 Product Data for equipment reviewed by the Engineer does not in any case supersede the Contract Documents. The review by the Engineer shall not relieve the Contractor from responsibility for deviations from Drawings or Specifications unless he has in writing called the Engineer's attention to such deviations at the time of furnishing said data. Nor shall such review relieve the Contractor from responsibility for errors of any sort in the items furnished. The Contractor shall check the Work described by the Product Data with the Contract Documents for deviations and errors. 8.6.6 It shall be the responsibility of the Contractor to insure that items . to be furnished fit the space available. He shall make necessary field I/ measurements to ascertain space requirements, including those for connections, and shall order such sizes and shapes or equipment that the final installation shall suit the intent and meaning of the Drawings and Specifications. 8.6.7 Where equipment requiring different arrangement of connections from those shown is allowed, it shall be the responsibility of the Contractor to install the equipment so as to allow for proper operation and in harmony with the intent of the Drawings and Specifications, and to make all changes in the work required by the different arrangement of connections. 8.6.8 Product Data shall be promptly submitted by the Contractor after he has reviewed, checked and approved the data to determine if they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field measurements and construction criteria, materials, catalog numbers and similar data. In submitting the Product Data, the Contractor certifies that the work represented by the data has been coordinated with the Contract Documents and all relevant field condi- tions. 8.7 QUALITY OF EQUIPMENT AND MATERIALS 8.7.1 In order to establish standards of quality, the Engineer, in the Spec11 - ifications, has referred to certain products by name and catalog number. This - 28 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I/ procedure is not to be construed as eliminating from competition other pro- ducts of equal or better quality by other manufacturers where fully suitable in design unless otherwise specifically stated in the Specifications (see Section 8.2 for substitution procedure) . If a product referenced by catalogue name or number is no longer available, Contractor shall recommend to Owner and Engineer another product of comparable quality. 8.7.2 The Contractor shall furnish the complete list of proposed desired sub- stitutions prior to executing the Agreement, together with such engineering and Product Data as the Engineer may require. 8.7.3 The Contractor shall abide by the Engineer's recommendation when pro- posed substitute materials or items of equipment are not recommended for in- I/ stallation and shall furnish the specified material or item of equipment in such case. All proposals for substitutions shall be submitted in writing by the General Contractor and not by individual trades or material suppliers. The Engineer will review proposed substitutions and make his recommendation in writing within a reasonable time. 8.8 SHOP DRAWINGS 111 8.8.1 The Contractor shallrovide Shop p Dr awings, settings, schedules and such other drawings as may be necessary for the prosecution of the Work in the shop and in the field as required by the Drawings, Specifications or Engi- neer's instructions. Deviations from the Drawings and Specifications shall be called to the attention of the Engineer at the time of the first submission of Shop Drawings and other drawings for approval. The Engineer's review of any drawings shall not release the Contractor from responsibility for such devia- tions. 8.8.2 Shop Drawings shall be promptly submitted by the Contractor after he has reviewed, checked and approved the data to determine that they are in harmony with the requirements of the Project and with the provisions of the Contract Documents and after he has verified all field measurements and con- struction criteria, materials, catalog numbers and similar data. By submit- ting the Shop Drawings, the Contractor certifies that the work represented by the Shop Drawings has been coordinated with the Contract Documents and all relevant field conditions. 8.8.3 Shop Drawings shall be submitted according to the following schedule: (a) Not less than three copies or such other number of copies as may be required by the Special Provisions shall be submitted with reasonable prompt- ness and in such sequence as to prevent delay of the Work. (b) The Engineer shall, within fourteen (14) days of the submittal of any Shop Drawings, return one copy to the Contractor marked with Engineer's com- ments. (c) The Contractor shall thenromptlymake changes to the Shop Drawings to conformtothecommentsnmadesbyytheoEngineer.rrections or - 29 - 11\90-356GENRL I/ Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 11 I (d) Following completion of such corrections or changes, the Contractor 11 shall promptly resubmit to the Engineer the required number of copies of the revised Shop Drawings. 8.8.4 Engineer will review with reasonable promptness Shop Drawings and I/ samples, but Engineer' s review shall be only for conformance with the design concept of the Project and for compliance with the information given in the I/ Contract Documents and shall not extend to means, methods, sequences, tech- niques or procedures of construction or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate re- view of the assembly in which the item functions. Contractor shall make any corrections required by Engineer and shall return the required number of cor- rected copies of Shop Drawings and resubmit new samples for review. Contrac- tor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. Contractor' s stamp of approval on any Shop Drawing or sample shall constitute a representation to Owner and Engineer that Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog num- bers, and similar data or assumes full responsibility for doing so, and that Contractor has reviewed or coordinated each Shop Drawing or sample with the requirements of the Work and the Contract Documents. 8.8.5 Where a Shop Drawing or sample is required by the Specifications, no related Work shall be commenced until the submittal has been reviewed by Engineer. 8.8.6 Engineer's review of Shop Drawings or samples shall not relieve Contractor from responsibility for any deviations from the Contract Docu- ments unless Contractor has in writing called Engineer's attention to such . deviation at the time or submission and Engineer has given written concur- rence with the specific deviation, nor shall any concurrence by Engineer relieve Contractor from responsibility for errors or omissions in the Shop Drawings. 8.9 ACCESS TO AND OBSERVATION OF WORK I 8.9.1 Engineer and Engineer's representatives, other representatives of Owner, testing agencies and governmental agencies with jurisdictional inter- ests will have access to the Work at reasonable times for their observation, i inspection and testing. Contractor shall provide proper and safe conditions for such access. 11 8.9.2 All materials and equipment and each part or detail of the Work shall be subject at all times to observation by the Engineer and the Owner, and the Contractor will be responsible for strict adherence to the intent of the Con- 11 tract Documents in regard to quality of materials, workmanship, and the dili- gent execution of the Work. Such observations may include mill, plant, or shop inspection, and any material furnished under these Specifications is sub- ject to such observation. The Engineer and Owner shall be allowed access to 11 - 30 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I I/ 11 all parts of the Work and shall be furnished with such information and assist- ance by the Contractor as is required to make such observations. 8.10 TESTS AND INSPECTIONS 8.10.1 Contractor shall give Engineer timely notice of readiness of the Work Ifor all required inspections, tests or approvals. 8.10.2 If any law, ordinance, rule, regulation, code, or order of any public body having jurisdiction requires any Work (or part thereof) to specifically 111 be inspected, tested, or approved, Contractor shall assume full responsibility therefor, pay all costs in connection therewith and furnish Engineer the re- quired certificates of inspection, testing or approval. Contractor shall also I be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's acceptance of a manufacturer, fabricator, supplier or distributor of materials or equipment I proposed to be incorporated in the Work, or of materials or equipment submit- ted for approval prior to Contractor's purchase thereof for incorporation in the Work. The cost of all other inspections, tests and approvals required by the Contract Documents shall be paid by Owner (unless otherwise specified) . 8.10.3 All inspections, tests or ap rovals other ordinance, rule, regulation, code or order ofany hpublic an sbody e ehaving d ur dilc- I tion shall be performed by organizations selected byor acceptable toOwner or Engineer. 8.10.4 If any Work that is to be inspected, tested or approved is covered 11 without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention I/ to cover such Work and Engineer has not acted with reasonable promptness in response to such notice. 8.10.5 Neither observations by Engineer nor inspections, tests or approvals by others shall relieve Contractor from his obligations to perform the Work in accordance with the Contract Documents. 8.11 UNCOVERING WORK 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. If Engineer considers it necessary or advisable that covered Work be visually examined 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. If it is found that such Work is defective, Contractor shall bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, including compensation for additional professional services, and an appropriate deductive Change Order shall be issued. If, however, such Work is not found to be defective, Con- - 31 - 11\90-356GENRL I/ Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I 1 11 tractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, expo- sure, observation, inspection, testing and reconstruction if he makes a claim therefor as provided herein. I/ 8.12 CUTTING AND PATCHING The Contractor shall do all necessary cutting, fixing or patching of the Work I/ that may be required to make its several parts fit together properly, or to properly receive the Work of the various trades, or, as required by the Draw- ings and Specifications, to complete the Work. He shall restore all such cut or patched work as approved by the Engineer. Cutting of existing structure that shall endanger the Work, adjacent property, workmen or the public shall not be done.- 11 8.13 WARRANTY AND GUARANTEE Contractor warrants and guarantees to Owner and Engineer that all Work, in- cluding materials and equipment, will be in accordance with the Contract Docu- ments and will not be faulty or defective. Prompt notice of all defects shall be given to Contractor upon discovery. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in paragraph 8.15 and 8.16. This warranty and guarantee shall be in addition to and not in limitation of any other warranty or guarantee required by law or by these Con- tract Documents, including the provisions of paragraph 8.14. 8.14 TWO YEAR CORRECTION PERIOD If within two years after the date of final acceptance of the project by the . Owner or such longer period of time as may be prescribed by law or 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, Contractor shall promptly, without cost to Owner and in accordance with Owner' s written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the site and replace it with nondefective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work I/ corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, of Engineer or others, shall be paid by Contractor. This obligation shall survive any termination of the Agreement between Owner and Contractor. 8.15 CORRECTION OR REMOVAL OF DEFECTIVE WORK 11 If required by Engineer, Contractor shall promptly, without cost to Owner and as specified by Engineer, either correct any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engi- neer, remove it from the site and replace it with nondefective Work. 11 - 32 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I/ • ' 1/ 8.16 WORK E W ORK If, instead of requiring correction or removal and replacement II Work, Owner (and, prior to Engineer's recommendation of fP incl payment, also Engineer) prefers to accept it, Owner may do so. In such case, occurs prior to Engineer's recommendation of also if acceptanceOe 1/ shall be issued incorporatingfinal payment, a Change Docu- ments, includingappropriate the necessary revisions in the Contract acceptance occursafersuchreduction in recommendatione annararo Price; or, if the paid by Contractor to Owner. appropriate amount shall be11 8.17 OWNER MAY STOP THE WORK I/ If the Work is defective, or workmen or Contractor fails to supply sufficient skilled suitable materials or equipment, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order 1/ eliminated; however, this right of Owner to stop the Work shall not to any duty on the part of Owner to exercise this right for the has been Contractor or any other party. benefit of Sive rise II 8.18 OWNER MAY CORRECT DEFECTIVE WORK If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct the defective Work or to remove and replace Work as required by q Engineer in accordance with Paragraph 8.15, orif Contracrejectea tor fails to perform the Work in accordance with the Contract Documents eluding any requirements 11 days' writtenanyequnotire to Contractor,the orprogress schedule (sen and Contractor's OSurety,may, after seven remedy any such deficient eshall proceedsuhexpeditiously.In exercising its rights under ythis oparagraph, rrect i I/ rective and remedial action, Owneromayeexclude Contracto the site, take possession of all or part of the Work, and unextent necessary to complete cor- r suspend all nor actopart of services related thereto, pend Contractor's I construction equipment and machinery poatethe osite andn of incorporate lsi appliances, all materials and equipment stored at the site or for which Owner paid Contractor but which are stored elsewhere. n the Work Owner'so has Owner,ed representatives, sConees tractor shalloallow ii be necessary to enable Ownergtotexercaniseeitsorightsuundercthisto aha site as All direct and indirect costs of Owner in exercising such rights shall be charged against Contractor in an amount reviewed byEngineer, paragraph. All shall be deducted from the -Contract Price. g and such amounts in- clude, in particular but without limitation, compensatirect ionndfor ctadditio al costs pro- fessional services required and all costs of repair and replacement additional others destroyed or damaged by correction, removal or replacementofContrack - tor's defective Work. Contractor shall not be allowed an extension of the I/ Contract Time because of any delay in performance of the Work attributable II to the exercise by Owner of Owner's rights hereunder. II 11\90-356GENRL - 33 II Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 1/ I SECTION 9 I MEASUREMENT PAYMENT AND PROJECT ACCEPTANCE I 9.1 DETAILED BREAKDOWN OF CONTRACT AMOUNT I ere unit rices form the basis for payment under the Con- tractExcep in Documents,castheContractorshall, within ten (10) days of receipt of the ntoII Contract Documents, submit an itemized breakdown of the Contract Amount having the value, including an allowance for profit and overhead, assigned to each part of the Work. Unless the breakdown of the Contract Amount is objected to li by the Owner, it shall be used as the basis for all Requests for Payment. 9.2 QUEST FOR PAYMENT The Contractor may submit periodically, but not more than once each month, a II d Request for Payment for Work done ande mterialswidellivered ednandistoredon the on the site. Payment for materials stored on following: II (a) The Contractor shall submit evidence to establish the Owner' s title to such materials. II (b) Acceptable provisions have been made for storage. (c) The Contractor shall provide and maintain insurance against all loss, theft, vandalism, damage and similar peril for the full value of the , stored material. The insurance on the stored material shall name the Owner as insured. II Each Request for Payment shall be itemized and computed from the Work com- ac lete Pd on all items listed on the Detailed estBr akdoP of Con r shall mount.e Where e II unit prices are specified, the Requa to the Contractor an amount not to quantities comf the. moThOwner swill pay approval However, ou exceed 95X of the amountthearrovisionsrofthSection e ac9.4t uband t 9.5.t a whenII einth in WorkSection u9.3 and P the required under the Contract is 952 or more completed, upon recommendation of the Engineer, such portions of the retained money shall be released as the Owner determines are not required to be retained to protect the II Owner' s interest in satisfactory completion of the Contract. At the option of the contractor, retainage shall be paid to the contractor in accordance with the following: The Contractor may deposit bonds or securities with the Owner or in any t bank or trust company to be held in lieu of cash retainage thforet inhe bee nefit in of the Owner. In that event, the Owner shall reduce amount equal to the value of the bonds and securities and pay the amount of the reduction to the contractor. The interest on the bonds or securities11 - 34 - 11\90-356GENRL II Copyright 1990 Anderlik Bonestroo, Rosene, & Associates, Inc. I/ 1/ shall be payable to the contractor as it accrues. Bonds and securities deposited or acquired in lieu of retainage shall be of a character approved by the state treasurer including, but not limited to: a. Bills, certificates, notes or bonds of United States; I/ b. Other obligations of the United States or its agencies; c. Obligations of any corporation wholly owned by the federal government; 11 and d. Indebtedness of the Federal and National Mortgage Association. I/ If the Owner incurs additional costs as the result of the exercise of the option described in this paragraph, the Owner may recover the costs from the contractor by reducing the final payment due under the contract. As 11 work on the contract progresses, the Owner shall, upon demand, inform the contractor of all accrued costs. 9.3 ENGINEER'S ACTION ON A REQUEST FOR PAYMENT Within ten (10) days of submission of any Request for Payment by the Contrac- tor, the Engineer shall recommend to Owner: I/ (a) Approval of the Request for Payment as submitted; or, (b) Approval of such other amount as Engineer shall consider is due the Contractor, informing the Contractor in writing of his reasons for recommending approval of the modified amount; or, (c) Withholding of the Request for Payment, informing the Contractor in writing of his reasons for recommending withholding of the Request. 1/ 9.4 OWNER'S ACTION ON AN APPROVED REQUEST FOR PAYMENT Within thirty (30) days from the date of recommending approval of a Request for Payment by the Engineer, the Owner shall: I/ (a) Paythe Requestfor Payment as recommended by the Engineer. I/ (b) Pay such other amount in accordance with Section 9.5 as Owner shall decide is due the Contractor, informing the Contractor and the Engi- neer in writing of the reasons for paying the modified amount. I/ (c) Withholding payment in accordance with Section 9.5 informing the Contractor and the Engineer in writing of Owner's reasons for withholding payment. I/ I - 35 - 11 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I 9.5 OWNER'S RIGHT TO WITHHOLD PAYMENT 11 9.5.1 The Owner may withhold payment in whole or in part to the extent neces- sary to protect itself from loss on account of any of the following causes: I/ (a) Violation of any of the terms of the Contract Documents. b Defective work not remedied, or completed work which has been dam- I/ aged. (c) Reasonable evidence indicating potential filing of claims by other 11 parties against the Contractor or Owner. (d) Failure of the Contractor to make payments to Subcontractors, materialmen or suppliers. (e) Damage to the Owner or any other person. 11 (f) Contractor's unsatisfactory prosecution of the work. 9.5.2 When any of the above grounds for which payment is being withheld is 11 removed, payment shall be made for the amount withheld. 9.5.3 Should the Owner fail to pay a Request for Payment within 30 days from the date of recommendation of approval by the Engineer and should he fail to inform the Engineer and Contractor in writing of the reasons for withholding payment, the Owner shall pay to the Contractor simple interest on the past due amount at an annual rate equal to the monthly index of long term United States 11 bond yields for the month prior to the month in which the obligation is incur- • red plus an additional one percent per annum. 9.6 CONTRACTOR'S WARRANTY OF TITLE Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the 11 Project or not, will pass to Owner at the time of payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these Conditions of the Contract referred to as "Liens") . I/ 9.7 SUBSTANTIAL COMPLETION 9.7.1 When Contractor considers the entire Work ready for its intended use Contractor shall, in writing to Owner and Engineer, certify that the entire Work is substantially complete and request that Engineer issue a proposed Certificate of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor and Engineer shall make an inspection of the Work to deter- mine the status of completion. If Engineer does not consider the Work sub- stantially complete, Engineer will notify Contractor in writing giving his reasons therefor. If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a proposed Certificate of Substan- - 36 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I 11 tial Completion which shall fix the date of shall be attached to the proposed Certificate uaslist lof itemsleti nal st") to be completed or corrected before final payment.II "Puch list 9.7.2 Owner shall have seven days after receipt of the Certificate during which he may make written objection to Engineer as to any provisions of the II Certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within fourteen days after submission of the proposed Certificate to Owner notify II Contractor in writing, stating his reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said fourteen days execute and deliver to Owner and Con- tractor a final Certificate of Substantial Completion of items to be completed or corrected) reflecting such(with any changes fromsed the pro- posed Certificate as he believes justified after consideration of any objec- tions from Owner. At the time of delivery of the proposed Certificate of Sub- il stantial Completion Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities tween Owner and Contractor with respect tosecurity, operation, tpending final payment iY. mainn- - II tenance, heat, utilities and insurance. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to his issuing the final Certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. Owner shall have the right to exclude Contractor from the Work after the date of Substantial I Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the list of items to be completed or corrected. II9.8 PARTIAL UTILIZATION Use by Owner of completed portions of the work may be accomplished prior to 1 Substantial Completion of all the Work subject to the following: 8 9.8.1 Owner at any time may request Contractor in writing to permit Owner to II use any part of the Work which Owner believes to be substantially complete and which may be so used without significant interference with construction of the other parts of the Work. If Contractor agrees, Contractor will certify to I Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a proposed Certificate of Substantial Completion for that part of the Work. 11 9.8.2 Within a reasonable time thereafter Owner, Contractor shall make an inspection of that part of the Work to determine itsand statusneof completion. If Engineer does not consider that part of the Work to be sub- II stantially complete, Engineer will notify Owner and Contractor in writing giv- ing his reasons therefor. If Engineer considers that part of the Work to be substantially complete, Engineer will execute and deliver to Owner and Con- tractor a proposed Certificate to that effect, fixing the date of Substantial Completion as to that part of the Work, attaching thereto a list of items to be completed or corrected before final payment. i 11\90-356GENRL 37 11 Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 1 9.8.3 Prior to issuing a Certificate of Substantial Completion as to part of the Work, Engineer will deliver to Owner and Contractor a written recommenda- tion as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, 11 utilities and insurance for that part of the Work which shall become binding upon Owner and Contractor at the time of issuing the final Certificate of Sub- stantial Completion as to that part of the Work unless Owner and Contractor shall have otherwise agreed in writing and so informed Engineer. Owner shall I/ have the right to exclude Contractor from any part of the Work which Engineer has so certified to be substantially complete, but Owner shall allow Contrac11 - tor reasonable access to complete or correct items on the list of items to be completed or corrected. 9.8.4 In lieu of the issuance of a Certificate of Substantial completion as to part of the Work, Owner may take over operation of a facility constituting part of the Work whether or not it is substantially complete if such facility is functionally and separately usable; provided, that prior to any such take- over, Owner and Contractor have agreed as to the division of responsibilities between Owner and Contractor for security, operation, safety, maintenance, correction period, heat, utilities and insurance with respect of such facility. 11 9.8.5 No occupancy of part of the Work or taking over of operations of a facility will be accomplished prior to compliance with the requirements of Section 6.1.4, Paragraph 3, in respect of property insurance. 9.9 FINAL INSPECTION Upon written notice from Contractor that the Work is complete, Engineer will1/ 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 remedy such deficiencies. 9.10 FINAL APPLICATION FOR PAYMENT After Contractor has completed all items to be completed or corrected to the satisfaction of Engineer and delivered all maintenance and operating instruc- I/ tions, schedules, guarantees, bonds, certificates of inspection, marked-up record documents and other documents -- all as required by the Contract Docu- ments, and after Engineer has indicated that the Work is acceptable (subject to the provisions of Section 9.12) , Contractor may make Application for Final Payment following the procedure for progress payments. The Final Application for Payment shall be accompanied by all documentation called for in the Con- tract Documents and such other data and schedules as Engineer may reasonably require, together with complete and legally effective releases or waivers 11 (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may fur- 11 nish receipts or releases in full; an affidavit of Contractor that the re- leases and receipts include all labor, services, material and equipment for which a Lien could be filed; a representation that all payrolls, material and equipment bills, and other indebtedness connected with the Work for which - 38 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I/ Owner or his property might in any way be responsible, have been paid or otherwise satisfied; and, consent of the Surety, if any, to final payment. If any Subcontractor, manufacturer, fabricator, supplier or distributor fails to furnish a release or receipt in full, Contractor shall furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. I9.11 FINAL PAYMENT AND ACCEPTANCE 9.11.1 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, all as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor has fulfilled all of his obligations under the Contract Documents, I/ Engineer will, within ten days after receipt of the Final Application for Payment, indicate in writing his recommendation of payment and present the application to Owner for payment. Thereupon Engineer will give written notice 1/ to Owner and Contractor that the Work is acceptable subject to all applicable provisions of the Contract Documents. Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary I/ corrections and resubmit the Application. 9.11.2 If the Application and accompanying documentation are appropriate as Ito form and substance, .Owner shall, within thirty days after receipt thereof pay Contractor the amount recommended by Engineer. If, through no fault of Contractor, final completion of the Work is significantly delayed thereof and if Engineer so confirms, Owner shall, upon receipt of Contractor's Final Application for Payment and recommendation of Engineer, and without terminat- ing the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. I/ 9.11.3 If any remaining balance to be held by Owner for Work not fully com- pleted or corrected is less than the retainage stipulated in the Agreement, I/ and if Bonds have been furnished as required herein, 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 IF and conditions governing final payment, except that it shall not constitute a waiver of claims. 9.12 CONTRACTOR'S CONTINUING OBLIGATION Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any prog- 1/ ress or final payment by Engineer, nor the issuance of a Certificate of Sub- stantial Completion, nor any payment by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, I/ nor any act of acceptance by Owner nor any failure to do so, nor the issuance of a notice of acceptability by Engineer pursuant to Sections 9.10 or 9.11, nor any correction of defective Work by Owner shall constitute an acceptance 11 - 39 - 11\90-356GENRL I/ Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 11 I of Work not in accordance with the Contract Documents or a release of ofcCContrac- tor' s obligation to perform the Work in accordance with the Contract s. 9.13 WAIVER OF CLAIMS I/ The making and acceptance of final payment shall constitute: 9.13.1 A waiver of all claims by Owner against Contractor, except claims I/ arising from unsettled Liens, from defective work appearing after final in- spection pursuant to Section 9.9 or from failure to comply with the Contract Documents or the terms of any special warranties or guarantees specified 11 therein; however, it shall not constitute a waiver by Owner of any rights in respect to Contractor's continuing obligations under the Contract Documents; and 'I 9.13.2 A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. SECTION 10 CHANGES IN THE WORK • 10.1 CHANGE ORDERS Without invalidating the Agreement, Owner may, at any time or from time to time, order additions, deletions or revisions in the Work; these will be authorized by Change Orders. Upon receipt of a Change Order, Contractor shall proceed with the Work involved. All such Work shall be executed under the applicable conditions of the Contract Documents. If any Change Order causes f an increase or decrease in the Contract Price or an extension or shortening of the Contract time, an equitable adjustment will be made as provided in Section 10 or Section 11 on the basis of a claim made by either party. 10.2 FIELD ORDERS11 Engineer may authorize minor changes in the Work not involving an adjustment in the Contract Price or the Contract Time, which are consistent with the- overall intent of the Contract Documents. These may be accomplished by a Field Order and shall be binding on Owner, and also on Contractor who shall perform the change promptly. If Contractor believes that a Field Order justi- fies an increase in the Contract Price or Contract Time, Contractor may make a claim therefor as provided herein. 10.3 UNAUTHORIZED WORK Additional Work performed without authorization of a Change Order will not en- title Contractor to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency. - 40 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates Inc. I . I/ 10.4 ENGINEER RECOMMENDATIONS ------------ Owner shall execute appropriate Change Orders prepared by Engineer covering I changes in the Work which are required by Owner, or required because of un- foreseen physical conditions or emergencies, or because of uncovering Work found not to be defective, or because of any other claim of Contractor for a I change in the Contract Time or the Contract Price which is recommended by En- gineer. 10.5 NOTICE OF CHANGE TO SURETY If notice of any change affecting the general scope of the Work or change in the Contract Price is required by the provisions of any Bond to be given to I/ the Surety, it will be Contractor's responsibility to so notify the Suret , and the amount of each applicable Bond shall be adjusted accordin l y tractor shall furnish proof of such adjustment to Owner. g y• Con- I10.6 CLAIMS FOR ADDITIONAL COSTS If the Contractor wishes to make a claim for an increase in the Contract Sum, I he shall give the Engineer written notice thereof within ten (10) days after the occurrence of the event giving rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an 1/ emergency endangering life or property in which case the Contractor shall pro- ceed in accordance with Paragraph 10.7. No such claim shall be valid unless so made. If the Owner and the Contractor cannot agree on the amount of the II adjustment in the Contract Sum, it shall be referred to the Engineer in accor- dance with Paragraph 7.8. Any change in the Contract Sum resu claim shall be authorized by Change Order. lting from such I/ If the Contractor claims that additional cost is involved because of but not limited to (1) any written interpretation of the engineer, the Owner to stop the Work where the Contractor was not ate fault, (3)order ny I/ written order for a minor change in the Work or (4) failure of payment they Owner, Contractor shall make such claim as provided in this Subparagraph. 10.7 WORK DURING AN EMERGENCY 1/ ------------- 10.7.1 In any emergency affecting the safety of persons or property, the Con- tractor shall act to prevent threatened damage, injury or loss. In all cases I he shall, as soon as practicable, notify the Owner of the emergency and he shall not wait for the instructions before proceeding to protect both life and property. 1/ 10.7.2 Any additional compensation or extension of time cla Con- tractor on account of said emergency work shall be determined dunder Paragraph 10.6. I/ II 11\90-356GENRL - 41 - I/ Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I 11 SECTION 11 CHANGE OF CONTRACT PRICE AND CONTRACT TIME 11.1 CONTRACT PRICE I/ The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, re- I/ sponsibilities and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. 11 11.2 CHANGE IN CONTRACT PRICE 11.2.1 Except where u it prices form the basis forpayaChange theOrdContract II Documents, the Contract Price may only be changed by r. Any claim for an increase in the Contract Price shall be based on written notice delivered to Owner and Engineer within ten (10) days of the occurrence of the1/ event giving rise to the claim. Notice of the amount of the claim with sup- porting data shall be delivered within thirty (30) days of such occurrence un- less Engineer allows an additional period of time to ascertain accurate cost data. All claims for adjustment in the Contract Price shall be determined by Engineer if Owner and Contractor cannot otherwise agree on the amount in- volved. Any change in the Contract Price resulting from any such claim shall be incorporated in a Change Order. I 11.2.2 Where unit prices form the basis of payment and the quantity of any item of Work as given in the Proposal is increased or decreased, payment for1/ such item will be made on the basis of actual quantity completed, at the . contract unit price for such item. 11.3 BASIS OF CHANGE I The method of determining the cost or credit to the Owner resulting from a change in the work shall be determined and mutually agreed upon by Owner andII Contractor in advance of performance of the change in work in one or more of the following ways: . 11.3.1 By mutual acceptance of a lump sum properly itemized, I 11.3.2 By unit prices stated in the Contract Documents or subsequently agreed upon (unit prices shall include an allowance for Contractor's main office ex- pense, overhead, profit and bond) , or 11.3.3 By actual cost of the changed work, plus an allowance for overhead, I/ supervision and profit, as defined as follows: 1. The "cost of the changed work" shall mean costs necessarily incurred in the proper performance of the changed work and paid by Contractor at rates not higher than the standard paid in the locality of the work (except with prior consent of the Owner) as more specifically defined as follows: II - 42 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. 11 I 1/ a. The cost of the changed work shall include: (1) Wages paid for labor in the direct employ of Contractor in the performance of the changed work in the field or in the fabrication shop under applicable collective bargaining agreements or under a salary or wage schedule agreed upon by Contractor and Owner, plus a I payroll markup of 40 percent to cover all overhead items applicable to payroll, such as insurance, taxes, F.I.C.A. , workmen's compensation, unemployment taxes, and union benefits. II (2) Cost of all materials, supplies and a ui changed work. q pment incorporated in the 1 (3) Cost, including maintenance of all materials, ment, temporary facilities and hand tools owned by workmen, whichuipare consumed in the performance of the changed work, and cost less salvage II value on such items used but not consumed which remain the property of the Contractor. (4) Rental charges of all necessary machinery and equipment, exclu- sive of hand tools, used in performing the changed work, including installation, minor repairs and replacements, dismantling, removal, transportation and delivery costs thereof at rental charges consistent II with those prevailing in the area. (5) Cost of additional premiums for all bonds and insurance which the IIContractor is required by the Owner or contract documents to purchase and maintain and which is incurred as a result of performing the changed work. I/ (6) Sales, use or similar taxes, related to the changed work and which the Contractor is liable, imposed b for Y an y governmental authority. I/ (7) Permit fees, royalties, damages for infringment of patents and costs of defending suits therefore, and deposits lost for causes other than the Contractor's negligence. I/ (8) Losses and expenses, not compensated by insurance or otherwise sustained by the Contractor in connection with the changed work pro- vided they have resulted from causes other than the sole or joint II fault or neglect of the Contractor, any Subcontractor, 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 I/ written consent and approval of the Owner. No such losses and ex- penses shall be included in the cost of the changed work for the pur- pose of determining the Contractor's fees thereon. If, however, such II loss requires reconstruction and the Contractor is placed in charge thereof, he shall be paid for his services an additional fee computed in proportion to the sum stated above for the original changed work. I 1190-356GENRL - 43 Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I/ I (9) Cost of "drayage, " exclusive of any drayage between shop and job- site, only when Contractor must hire an independent trucking firm and driver to perform special drayage services in performance of the changed work for which Contractor' s skills, manpower and vehicles are inadequate. "Drayage" does not include transportation performed or which could have been performed by Contractor's drivers or vehiclesI/ but for their use on another project. (10) Costs incurred due to an emergency arising out of the changed work affecting the safety of persons and property. (11) Other costs incurred in the performance of the changed work if and to the extent approved in advance in writing by the Owner. 11 (12) Cost of subcontractors in performing the Contractor's work as changed shall be computed in accordance with this paragraph 11.3.3, 11 computed in accordance with clauses 11.3.1, .2, or .3. b. The cost of the changed work shall exclude: 11 (1) Salaries or other compensation for Contractor' s officers, execu- tive, general managers, project managers, estimators, engineers, time- mi keepers, surveyors, mechanics, warehousemen, auditors, accountants, purchasing and contracting agents, draftsmen (except sheetmetal draftsmen) , stenographers, receptionists, and other staff employees, ' whether or not employed at Contractor' s principal office, branch office or field office at the job site. 11 • (2) Expenses of Contractor' s principal office, branch office or job site field office, including without limitation the expense for pick- up trucks, office trailers, storage trailers, rental of office or storage space, telephone, heat, lights, etc. (3) Ownership cost of maintenance expenses for Contractor-owned equipment, including without limitation all construction equipment, trucks and vehicles, machines and all other owned equipment required for Contractor's performance of the Work. (4) Cost for purchase and maintenance of tools, materials, supplies and facilities not consumed during construction or incorporated in the work. (5) Contractor' s capital expense, including interest on Contractor's capital employed for the work. (6) Overhead or general expenses of any kind, including but not lim- ited to office or fabrication shop overhead or drafting and printing costs, except as may be expressly included in clause 11.3.3.1a above. - 44 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I/ . I/ (7) Costs due to the negligence of Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable, including but not limited to injury or damage to persons or property, posal of materials and equipment cwronglyosupplied, or makingn of defective worg dis- I/ damage to property, g good any (8) The cost of any item not specifically and expressly included in 11 the terms described in clause 11.3.3.1a above. 2. Allowances for profit, overhead and nonreimbursable costs computed as follows: shall be I/ a. For the Contractor II (1) A minimum of 52' up to a maximum of 15% (the actual rate dependent of the Contractor's performance and assumed risks as determined in the sole discretion of the Owner) of all reimbursable costs defined in I/ clauses 11.3.3.1a (1) through (12) above, and (2) A minimum of 3% up to a maximum of 7% reasonable discretion of the Owner) (as determined at the sole supervised by the Contractor ascomputed inork accordanceof bwith clause supervised 11.3.3. No fee will be allowed on subcontractor work not by the Contractor. supervised I/ (3) For first, second, and other tier subcontractors sation for changed work under clause11.3.3.1(a) (1 ),ttheir allow- , I/ ances shall be determined at the sole reasonable discretion of the Owner consistent with percentages in subclause (2) directly above. (4) The Owner shall have the right to examine, inspect, copy and II audit the books and records of any contractor or subcontractor makig claim for reimbursement for costs and allowances hereunder in ordertoo verify the accuracy, correctness, completeness and properiety of all I/ costs and allowances claimed. 11.4 CHANGE OF CONTRACT TIME II11.4.1 The Contract Time may only be changed claim for an extension in the Contract TimeyshallaCge benbasedrderon written notice delivered to Owner and Engineer within ten (10) days of the occur- "' of the event giving rise to the claim. Notice of the extent of the claim with supporting data shall be delivered within thirty (30) days of such occurrence unless Engineer allows an additional period of time to II ascertain more accurate data. All claims for adjustment in the Contract Time shall be determined by Engineer if Owner and Contractor cannot other- wise agree. Any change in the Contract Time resulting from any such claim shall be incorporated in a Change Order. ii II 1190-356GENRL - 45 Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I/ I/ 1 11.4.2 The Contract Time will of Contractornifnaamount claim isuamade l to ttherefor ime lost due to delays beyond the control I/ as provided in paragraph 11.4.1. Such delays shall include, but not be limited to, acts or neglect by Oer,itions� oractsof God. floods, labor disputes, epidemics, abnormal weather cond 11.4.3 All time limits stated in the Contract Documents are of the essence I/ isions of is paragraph cludof the Aeryeemeor• The damages 11.4 shall not for additional exclude recovery for g professional services) for delay by either party. SECTION 12 1 SUSPENSION OF WORK AND TERMINATION 12.1 OWNER MAY SUSPEND WORK 11 Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to Con- tractor and Engineer which shall fix the date on which Work shall be resumed. Contractor shall resume the Work on the date so fixed. Contractor will be al- lowed an increase in the Contract ttthe ontrat Time, ributable Ptocanyrie rsuspensioniif hef fmakes aCclaimctherefor I or both, directly a as provided in Sections 10 and 11. , 12.2 OWNER MAY TERMINATE II 12.2.1 Upon the occurrence of any one or more of the following events: (a) If Contractor adjudged ad'ud ed a bankrupt or insolvent, II (b) If Contractor makes a general assignment for the benefit of creditors, (c) If a trustee or receiver is appointed for Contractor or for any of II Contractor' s property, (d) If Contractor files a petition to take advantage of any debtor' s act, II or to reorganize under the bankruptcy or similar laws, (e) If Contractor repeatedly fails to supply sufficient skilled workmen of II suitable materials or equipment, (f) If Contractor repeatedly fails to make prompt payments to Subcontrac- II tors or for labor, materials or equipment, (g) If Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction, - 46 II - 11\90-356GENRL Copyright 1990 II Bonestroo, Rosene, Anderlik & Associates, Inc. I . (h) If Contractor disregards the authority of Engineer, or (i) If Contractor otherwise violates in any substantial way any provisions of the Contract Documents, 1/ Owner may after giving Contractor and his Surety seven days' written notice, terminate the services on Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, appliances, con- struction equipment and machinery at the site and use the same to the full ex- tent they could be used by Contractor (without liability to Contractor for trespass or conversion) , incorporate in the Work all materials and equipment stored at the site or for which Owner has paid contractor but which are stored I/ elsewhere, and finish the Work as Owner may deem expedient. In such case Con- tractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Work, including compensation for additional professional services, such excess shall be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner shall be verified by Engineer and incorporated in I/ a Change Order, but in finishing the Work, Owner shall not be required to ob- tain the lowest figure for the Work performed. 12.2.2 Where Contractor's services have been so terminated by Owner, the ter- mination shall not affect any rights of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Con- tractor by Owner will not release Contractor from liability. 12.2.3 days'seven Upon p written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to I/ abandon the Work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable ter- mination expenses. 12.2.4 If, after notice of termination for failure to fulfill contract obligations, it is determined that the Contractor has not defaulted, the termination shall be deemed to have been effected for the convenience of the I/ Owner and the Contractor shall be paid in accordance with paragraph 12.3. 12.3 CONVENIENCE TERMINATION BY THE OWNER The Owner reserves the right to terminate the Work under this contract whole, or from time to time in part, and said termination for convenience shall not be construed as a breach of the Contract. If the Contract is ter- minated for convenience, the Owner shall give the Contractor written notice specifying the extent the Work of the Contract that is being terminated and the effective date of said termination. Upon receipt of the notice of termi- t - 47 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I I I nation, the Contractor shall stop work on the date and to the extent speci- fied. The Contractor shall place no further orders nor incur any further costs for the terminated parts of the Work. The Contractor shall further ter- minate all orders and subcontracts relating to the terminated part of the Work. The Owner shall pay the Contractor for the value of the Work terminated as completed to the termination date together with a reasonable profit on the I/ completed Work, but no damages or costs or lost profits. Disposition of the completed parts of the terminated work, materials, equipment and other tang- ible property shall be made as agreed upon by the Owner and Contractor. The title to any property and materials retained by the Owner shall accrue to the Owner immediately upon payment by the Owner to the Contractor. 12.4 CONTRACTOR MAY STOP WORK OR TERMINATE I If, through no act or fault of Contractor, the Work is suspended for a period of more than ninety days by Owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within thirty days to pay Contractor any sum finally determined to be due, the Con- tractor may, upon seven days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all Work executed and any ex- 11 pense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor 11 may upon seven days' notice to Owner and Engineer stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve Contractor of his obligations to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with Owner. SECTION 13 MISCELLANEOUS 13.1 LIMITATION OF LIABILITY In no event, either as a result of breach of contract, negligence, or other- wise, shall the Owner or Engineer or their agents or Employees be liable for damages or loss of profits, loss of use, loss of revenue, loss of bonding ca- pacity, or any other special, indirect or consequential damages of any kind. To the extent the Contract Documents allow any liability to be imposed, the total liability of the Owner and Engineer for any loss, claim, or damage aris- ing out of this agreement or the performance or breach thereof, shall be lim- ited to the value of the work performed. I - 48 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I 13.2 REMEDIES The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor herein and all of the rights and remedies available to Owner and 1/ Engineer thereunder, shall be in addition to, and shall not 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 law or contract, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph shall be as effective as if repeated specif- ically in the Contract Documents in connection with each particular duty, ob- ligation, right and remedy to which they apply. All representations, warran- t ties and guarantees made in the Contract Documents shall survive final payment and termination or completion of this Agreement. 13.3 PUBLIC CONVENIENCE The Contractor shall at all times so conduct his work as to insure the least possible obstruction to traffic and inconvenience to the general public and I/ the residents in the vicinity of the Work, and to insure the protection of persons and property. No road or street shall be closed to the public except with the permission of the Owner and proper governmental authority. Fire hydrants on or adjacent to the Work shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by the Contractor to insure the use of sidewalks and the proper functioning of all gutters, sewer inlets, drainage ditches and irrigation ditches, which shall not be obstructed. 13.4 CROSSING UTILITIES, ETC. I/ Where the prosecution of the Work results in the crossing of highways, rail- roads, streets or utilities under the jurisdiction of state, county, city or ' other public or private entities, the Contractor shall secure written permis- sion from the proper authority to cross said highway, railroad, street or utility before further prosecuting the Work. A copy of the written document granting permission shall be filed with the Owner and Engineer before any Work I/ is done. The Contractor shall be required to obtain a written release from the applicable authority upon completion of the Work. A copy of this written release shall be filed with the Owner and Engineer before final acceptance of the Work is granted. 13.5 SANITARY PROVISIONS I/ The Contractor shall provide and maintain such sanitary facilities for the use of his employees and those of his Subcontractors as may be necessary to comply with the laws, rules or regulations of the Federal, State and local govern- ments, or agencies or departments thereof. I/ 11\90-356GENRL 49 I/ Copyright 1990 Bonestroo, Rosene, Anderlik & Associates, Inc. I 1 13.6 PRESERVATION OF HISTO RICAL OBJECTS 13.6.1 Where historical objects of potential archeological or paleonto- logical nature are discovered wiontractor shall restrictthin the areas on h ore suspendhir's si operations are in progress, the Cto operations in the l�oblects until the Owner dhasomade arrangmentsas may be rieforsatheir preserve the discovered j disposition or has recorded the desired data relative thereto. 13.6.2 The Contractor shall immediatelynotifye O neris f being yphistorical objects he may discover or become aware of as Workdecided upon, as may be 11 and shall . .aid in the preservation and salvage programrs to requested or ordered by bee Owner. No withoutrk icthehwrittene rauthorizationeof the be Extra Work shall p Owner. rac 13.6.3 The Ownersnllthehave immediaright area restrict historicalenobjects are t dis- tors operationsns i covered for a period not to exceed 72 hours, without claim being made by the Contractor for any amaanot remain might in effect for as result period texceeding A72 restrictions imposed shall hours unless mutually agreed to in writing. 13.7 USE OF PREMISES Contractor shall confine construction equipment, the storage of materials and and and the operations of workmen to areas permitted by law, permits or the requirements of the Contract Documents, and shall not unreason- ably encumber the premises with construction equipment or other materials or equipment. I 1 1 1 I 1 11 - 50 - 11\90-356GENRL Copyright 1990 Bonestroo, Rosene, Anderlik 11 & Associates, Inc. FORM OF AGREEMENT THIS AGREEMENT,made and signed this18thay of April 19 9,loy and between City of Oak Park Heights , hereinafter called the "Owner", and Tower Asphalt. Inc. ,hereinafter called the "Contractor". THIS AGREEMENT WITNESSETH, that the Owner and the Contractor, for the consideration hereinafter stated, agree as follows: ARTICLE I. The Contractor hereby covenants and agrees to perform and execute all the provisions of the plans and specifications as prepared by Bonestroo, Rosene, Anderlik&Associates, Inc., of St. Paul,Minnesota, and indicated below under ARTICLE IV, as provided by the Owner for: Valley View Estates -Phase II r- and to do everything required by this Agreement and the Contract Documents. ARTICLE II. The Contractor agrees that the Work fully and satisfactorily completed on or before as specified ctemplated by this Contract shall be 19 ARTICLE Ill. The Owner agrees to pay and the Contractor agrees ept payment in accordance with the prices bid for the unit or lump sum items as set forth intheconformed copy of Proposal Form hereto attached, which prices shall conform to those in the accepted Contractor's Proposal on file in the Office of the Clerk. City of Oak Park Heights, the B. aggregate of which prices, based on the approximate schedule of quantities, is estimated to be - $ 259.194.42 . ARTICLE IV. The Contract Documents shall consist of the following component parts: (a) Drawings (b) Specifications .(1) Bid DocumentsAdv ( ertisement, Addenda, Information to Bidders, Proposal and Bid Security); (2) Special Provisions; • (3) General and Specific Requirements; (4) Conditions of the Contract (General and other conditions); (5) Performance and Payment Bond; (6) Agreement; (7) Detail Plates and other drawings attached to specifications; I Copyright 1992 ' Bonestroo,Rosene,Anderlik &Associates,hu. - 51 - I This Agreement, together with the documents hereinabove mentioned, form the Contract and all I.- documents are as fully a part of the Contract as if attached hereto or herein repeated. IIN WITNESS WHEREOF, the parties to this Agreement have hereunto set their hands and seals as of the day and year first above written. Attest: Il The City of Oak Park Heights (Seal) 1 By MAYOR IBy In the presence of: owj : .halt,Inc. CO. .'ACTOR � _ —I � �..... ��!"'�OF .lam' By - • .%�/ ��_ 'ona_d 'ockin, Pr sident I i1 �/ `�\ 'L) By: / f TIME Gary E. Ba , Corporate Secretary ii 11- CERTIFICATE OF ACKNOWLEDGEMENT IState of Minnesota ) ) SS. I County of ) On this day of , 19__, before me personally appeared , to me personally known, being by me duly sworn, did say that he is the Mayor of the I City of , that the seal affixed to the foregoing instrument is the seal of saidCii ty of _, and that said instrument was executed on behalf of the City of by authority of its City I Council, and said City of acknowledged the instrument to be the free act and deed of said I (Notarial Seal) Notary Public 1 Copyright 1992 I Bonestroo,Rosene,Anderlik &Associates,Inc. - 52 - I CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is individual or partnership) 1 State of Minnesota ) it ) SS. County of ) On this day of , 19_,before me personally appeared to me personally known to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same as the free act and deed of the individual. (Notarial Seal) INotary Public I 111/ CERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) I. State of Minnesota ) I ) SS. County of Hennepin) IOn this 18tgay of April , 1995, before me personally appeared Ronald L. Hockin and Gary E. Ballo me personally known who, being by me duly sworn, each did say that they are respectively thepresident and I Corporate SecretaryfTOWER ASPHALT, I, hat the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was executed in behalf of the corporation by authority of its Board of Directors and said Ronal d L. Hockin and Gary E. Ba 1 k acknowledged the instrument to be the free act and deed of the corporation. ININANyvvvvvv = (Notarial Seal) ,-,,,; '" , B. E.IIIERSON • iy' �r . ' NOTATIY PUBLIC-MtNNEBOTA N Ub11C I , �� HENNEPIN COUNTY ary "'-: : t• My Commiulon Expires Jan.31,2000 wr tr I Copyright 1992 I Bonestroo.Rosene,Andcrlik &Associates.Inc. - 53 - I i BOND NO. JP 7213 i PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that Tower Asphalt. Inc. as Principal (hereinafter called Contractor) and, ST. PAUL FIRE AND MARINE INSURANCE COMPANY as Surety (hereinafter called Surety) are held and firmly bound unto City of Oak Park Heights as Obligee(hereinafter called Obligee)in the amount of Two hundred fifty-nine thousand. one hundred undyed ninety-four&42/100 Dollars($259.194.42 ),for the payment whereof Contractor and Surety bind themselves, their heirs,executors,administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated April 18, , 1995 entered into a contract with the Obligee for construction of Valley View Estates - Phase II in accordance with Drawings g Specifications prepared by Bonestroo.Rosene. Anderlik&Assoc.. Inc. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract in conformance with the Contract Documents, and all guaranty, indemnity and warranty obligations specified therein, and shall promptly and faithfully I remedy any breach of its obligations under the Contract Documents discovered within the time limits set by statute for commencement of actions, and shall pay any damages for unexcused late completion, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration, changes or extension of time made by the I.. Obligee. Whenever the Contractor shall be, and declared by the Obligee to be in default under the Contract, the Surety may promptly remedy the default, or shall promptly: (1) Complete the Contract in accordance with its terms and conditions, or if appropriate, r I Copyright 1992 aunestroo,Rosene,Anderlik &Associates,Inc. - 54 - I 1 (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Surety, and Surety shall pay such bidder pursuant to such contract, while the Obligee shall pay the Surety the cost of completion, up to but not exceeding the balance of the contract price. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by the Obligee to Contractor under the Contract and any amendments thereto, less the amount paid by the Obligee to Contractor, of if appropriate, 1 (3) Promptly pay such sums to the Obligee as the Obligee may be entitled from m the Contractor under the Contract Documents, or for the breach thereof, but not exceeding the amount set forth in the first paragraph hereof. The surety agrees to be bound by any award granted to the Obligee against the Contractor in arbitration or judicial proceedings commenced pursuant to the Contract Documents. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the successors of the Obligee. Signed and sealed this l84ky of April , 19 95 To . - • sph Inc. Con �� � By .,,,•,•4111110111111111111 / Signature Ronald L. Hockin (Typed or Printed name of Signer) Title President Wi By ' % /111111? Signture ' Gary E. Balk (Typed or Printed name of Signer) ' Title Corporate Secretary Copyright 1992 Oonestroo,Rosen,Anderlik Nt Associates,Inc. - 55 - 1 ' (If the contractor is a partnership or joint venture, all partners or co-venturers must execute this Bond.) ST. PAUL FIRE AND MARINE INSURANCE COMPANY Surety Burnt Mills Road & Rte. 206, P.O. Box 751 ' Address Bedminster, NJ. 07921 (612) 835-3050 (Local) Phone No. 0(3.Gir? ><tness By Signal= John E. Tauer (Typed or Printed name of Signer) Title Attorney-in-Fact 150 S. 5th Street, Ste. 2000 Minneapolis, MN. 55402 (Local Address&Telephone Number) (612) 339-7467 (The attorney-in-fact shall attach hereto a copy of his power of attorney or other document which authorizes him to act on behalf of and to bind the surety.) I • • I 1 I Copyright 1992 ' Bonestroo,Roselle,Anderlik &Associates,Inc. - 56 - I . CERTIFICATE OF ACKNOWLEDGMENT BY PRI NCIPAL (For use where Contractor is individual or partnership) State of Minnesota , ) I . , SS. County of ) IyOn this day of , 19 , before me personally to me known to be theperson appeared acknowledged that_he_ xecuted the same as the frree act and deed of the ndividual.d in and who executed the oing bond, and r I (Notarial Seal) Notary Public ICERTIFICATE OF ACKNOWLEDGMENT (For use where Contractor is a corporation) State of Minnesota ) I ) SS. County of Hennepin ) I On this 1$Lhday of April and Gary E. Balk 19 9�before me personally appeared Ronald L. Hockin , to me personally known who, being by me duly sworn, did say that they are 11 respectively the President andCorporate Secretg€y TOWER ASPHALT, INC. to the foregoing instrument is the corporate seal of said corporation, thdt the seal affixed executed in behalf of the corporation by authority of its Boardf Directors, and saiddRona 1d LL..eHock wasnt and Gary E. Ba1k acknowledged the instrument to be the free act Pd n' it . d corporation. " ` B. E.IVERSON z Not Pu (Notarial Seal) x,tiourr`;'PUBLIC-MINNESOTA Public I e , ,, .:; HENNEPIN COUNTY '.+:•-; < Commlesion Expires Jan.31,2000 ST. PAUL FIRE AND iv, . i`1°A1. , , ;,.,, .; .r, x Burnt Mills Road & Rte. 206, Bedminster, NJ IFull Name of Surety Company Home Office Address 07921 Cobb Strecker Dunphy & Zimmermann 150 S. 5th Street, Ste. 2000, Mpls, MN. 55402 Full Name of Surety Co. Name of Local Agency Address of Local Agency I If this bond is executed outside of the State of Minnesota,it must be countersigned on the Performance I Bond by a Minnesota resident agent of the Surety. Company. Na. Name of Agent Affixing Countersignature Address I MEMORANDUM: Affix here Power of Attorney and Acknowledgement of Corporate Surety. I I Copyright 1992 Bone,troo,Rosene,Anderlik &Abaociatea,Inc. - 57 - r I BOND NO. JP 7213 JI LABOR AND MATERIAL PAYMENT BOND IKNOW ALL MEN BY THESE PRESENTS: that Tower Asphalt. Inc. ST. PAUL FIRE AND P as Principal, (hereinafter called Contractor) and, MARINE INSURANCE COMPANY as Surety (hereinafter called Surety) are held I and firmly bound unto City of Oak Park Heights as Obligee (hereinafter called Obligee) for the use and benefit of claimants as hereinbelow defined, in the amount of Two hundred fifty-nine thousand, one I hundred ninety-four&42/100 Dollars($ 259.194.42 ),for the payment whereof Contractor and Surety bind themselves, their heirs,executors, administrators, successors and assigns,jointly and severally,firmly I by these presents. WHEREAS, Contractor has by written agreement dated April 18, 19,%tered into a contract with Obligeefor constructionin of Valley View Estates - Phase II in accordance with Drawings and ISpecifications prepared by Bonestroo. Rosene. Anderlik & Associates. Inc. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. INOW, THEREFORE,THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or Ireasonably required for use in the performance of the Contract and shall keep the Project free and clear of all liens as provided in the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject,however, to the following conditions: I1. Claimant is defined as one permitted by applicable law to file a Public Contractor's Bond claim for labor,material, or both, used or reasonably required for use in the performance of the Contract, labor I and material being construed to include without limitation that part of water, gas, power,light, heat, oil, gasoline, telephone service,rental of equipment, insurance premiums, taxes, and any items for which a claim or lien may be filed against the Obligee under the applicable law. I 2. The above named Contractor and Surety hereby jointly and severally agree with the Obligee that every claimant as herein defined, who has not been paid in full may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sums as may be justly due claimant, and have • execution thereon. The Obligee shall not be liable for the payment of any costs or expenses of any such suit. I 1 Copyright 1992 - I Bonesuoo,Roselle.Antierlik &Associates,Inc. - 58 - I r 3. No suit or action shall be commenced hereunder by any claimant: (a) Unless claimant shall have filed a public contractors bond claim in the form and within the time provided under applicable law,or (b) After expiration of time for enforcement of a public Contractors bond claim by legal action. l 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. 5. The Contractor and Surety shall keep the Project free and clear of liens and shall promptly remove any and all liens filed against the Project by claimants. g- 6. The Obligee's right of action on this bond, or for the breach thereof,shall not be limited by the conditions set forth in paragraphs 1 through 3 above. Tow_sidiagerf Inc. ont to By 101110rev, Signature Ronald L. Hockin (Typed or Printed name of Signer) Title President -'fitness By ilyt,,,,(62 etp;,e_. - 1111 Signture Gary E. Balk (Typed or Printed name of Signer) Title Corporate Secretary I (If the contractor is a partnership or joint venture, all 1 partners or co-venturers must execute this Bond.) 1 Copynght 1992 ' Bontztroo,Roselle,Anderlik 8c Associates,lac. - 59 - I I • (If the contractor is a partnership orjoint venture, all J partners or co-venturers must execute this Bond.) rST. PAUL FIRE AND MARINE INSURANCE COMPANY Surety Burnt Mills Road and Rte. 206, P.O. Box 751 Bedminster, NJ. 07921 Address (612) 831-3050 (Local) Phone No. ,w)kzst*io..)(2r____ g . Witness B - y / .�_ Signture Tohn E. Tauer (Typed or Printed name of Signer) Title Attorney-in-Fact 150 S. 5th Street, Ste. 2000 Minneapolis, MN. 55402 (Local Address&Telephone Number) (612) 339-7467 (The attorney-in-fact shall attach hereto a copy of his power of attorney or other document which 111- authorizes him to act on behalf of and to bind the surety.) • I I I I Copyright 1992 - ' Booestroo,Roscoe,Anderlik &Associates,Inc. - 60 - 1 I- I9 - •aur•saiaraossy 7s,, I 1rpapuy**mow'on mama Z661 11121.141:10D I •/Goons airaodro0 Jo ivaurapaiMoury pur Aauroiid 3o aamod crag xrj :JAIFICENVITOPNI9INT III Q ssarppd amiru2rsraiuno0 2upcujv ivagy3o aurrN 'V/N ,r0 •curdmoD •iciarns am jo mar ivaprsai riosauuq, r Aq puog aouruiaOpad am uo pau2isJaiunoo aq Ism it`riosauury, Jo ams am Jo amino painoaxa s!puoq sltii31 AouaRV Irao-1 Jo ssampv Aaua2 d pool jo aumN •00 darns jo auJrN prig Z04755 'NW `sTdid `000Z 'a3S `aaaalS 1.13g 'S OST uusmzammTZ 29 6rgduna aaxoaaas, ggo0 ssarppd aop3O aui°H Aurduro I Ofoaan SjoamrNprig TZ6L0 'fN `aaasuTmpag �j00 80NVIMSNI 3.NI (1,r Dila 'IfiVd •ZS TSL xog '0'd `90Z 'gag Pus PaolisTTtw awing '� 000z't6'Ulf nuldr3 01881u0e03 a (raS IE. oN1NfOo Ntd3NNH 14 ; 1 )orgn}j A.1riON V1OS3NNN-0118114ALVION ' ' .` �'V N ; NOSt13A1 '38 •uorro oo p ioai3 am aq of luau ' . I._ `; _ . tt 1le>3 •3r� pur u L)1ooH •1 P leuob pies pur `saoiaanU Jo pIrog sit jo iiuoginp. Aq uopr.rod.roo am jo 31rgaq ur painoaxa sem ivauiruisui prs imp pur `uoprzodaoo 0 pins jo !mos airrodtoo am si ivaurn.risui 2uro2aroJ am of paxrjjr iras am intp • 'SNI 111/HdSF/ 213M01 �Cianrioadsar arr�Ca 1 it Ars J° `�Creq.aroaS a�erodroa pur p.uap Lsard agi g imp pip `caroms iQnp aur Aq 2uraq `oqm umOmm Apruosaad aur of ' Pm u«!3 H •-! p[euoa pan:addr Aiiruosaad ama of q 56 61 ' TTzd JO A lea •3 Ar e0 � �8 T �i u0 ( uTdeuuag 3o AiunoO i 'Ss ( (uopraodaoo r Si aolaraiuo0 wawa asn Jog) ( riosauuryuo Owls1111 1.NHINOCI3"IMONDIOy dO 3,wp dLL2ig0 Gros Irurio t I o?Tgnd �tarioN ISI) I •[rnpinrpur alp jo poop pur for oar;am sr gurus agi painoaxa–aq—iuui pa parmouxor pur. `puoq 2uio2aioi am painoaxa oqM pur car paquosap uosiad am aq 01 uMoux aur 01 pgiraddr Alinuosrad aur arojaq `-6I ' jo sgp u ( 3o Aiuno3 I 'SS ( siauurd so n rnr cat Siioioraiuo0 aragM asn so( riosauury�i�o airiS TE P. P g) :�� (dTg T'dI3N 1Id A8 INMAIDQd'IMONNDV dO d<LVDT 1.1,1140 I IheStRiut ST.PAUL FIRE AND MARINE INSURANCE COMPANY „ CERTIFICATE OF Surety 385 Washington Street,St.Paul,Minnesota 55102 AUTHORITY NO. CERTIFIED For verification of the authenticity of this Power of Attorney,you may telephone toll free 1-800-421-3880 and ask for COPY NO. the Power of Attorney Clerk.Please refer to the Certificate of Authority No.and the named individual(s). F-11771 GENERAL POWER OF ATTORNEY- CERTIFIED COPY It OO.1 3 0 5 (Original on File at Home Office of Company. See Certification.) KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,a corporation organized and existing under the laws of the State of Minnesota,having its principal office in the City of St.Paul,Minnesota,does hereby constitute and appoint: Bruce N. Telanc9er, R. W. Frank, John P. Martinson, Gary S. Soderberg, R. Scott Egginton, Donald R. Olson, Dennis J. Linder, John E. Tauer, Mary L. Charles, individually, Minneapolis, Minnesota its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute,rule, regulation, contract or otherwise, NOT TO EXCEED IN PENALTY THE SUM OF PIFTY MILLION DOLLARS`($50,000,000)EACH and the execution of all such instruments)in pursuance of these presents,shall be as binding upon said St.Paul Fire and Marine Insurance Company,as fully and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed,and may be certified to and may be revoked,pursuant to and by authority of Article V,-Section 6(C),of the By-Laws adopted by the Shareholders of ST,PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 28th day of April,1978,of which the following is a true transcript of said Section 6(C): "The President or any Vice President,Assistant Vice President,Secretary or Service Center General Manager shall have power and authority (1) To appoint Attorneys-in-fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and (2) To appoint special Attorneys-in-fact,who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this section and/or any of the By-Laws of the Company,and (3) To remove,at any time,any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him." Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 5th day of May,1959,of which the following is a true excerpt: "Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." 000ilbeio IN TESTIMONY WHEREOF,St.Paul Fire and Marine Insurance Company has caused this instrument to be signed and its corporate �s,*SHE 4� seal to be affixed by its authorized officer,this 30th day of November,A.D.1990. z ST.PAUL FIRE AND MARINE INSURANCE COMPANY lki rysu� ''co' STATE OF NEW JERSEY l ss. �� uog,p,„ �' County of Sommerset f MICHAEL B.KEEGAN,Secretary On this 1st day of February 19 94 , before me came the individual who executed the preceding instrument, to me personally known,and,being by me duly sworn,said that he/she is the therein described and authorized officer of St.Paul Fire and Marine Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company;that the said Corporate Seal and his/her signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal,at the township of Bedminster,New Jersey,the p spryll day and year first above written. i if Nozir Tt.). ...., _,..iin,,m4.410740711rorjer„,4101,-) LINDA SM ' -'S,Notary Public,Middlesex NJ My Commission Expires December 16,1996 CERTIFICATION I,the undersigned officer of St.Paul Fire and Marine Insurance 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 FILE IN THE HOME OFFICE OF SAID COMPANY,and that the same 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 set my hand this I w4a1 i4a `,,' ' 18th April 95 4c,,,A....._ �u A cE day of P ,19 MICHAEL W.AN, RSON,Asst.Secretary Only a certified copy of Power of Attorney bearing the Certificate of Authority No.printed in red on the upper right corner is binding.Photocopies,carbon copies or other reproductions of this document are invalid and not binding upon the Company. ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. 29550 Rev.6-94 Printed in U.S.A. CERTIFICATE OF INSURANCE - WORKERS' COMPENSATION & LIABILITY ONLY This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend or alter the cov4rage afforded by the policies listed below. Limits shown may have been reduced by paid claims. Project: VALLEY VIEW ESTATES-PHASE II,UTILITY AND STREET IMPROVEMENTS Certificate Holder: CITY OF OAK PARK HEIGHTS Address: 14168-57TH STREET N. OAK PARK HEIGHTS MN 55082 Arch/Engr: Insured: TOWER ASPHALT, INC. Address LAKELAND, MN 55043 Agent: COBB STRECKER DUNPHY & ZIMMERMANN, INC. Address 150 SO. 5th ST., SUITE 2000 MINNEAPOLIS, MN, 55402 WORKERS' COMPENSATION Policy No. 129941677 Effective Date 05/01/94 Expiration Date 05/01/95 Insurance Company TRANSPORTATION INSURANCE CO. COVERAGE - Workers' Compensation, Statutory. Employers' Liability Limit $100,000 Each Accident $500,000 Disease Policy Limit $100,000 Disease Employee Limit GENERAL LIABILITY Policy No. 129941646 Effective Date 05/01/94 Expiration Date 05/01/95 Insurance Company TRANSCONTINENTAL INSURANCE CO. ( ) Claims Made (X) Occurrence ( ) Owner's & Contractor's Protective ( ) Other LIMITS: General Aggregate Limit (Other Than Products - Completed Operations) $1,000,000 Products - Completed Operations Aggregate Limit $500,000 Personal & Advertising Injury Limit $500,000 Each Occurrence Limit $500,000 COVERAGE PROVIDED: Operations Of Contractor YES Governmental Immunity Is Waived YES Operations Of Sub-Contractor(Contingent) YES Property Damage Liability Includes: Does Personal Injury Include Damage Due To Blasting YES Claims Related To Employment? YES Damage Due To Collapse YES Completed Operations/Products YES Damage Due To Underground Facilities YES Contractual Liability (Broad Form) YES Broad Form Property Damage YES Exceptions: AUTOMOBILE LIABILITY Policy No. 129941663 Effective Date 05/01/94 Expiration Date 05/01/95 Insurance Company TRANSPORTATION INSURANCE CO. (X) Any Auto (X) All Owned Autos ( ) Scheduled Autos (X) Hired Autos (X) Non-Owned Autos LIMITS: Bodily Injury $ Each Person $ Each Occurrence -OR- Property Damage $ Each Occurrence Combined Single Limit $1,000,000 Each Occurrence Exceptions: UMBRELLA EXCESS LIABILITY Policy No. 129941680 Effective Date 05/01/94 Expiration Date 05/01/95 Insurance Company TRANSCONTINENTAL INSURANCE CO. LIMITS: Single Limit Bodily Injury $2,000,000 Each Occurrence And Property Damage $2,000,000 Aggregate COVERAGE PROVIDED: Applies in excess of the coverages listed above for Employers' Liability, General Liability, and Automobile Liability. YES Are any deductibles applicable to bodily injury or property damage on any of the above coverages? If so, list. NO Amount $ AGENT CARRIES ERRORS AND OMISSIONS INSURANCE? YES Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice to the parties to whom this certificate is issued. Dated at Minneapolis, MN On &4/19/9 By / '' / A Certificate No.00019086 01111411811ti I1 SUITE 2000,0 SOUTH FIFTH STREET /NMI a •LIS,MN 554011 f • • 4C731. "7...7=6.1714=11. OF COQ OR= sum.. 5 :a of Minnesota ) )ss. Oa 18th dzpos April 19 95 Cz= e! Hennepin ) beeore ce zppezred John E. Tauer . co me pe=sea 22 fce:.Z, 7be, being by me duly slow, did sap zbztbe is :.be • A,.:c-?e,i - ae� c= ST. PAUL FIRE AND MARINE INSURANCE COMPANY z ca:,e====c=, =.:z= se.z_ 4_zed a :.be :cz oga=g _s--.tee:: is e =a-po_acz sea? a= szid ear.?o=a_:c:: zz•zd =.a= szid i=s====,-.: rzs ez:_ced bebL o szid c.- or7 ca by z_c::c=:y a= -=s 3 a d e= .D:__ s; =d -tea= szid John E. Tauer acimr.oL*-ed :C s.:i'd ms•s..--.==.: :O be `.t --ee a : zzzd deed Oz szid c.^.=7c_z:i n. e a No.-..z...7 = 7:C w—..l x 'rta' B. E.IVERSON .17C-7'..:=mss_= e:: :..:-.1'S 10:'-'14 y. NOTARY PUBLIC•MINNESOTA SHENNEPIN COUNTY ' ;" My Commission Ex$,u Jan.31,2000 • y NAAnnionAAAAAAAAAAAAAAAAPst