Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Untitled (2)
1 I ACT COQ S 00CUMEN City of Oak Park Heights 1 I ' Project Manual For 2015 Street Reconstruction Area D I Prepared for: ' City of Oak Park Heights, Minnesota I I I I Stantec ' 1 ICONTRACT February 2015 Stantec Project No. 193801994D DOCUMENTS 1 I/ . Owner: City of Oak Park Heights, P.O. Box 2007,Stillwater,MN 550. Date April 23,2015 I CP Stantec Contractor: A-1 Excavating, Inc.,408 26th Ave., Bloomer,WI 54724 Bond Co:Western Surety Co.,333 S.Wabash Ave.,Chicago, IL 60604 Bond No:929591853 CHANGE ORDER NO. 1 2015 STREET RECONSTUCTION-ALTERNATE NO.5 ONLY STANTEC PROJECT NO. 193801994D IDescription of Work This Change Order provides for adjustments to Contract Quantities for Alternate No.5-Osman,64th,Ozark Street Improvements which allows for the construction of Osman Avenue only,Oak Park Heights portion. This Change I Order also provides that the City of Oak Park Heights can add Alternate No.3-Oren Avenue Watermain to the Contract via Change Order,at a later date,should the City so choose,without modifications except for Start and Completion dates and without penalty. Project has not been awarded,therefore this Change Order references Bid Tab Submitted by A-1 Excavating,Inc. I for Alternate No.5 of$210,907.10. With an additional reference for Bid Tab Quote for Alternate No.3 of $87,507.00. I Contract Unit Total No. Item Unit Quantity Price Amount CHANGE ORDER NO. 1 Ii MOBILIZATION LS 0 2750.00 $0.00 2 TRAFFIC CONTROL LS 0 1700.00 $0.00 3 TEMPORARY MAIL LS 0 1000.00 $0.00 .4 INLET PROTECTION EA 0 130.00 $0.00 5 SILT FENCE,TYPE MACHINE SLICED LF 0 2.00 $0.00 6 REMOVE TREE EA 2 (610.00) ($1,220.00) . 7 REMOVE BITUMINOUS PAVEMENT SY 3910 (1.60) ($6,256.00) 8 SAWING BITUMINOUS PAVEMENT-STREET LF 270 3.00 $810.00 I 9 REMOVE CONCRETE CURB&GUTTER LF 3105 (2.30) ($7,141.50) 10 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 2550 (1.00) ($2,550.00) 11 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 505 (1.00) ($505.00) 12 REMOVE GRAVEL DRIVEWAY SF 300 (1.00) ($300.00) I 13 COMMON EXCAVATION (P) CY 1650 (11.00) ($18,150.00) 14 SUBGRADE EXCAVATION CY 1070 (6.25) ($6,687.50) 15 AGGREGATE BASE,CLASS 5 TN 155 (10.00) ($1,550.00) 16 SELECT GRANULAR BORROW (MODIFIED) TN 730 (9.75) ($7,117.50) I 17 GEOTEXTILE FABRIC TYPE V SY 910 (2.00) ($1,820.00) 18 4"PVC PERFORATED DRAIN TILE,WITH COARSE ($480.00) FILTER AGGREGATE AND FILTER FABRIC LF 40 (12.00) 19 BITUMINOUS MATERIAL FOR TACK COAT GAL 182 (2.25) ($409.50) I 20 TYPE SP 12.5 NON-WEARING COURSE MIXTURE ($21,056.00) (2.B1 TN 376 (56.00) 21 TYPE SP 12.5 WEARING COURSE MIXTURE (2,C) TN 376 (58.50) ($21,996.00) 22 TYPE SP 9.5 BITUMINOUS MIXTURE FOR ($6,480.00) DRIVEWAYS 12.8) TN 54 (120.00) 23 6 INCH CONCRETE DRIVEWAY SF 505 (7.80) ($3,939.00) 24 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 2170 (11.20) ($24,304.00) 25 HYDROSEED WITH MULCH SY 4110 (1.40) ($5,754.00) I 26 SELECT TOPSOIL BORROW , TN 950 (0.01) ($9.50) 27 12"SOLID WHITE STOP BAR LF 29 (8.00) ($232.00) 28 WATER FOR DUST CONTROL MG 40 (40.00) ($1,600.00) 29 STREET SWEEPER (WITH PICKUP BROOM) HR 3 (130.00) ($390.00) I 30 ADJUST VALVE BOX EA 2 (75.00) ($150.00) 31 CONNECT TO STRUCTURE (DRAINTILE) EA 2 (70.00) ($140.001 TOTAL CHANGE ORDER NO. 1: ($139,427.50) 1 I I193801994-D CHOI.xlsm 1 Original Bid Tab Amount for Alternate No. 5 $210,907.10 Previous Change Orders $0.00 This Change Order ($139,427.50) IRevised Contract Amount (including this change order) $71,479.60 CHANGE IN CONTRACT TIMES IIIOriginal Contract Times: Substantial Completion (days or date): IReady for final Payment (days or date): Increase of this Change Order: ISubstantial Completion (days or date): Ready for final Payment (days or date): IContract Time with all approved Change Orders: Substantial Completion (days or date): IReady for final Payment (days or date): Recommended for Approval by: STANTEC e4/4 1 Date: 4/23/2015 Approved by Contractor: Approved by Owner: IR A-1 EXCAVATING, INC. CITY OF OAK PARK HEIGHTS I IDate Date • I I cc: Owner I Contractor Bonding Company Stantec • I 193801994-D CHO1.xlsm DOCUMENT 00 91 13 ADDENDUM 1 2015 STREET RECONSTRUCTION-AREA D ' PROJECT NO. 193801994 OAK PARK HEIGHTS, MINNESOTA ' March 3, 2015 ' Number of Pages: 33 (includes this sheet) ' To: All Planholders of Record From: Stantec 2335 Highway 36 West St. Paul, Minnesota 55113 (651) 636-4600-General Office (651) 967-4619-Cristina Mlejnek, Project Manager ' cristina.mlejnek @ stantec.com I The following changes, additions, and deletions are hereby made a part of the Bidding Documents. Bidder shall acknowledge receipt of this Addendum on the Bid Form. Failure to do so may result in rejection of the Bid. IPlease acknowledge receipt of this Addendum by signing and emailing this page back to Stantec at cathy.white @stantec.com as soon as you receive it. Company Name Date 1 ADDENDUM A ©2014 Stantec 1 193801994 0091 13-1 • • DOCUMENT 00 41 10-BID FORM 1. Delete this Document in its entirety and add the attached Document. ' SECTION 02 41 13-SELECTIVE SITE DEMOLITION 1. Page 02 41 13-1.Delete Paragraph I.02.A.2.a and Paragraph 1.02.A.2.d in their entirety. g tY. SECTION 3123 00 EXCAVATION AND FILL ' 1. Page 31 23 00-1,delete Paragraph 1.02.A.2 and replace with the following: 2. A Bid Item has been provided for Common Excavation (P).Measurement will be by '. volume of material in its original position, based on pre-construction cross sections and the design grading grade profile as shown in the Drawings as performed by the Engineer. Quantity shall be calculated and computed as indicated in the Drawings. I Payment will include placing and compacting suitable material on Site and disposal of excess material off Site.Miscellaneous landscaping and retaining wall removals required to construct the Work such as landscape rock,fencing, mulch,edging, block, yard signs, plantings,etc.,as encountered within the right of way are considered incidental to this line item. 2. Page 31 23 00-1, 1.02.A. Add the following items after Item 6,changing Item 7 to Item 10: ' 7. A Bid Item has been provided for Common Excavation-Infiltration Feature. This item is intended for the construction of one or two features located as shown on the drawings I in the event import material is required to meet drawn down requirements. Measurement shall be by the Cubic Yard of material in its original position excavated above the grading grade,and will be based on field measurements taken by the I Engineer and verified by the Contractor. Payment at the Bid Unit Price shall be considered compensation in full for all costs of excavation to the grading grade, placement of excavated material in fill areas,and removal and disposal of excess excavated material off of the Site. 8. A Bid Item has been provided for Select Granular Borrow(CV) -Infiltration Feature. This item is intended for the construction of one or two features located as shown on the drawings in the event import material is required to meet drawn down requirements. I Measurement will be by the Cubic Yard of material.compacted in place based on field measurements taken by the Engineer. Payment shall include all costs related to furnishing and installing the material as specified. 9. A Bid Item has been provided for Select Granular Borrow Modified (CV)-infiltration I Feature. This item is intended for the construction of one or two features located as shown on the drawings in the event import material is required to meet drawn down II requirements. Measurement will be by the Cubic yard of material compacted in placed based on field measurements taken by the Engineer. Payment shall include all costs related to furnishing and installing the material as specified. • 3. Page 31 23 00-2, 1.07 SEQUENCING AND SCHEDULING, add the following after Paragraph C: D. Construct infiltration features as determined by Engineer after Drainage Swale Grading has been performed and draw down testing has determined imported materials are necessary. i ADDENDUM A 02014 Stantec 1 193801994 0091 13-2 1 r- 1 4. Page 31 23 00-3, 2.01 MATERIALS, add the following after 2.01.B: C. Select Granular Borrow (CV) -Infiltration Feature: Conform to MnDOT Spec.3149.2B. D. Select Granular Borrow Modified (CV) -Infiltration Feature: I 1. Thoroughly blended mixture of the following materials: a. Select Granular Borrow conforming to MnDOT Spec. 3149.2B (70 percent of • mixture) Ib. Compost conforming to MnDOT Spec. 3890.2B, Grade 2 Compost (30 percent of mixture). I5. Page 31 23 00-3, 3.03 EXCAVATION OPERATIONS, after Item 4: 5. After the infiltration feature exc v tion is complete and prior to placement of the Select Granular Borrow Modified, notify the Engineer 24 hours in advance for purposes I of inspection, measurement, and authorization to proceed with placement of borrow material. I6. Page 31 23 00-3, PART 3 EXECUTION, add the following after 3.07.A.4: 3.08. INFILTRATION FEATURES IA. Construct following placement of adjacent bituminous non-wearing course so as to minimize sediment accumulation from runoff and maximize the soil infiltration rates of the features. I B. Protect infiltration features from construction traffic to prevent unnecessary p compaction of the infiltrating soils. IC. Grade to the elevation sand dimensions shown on the typical sections and as shown on the Drawings,with allowances for specified borrow materials. , ID. Place Select Granular Borrow-Infiltration Feature material in excavated infiltration feature, from the grading grade to within 4 inches of finished grade: II4 1. Place material with tracked or light equipment, and in such a way to minimize the compaction of soils as directed by the Engineer. 2. Place Select Granular Borrow-Infiltration Feature in a dry condition to minimize compaction. I E. Place a 4-inch thick layer of Select Granular Borrow Modified-Infiltration Feature material up to the elevation of the adjacent curb cut as shown on the Drawings: 1. Place material with tracked or light equipment and in such a way to minimize the compaction of soils as directed by the Engineer. I 2. Place Select Granular Borrow Modified-Infiltration Feature in a dry condition to minimize compaction. 3. Hold top of Topsoil Borrow down 4 inches at the curb cut to allow proper drainage Iinto the feature when sod is installed behind the curb cut. F. Place 4 inches of topsoil borrow on remaining disturbed areas above the adjacent Icurb cut elevation. G. Restore infiltration p on features per Section 32 92 00. I ADDENDUM A ©2014 Stantec I 193801994 00.91 13-3 1 SECTION 32 92 00-TURFS AND GRASSES 1. Page 33 92 00-1, 1.02.A.Add the following items after Item 2,changing Item 3 to Item 4: 3. A Bid Item has been rovided for Sodding, Mineral Type. This Bid Item is intended P g Yp for use adjacent to Drainage Swale and/or Infiltration Feature curb inlets. Measurement will be based upon unites of square yards of sod installed complete I in place as specified, including soil amendments,furnishing and installing mineral sod,preparation of surface,and all incidental items associated with the work. The actual quantity installed multiplied by the appropriate Unit Price will be considered I payment in full for all work and costs of this Bid Item. 2. Page 32 92 00-2, PART 2 PRODUCTS.Add the following after 2.07: Mine ral Sod ' 2.08 SOD: Conform to MnDO T Spec.3878.2D e A. Shall endure normal handling without undue breading or tearing. 1 B. Uniform strips: 1. Width: 24 inches. 2. Length: 24 inch minimum. 3. Page 32 92 00-3,3.02.A.2,add the following item: 3. Dur i ng delivery: Protect sod from drying out. 4. Page 32 92 00-3 3.03 PREPARATION, add the following after 3.03.C.2: I D. Infiltration Features: 1. Excavation of infiltration features and placement of Select Granular Borrow I Infiltration Features and$elect Granular Borrow Modified-Infiltration Features shall be performed per Section 31 23 00 prior to the Work of the Section. 2. Prepare sub-soils to eliminate uneven areas and low spots. Maintain lines,levels, profiles,and contours. Make changes in grade gradual. Blend slopes into level areas. • 3. Remove foreign materials, undesirable plants and their roots. Do not bury foreign material beneath areas to be landscaped or restored. Remove contaminate sub- soil. 4. Blend transition between sod and seed areas to provide a seamless,smooth , transition. The od shall not "stick up" above the level of the topsoil in the seeded areas. 5. Round all slopes of infiltration features as shown on the Drawing sand as directed by Engineer. 6. Protect infiltration feature from construction equipment traveling through the feature and compacting the soils. 5. Page 32 92 00-3 3.04 SOWING SEED add the following paragraph: D. INFILTRATION FEATURE SEEDING 1. Place a 4-foot wide strip of sod adjacent to the curb inlet as directed by the Engineer. ' ADDENDUM A 4 2014 Stantec l 193801994 00 91,13-4 • I 2. Broadcast seed in all features. Broadcast seeding is performed either with mechanical "cyclone" seeders, by hand seeding, or by any other method that I scatters seed over the soil surface. It is essential that steps be taken to ensure good seed to soil contact when broadcast seeding is used. 3. Site Preparation-Prepare Site by loosening the Select Granular Borrow Modified- Infiltration Feature material to a minimum depth of 3 inches. It is critical that the I seed bed be loosened to a point that there are spaces for seed to filter into cracks etc., otherwise it may end up on the surface and wash away with the first heavy rain. I 4. Seeding Rates-Rates are specified in the mixture tabulation for the specified mix. 5. Harrowing-The feature should be harrowed or raked following seeding. 6. Block curb inlet with sediment control logs per Section 01 57 13 until seed has I established or as directed by Engineer. 7. Immediately following seeding, apply hydromulch. 6. Page 32 92 00-4, 3.07 MAINTENANCE, add the following Paragraph after 3.07.C: IIID. Any sod that does not show definite growth and establishment 45 days after installation . shall be replaced and established at the proper season by the Contractor at his-her Iexpense. 7. Page 32 92 00-4, add the following Article after 3.08.D: 1 3.09 PLACING SOD. A. Conform to MnDOT Spec. 2575.3F. SECTION 33 40 00 STORM DRAINAGE UTILITIES I1. Page 33 40 00-1, delete Paragraph 1.02.A.6 and add the following: 6. A Bid Item has been provided for Drainage Swale Grading. Payment shall be I Square Yard for grading work at infiltration swale locations as shown on the Drawings. Payment will include all costs to complete the grading,excavation,and removal of excess materials to provide appropriate drainage. DRAWING G0.01 - 1. Replace the Title Sheet Drawing with the attached Revised Drawing G0.01 R. IDRAWING G0.03 and G0.04 I 1 Replace the Construction Staging Plan Drawings with the attached Revised Drawings G0.03R and G0.04R. DRAWING G0.05 I1. Replace the General Notes Drawing with the attached Revised Drawing G0.05R. 1 DRAWINGS G0.06 and G0.07 1. Replace the Statement of Estimated Quantities Drawings with the attached Revised Drawings IG0.06R and G0.07R. ADDENDUM A I ©2014 Stantec 1 193801994 00'1 13-5 DRAWING C1.01 • 1. Replace the Typical Section Drawing C1.01 with Cl.01 R. DRAWING C1.03 1. Add Sheet C1.03 - Infiltration Feature Typical Section. Sheet C1.03 Storm Sewer Schedule has 1 been renamed Sheet C 1.04 Storm Sewer Schedule. DRAWING C4.01 through C4.10 - I 1. The following note has been added to the Watermain and Sanitary Sewer Improvements Drawings: EXISTING SANITARY SEWER IS VCP; PROCEED WITH COMMON NOT TO DAMAGE EX. SEWER. DRAWING C5.05 • 1. Replace Storm Sewer Improvements Sheet C5.05 with the attached C5.05R. LIST OF ATTACHMENTS 1. Document 00 41 10-Revised Bid Form. 2. Drawing G0.01 R. 3: Drawing G0.03R. • 4. Drawing G0.04R. 5. Drawing G0.05R. 6. Drawing G0.06R. 7. Drawing G0.07R. 8. Drawing C 1.01 R. 9. Drawing C1.03. 10. Drawing C5.05R. END OF DOCUMENT , ADDENDUM A 0 2014 Stantec 1 193801994 00 91 13-6 1 I IStantec BIDDER: DOCUMENT 00 41 10 I REVISED BID FORM REVISED BY ADDENDUM NO.1 2015 STREET RECONSTRUCTION-AREA D I PROJECT NO.193801994D OAK PARK HEIGHTS,MINNESOTA 2015 ITHIS BID IS SUBMITTED TO: City of Oak Park Heights 14168 Oak Park Boulevard IOak Park Heights,MN 55082 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing Iwith the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid,Bidder represents that: 1 A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: IAddendum No. Addendum Date 1 B. Bidder has yisited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that I may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. ID. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at,or contiguous to,the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at,or contiguous to,the Site (except Underground Facilities)which have been identified in SC-4,02,and (2)reports and drawings of IHazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so)all additional or supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions(surface, , I subsurface,and Underground Facilities) at,or contiguous to,the Site which may affect cost,progress,or performance of the work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety Iprecautions and oroarams incident thereto. F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in Iaccordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the IWork as indicated in the Bidding Documents. ©2015 Stantec I 193801994-D 1 REVISED BY ADDENDUM 1 00 41 10-1(R) REVISED BID FORM 1 H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents,and all additional examinations,investigations,. explorations,tests,studies,and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 1 K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of, C. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner,Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11.02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.E of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and final payment for all Unit Price Bid items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price I BASE BID: PART 1 -STREETS II 1 MOBILIZATION LS 1 $ $ al w 2 TRAFFIC CONTROL LS 1 $ $, 3 TEMPORARY MAIL LS 1 $ 4 INLET PROTECTION EA 61 I $ $ 5 SILT FENCE,TYPE MACHINE SLICED LF 3,400 $ $ I 6 RECLAIM BITUMINOUS PAVEMENT SY 0 $ $ • 2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-2(R) REVISED 81D FORM I No. Item Units Qty Unit Price Total Price 7 REMOVE SIGN EA 5 $ $ I8 SALVAGE AND REINSTALL SIGN EA 80 $ $ 9 REMOVE TREE EA 170 $ $ II 10 REMOVE ROADWAY BARRIERS LS 1 $ I 11 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ $ REMOVAL 12 REMOVE BITUMINOUS PAVEMENT SY 27,820 $ $ I13 SAWING BITUMINOUS PAVEMENT-STREET LF 1,530 $ $ I14 REMOVE CONCRETE CURB&GUTTER IF 330 $ $ 15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 16,460 $. $ I16 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 12,175 I17 REMOVE CONCRETE WALK SF 2,000 $ $ 18 REMOVE GRAVEL DRIVEWAY SF 5,650 $ $ 1 19 COMMON EXCAVATION (P) CY 11,560 $ $ I20 SUBGRADE EXCAVATION (CV) CY 5,789 $ $ 21 COMMON EXCAVATION-INFILTRATION FEATURE CY 590 $ ` $ 22 AGGREGATE BASE,CLASS 5 TN 4,020 $ $ 23 SELECT GRANULAR BORROW (MODIFIED) TN 6,026 $ $ 24 SELECT GRANULAR BORROW (CV)-INFILTRATION CY 465 $ $ I FEATURE 25 SELECT GRANULAR BORROW MODIFIED(CV)- CY 45 $ $ INFILTRATION FEATURE 111 26 GEOTEXTILE FABRIC TYPE V SY 12,253 $ $ 27 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 1,560 $ $ AGGREGATE AND FILTER FABRIC 28 BITUMINOUS MATERIAL FOR TACK COAT GAL 1,392 $ $ 29 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 1,643 $ $ 30 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 1,873 $ $ ©2015 Stantec l 193801994-D REVISED BY ADDENDUM 1 00 41 10-3(R) REVISED BID FORM INo. Item Units Qty Unit Price Total Price I. . 31 TYPE 9.5 BITUMINOUS MIXTUR FOR DRIVEWAYS(2,B) TN 423 3 PE SP 5 E ( , ) $ $.; 32 CUSTOM CONCRETE DRIVEWAYS/WALKS-MATCH SF 2,635 $ $ EXISTING PATTERN/COLOR 33 6 INCH CONCRETE DRIVEWAY SF 10,335 $ $ 34 B618 CONCRETE CURB AND GUTTER LF 690 35 .SURMOUNTABLE CONCRETE CURB AND GUTTER IF 19,786 $ $. I 36 CONCRETE WALK SF 2,000 $ $ 37 CONCRETE STEPS SF 270 3 CO $, $ 38 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD FIBER SY 4,210 $ $ BLANKET 39 HYDROSEED WITH MULCH SY 34,200 $_ '$ 40 SODDING MINERAL TYPE SY 20 41 SELECT TOPSOIL BORROW TN 7,570 $ $ 42 SIGN PANELS SF 30 $ $ 43 .CYLIN D ER STYLE DELINEATOR(X4-13),6"DIAMET E R,WHITE EA 7 $ 44 STREET NAME BLADE SIGNS EA $ $ $ ' I 45 12"SOLID WHITE STOP BAR IF 186 $', $ 46 WATER FOR DUST CONTROL MG 600 47 STREET SWEEPER(WITH PICKUP BROOM) HR 120 $ $ I TOTAL PART 1 -STREETS: $ t PART 2-WATER MAIN 48 TEMPORARY WATER SERVICE LS 1 $ $ 49 EXCAVATION SPECIAL(POTHOLE EXISTING UT1LITY) EA 40 $ $ 50 REMOVE WATER MAIN PIPE IF 9505 $ $ 51 REMOVE WATER SERVICE. IF 3150 $ $ 52 REMOVE HYDRANT EA 17 $ $ 0 2015 Stantec 1 193801994-D REVISED BY ADDENDUM 1 00 41 10-4(R) REVISED BID FORM I INo. Item Units Qty Unit Price Total Price 53 REMOVE VALVE AND BOX EA 26 $ $ 54 ROCK EXCAVATION-WEATHERED CY 5700 $ $ I55 ROCK EXCAVATION-HARD CY 570 $ $ 56 SAND CUSHION LF 2600 $ $ r57 IMPROVED PIPE FOUNDATION LF 8974 $ $ 58 CONNECT TO EXISTING WATER MAIN EA 9 $ $ WATER 8574 59 6"DIP WA MAIN,CLASS 52 LF 85 $ $ I60 8"DIP WATER MAIN;CLASS 52 LF 931 $ $ 61 PIPE BURST 6"PVC,C900 WATER MAIN,INCLUDING DUAL LF 210 $ $ ITRACER WIRE 62 6"GATE VALVE AND BOX EA 43 $ $ 63 8"GATE VALVE AND BOX EA 3 $ $ 64 ADJUST VALVE BOX EA 2 $ $ I 65 MA IN OFFSET-6" EA 7 $ $ 111 66 WATER MAIN OFFSET-8" EA 1 $ $ 67 'HYDRANT EA 17 $ $ I68 DUCTILE IRON FITTINGS LB 6210 $ $ I69 INSULATION 4"THICK SF 8000 $ $ 70 1"CORPORATION STOP EA 105 $ $ I71 1"CURB STOP AND BOX EA 105 $ $ I72 1"TYPE"K"COPPER PIPE LF 3150 $ $ 73 CONNECT TO EXISTING WATER SERVICE EA 106 $ $ ITOTAL PART 2-WATER MAIN: $ PART 3-SANITARY SEWER 74 REMOVE SANITARY SEWER CASTING AND RINGS EA 41 $ _ $ ©2015 Stantec I 193801994-D 111 REVISED BY ADDENDUM 1 00 41 10-5(R) REVISED BID FORM • I I No. Item Units Qty Unit Price Total Price 1 1 1� I 75 REMOVE SANITARY SEWER PIPE LF 230 $ $ 76 REMOVE SANITARY MANHOLE EA 4 $ 77 8"PVC SANITARY SEWER PIPE-SDR 26 LF 30 $ $ 78 10"PVC SANITARY SEWER PIPE-SDR 26 LF 198 $ $ 79 CONNECT TO EXISTING SANITARY SEWER PIPE EA 5 $ $ I 80 10"X4"PVC WYE EA 6 $ $ 81 4"PVC SANITA RY SE WEE R SERVICE PIPE LF 120 $ $ 82 CONNECT TO EXISTING SEWER SERVICE EA 6 $ $ 83 IMPROVED PIPE FOUNDATION LF 230 $ $ 4'DIAMETER SANITARY SEWER MH EA 3 84 $ $ 85 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA I $ $ 86 RECONSTRUCT MANHOLE LE 90 $ $ 87 SANITAR Y MANHOLE OVERDEPTH IF 10 $ $ 88 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 34 $ $ I RINGS 89 FURNISH&INSTALL NEW WATERTIGHT SANITARY MH EA 3 $ $ CASTING AND RINGS I 90 PRECONSTRUCTION SANITARY TELEVISING . IF 7856 $ $ 91 SEWER REHABILITATION WITH CIPP,8" LF 4805 $ $ I 92 SEWER REHABILITATION WITH CIPP,9" LF 445 $ $_ 93 SEWER MANHOLE REHABILITATION LF 216 TOTAL PART 3-SANITARY SEWER: $ PART 4-STORM SEWER 94 REMOVE STORM SEWER CASTING AND RINGS EA 12 $ $ 95 REMOVE STORM SEWER MANHOLE OR CATCH BASIN EA 3 $ $ 1 96 REMOVE STORM SEWER PIPE IF 100 $ $ ©2015 Stantec 1 193801994-0 REVISED BY ADDENDUM 1 00 41 10-6(R) REVISED BID FORM I No. Item Units Qty Unit Price Total Price 97 12"RCP STORM SEWER,CL 5 LF 260 $ $ 98 15"RCP STORM SEWER,CL 5 LF 506 $ $ 1 99 18"RCP STORM SEWER,CL 5 LF .2170 $ $ 100 21"RCP STORM SEWER,CL 4 LF 343 $ $ I 101 24"RCP STORM SEWER,CL 4 LF 105 $ $ 1 102 4'DIAMETER STORM SEWER MH OR CBMH EA 21 $ $ 103 5'DIAMETER STORM SEWER MH OR CBMH EA 5 I104 6'DIAMETER STORM SEWER MH OR CBMH EA 3 $ $ 105 7'DIAMETER STORM SEWER MH OR CBMH EA 5 $ $ 106 2'x3'CATCH BASIN EA 11 107 DRAINAGE SWALE GRADING SY 400 $ $ 108 FURNISH &INSTALL NEW STORM SEWER CASTING AND EA 5 $ $ RINGS-CB 109 FURNISH&INSTALL NEW STORM SEWER CASTING AND EA 5 $ $ RINGS-MH 110 CONNECT TO EXISTING STORM SEWER PIPE EA 5 $ $ 111 CONNECT TO EXISTING STORM STRUCTURE EA 2 $ $ I112 CONNECT TO STRUCTURE(DRAINTILE) EA 78 $ $ ITOTAL PART 4-STORM SEWER: $ TOTAL PART 1 -STREETS: $ ITOTAL PART 2-WATER MAIN: $ TOTAL PART 3-SANITARY SEWER: $ ITOTAL PART 4-STORM SEWER: $ TOTAL BASE BID: $ I . ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-7(R) REVISED BID FORM i INo. Item Units Qty Unit Price Total Price I ALTERNATE 1 -VALLEY VIEW PARKING LOT 113 MOBILIZATION LS 1 $ 114 TRAFFIC CONTROL LS 1 $ 115 RECLAIM BITUMINOUS PAVEMENT SY 3950 $ $ 1 116 SAWING BITUMINOUS PAVEMENT LF 80 $ $ I 117 COMMON EXCAVATION(P) CY 440 $ $ 118 BITUMINOUS MATERIAL FOR TACK COAT GAL 180 $ $ I 119 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 350 $ $ • I 120 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 350 $ 121 B618 CONCRETE CURB AND GUTTER r LF 1930 $ $ I 122 HYDROSEED WITH MULCH SY 780 $ $ 123 SELECT TOPSOIL BORROW TN 20 $ $ TOTAL ALTERNATE 1 •VALLEY VIEW PARKING LOT: $ I ALTERNATE 2-VALLEY VIEW PARKING LOT LESS t SOUTHERLY LOT 124 MOBILIZATION LS -1 $ $`.. 125 TRAFFIC CONTROL LS -1 $ $ k Y 126 RECLAIM BITUMINOUS PAVEMENT SY -1450 $ $ I 127 SAWING BITUMINOUS PAVEMENT LF 125 $ $ ii II 128 COMMON EXCAVATION (P) CY -160 $ $ 129 BITUMINOUS MATERIAL FOR TACK COAT GAL -65 $ $ I 130 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN -130 $ $ ii II 131 TYPE SP 125 WEARING COURSE MIXTURE(2,C) TN -130 $ - $ 132 B618 CONCRETE CURB AND GUTTER LF -510 $ $ I 133 HYDROSEED WITH MULCH SY -310 $ 0 2015 Stontec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-8(R) REVISED BID FORM I INo. Item Units Qty Unit Price Total Price 134 SELECT TOPSOIL BORROW TN -3 $ $ ITOTAL ALTERNATE 2-VALLEY VIEW PARKING LOT LESS $ SOUTHERLY LOT: IALTERNATE 3-OREN AVENUE WATER MAIN 135 MOBILIZATION LS 1 $ $ I136 TRAFFIC CONTROL LS 1 $ $ 137 INLET PROTECTION EA 2 $ $ 138 SILT FENCE,TYPE MACHINE SLICED LF 600 $ $ I139 SALVAGE AND REINSTALL SIGN EA 4 $ $ I140 REMOVE BITUMINOUS PAVEMENT SY 1420 $ $ 141 SAWING BITUMINOUS PAVEMENT LF 60 $ $ 1 142 AGGREGATE BASE,CLASS 5 TN 240 $ $ t 143 TEMPORARY WATER SERVICE LS 1 $ $ 144 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 2 $ $ 145 REMOVE WATERMAIN LF 642 $ $ I146 REMOVE WATER SERVICE LF 120 $ $ 147 REMOVE HYDRANT EA 1 $ $ 148 REMOVE VALVE AND BOX EA 1 $ $ I149 CONNECT TO EXISTING WATER MAIN EA 3 $ $ 150 6"DIP WATER MAIN,CLASS 52 LF 140 $ $ 151 8"DIP WATER MAIN,CLASS 52 LF 642 $ $ 152 6"GATE VALVE AND BOX EA 5 $ $ 153 8"GATE VALVE AND BOX EA 3 $ $ I154 ADJUST VALVE BOX EA 1 $ $ ii 155 HYDRANT EA 2 $ $ 0 2015 Stantec I 193801994-D 1 REVISED BY ADDENDUM 1 00 41 10-9(R) REVISED BID FORM No. Item Units Qty Unit Price total Price 156 DUCTILE IRON FITTINGS LB 550 $ $ 157 INSULTATION-4"THICK SF 100 $ $ 158 CONNECT TO EXISTING WATER SERVICE EA 3 $ $ TOTAL ALTERNATE 3-OREN AVENUE WATER MAIN: $ ALTERNATE 4-65T14 ST.N.UTILITY AND STREET IMPROVEMENTS: PART 1 -STREETS 159 MOBILIZATION LS 1 $ $ 160 TRAFFIC CONTROL LS 1 $ $ I 161 TEMPORARY MAIL LS 1 $ $ 162 INLET PROTECTION EA 3 $ $ 163 SILT FENCE,TYPE MACHINE SLICED LF 300 $ $ 164 REMOVE SIGN EA 3 $ $ 165 REMOVE TREE EA 12 $ $ 166 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ $ REMOVAL 167 REMOVE BITUMINOUS PAVEMENT SY 1640 $ $ 168 SAWING BITUMINOUS PAVEMENT-STREET LF 50 $ $ 169 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 120 $ $ I 170 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 180 $ $ 171 COMMON EXCAVATION(P) CY 500 $ $ 172 SUBGRADE EXCAVATION CY 200 $ $ 173 AGGREGATE BASE,CLASS 5 TN 450 $ $ 174 SELECT GRANULAR BORROW(MODIFIED) TN 400 $ $ I 175 GEOTEXTILE FABRIC TYPE V SY 500 $ $ I 176 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 80 $ $ AGGREGATE AND FILTER FABRIC ®2015 Stantec 1193801994D REVISED BY ADDENDUM 1 ` 00 41 10-10(R) REVISED BID FORM I 1 No. Item Units Qty Unit Price Total Price I 177 BITUMINOUS MATERIAL FOR TACK COAT GAL 82 $ $ I178 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 155 $ $ ii 179 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 155 $ $ II 180 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS (2,B) TN 10 $ $ A181 6 INCH CONCRETE DRIVEWAY SF 180 $ $ 182 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 1250 $ $ I183 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD FIBER SY 2090 $ $ BLANKET I184 SELECT TOPSOIL BORROW' TN 40 $ $ 185 SIGN PANELS SF 3 $ $ 186 STREET NAME BLADE SIGNS EA 4 $ $ 187 12"SOLID WHITE STOP BAR LF 12 $ $ 188 WATER FOR DUST CONTROL MG 25 $ $ 189 STREET SWEEPER (WITH PICKUP BROOM) HR 4 $ IITOTAL PART 1 -STREETS: $ IPART 2-WATER MAIN: 190 TEMPORARY WATER SERVICE LS 1 $ $ I191 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 4$ $ 192 REMOVE WATER MAIN LF 1025$ $ 193 REMOVE WATER SERVICE LF 210$ $ I_ 194 REMOVE HYDRANT EA 2$ $ 195 ROCK EXCAVATION-WEATHERED CY 625 $ $ 196 CONNECT TO EXISTING WATER MAIN EA 2$ $ I197 6"DIP WATER MAIN,CLASS 52 LF 1025$ $ 198 6"GATE VALVE AND BOX EA 4$ $ 1 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-11(R) REVISED BID FORM I No. Item Units Qty Unit Price Total Price I r 199 ADJUST VALVE BOX EA 2$ $ 200 HYDRANT EA 2$ $ I 201 DUCTILE IRON FITTINGS LB 500$ $ ii 202 INSULATION-4"THICK SF 150 203 1"CORPORATION STOP EA 7$ $ I 204 1"CURB STOP AND BOX EA 7$ $ 205 1"TYPE"K"COPPER PIPE LF 210$ I 206 CONNECT TO EXISTING WATER SERVICE EA 7$ $ I TOTAL PART 2-WATER MAIN: $ I PART 3-SANITARY SEWER 207 REMOVE SANITARY SEWER CASTING AND RINGS EA 5$ $ 208 RECONSTRUCT MANHOLE LF 5$ $ I 209 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 5$ $ RINGS 210 PRECONSTRUCTION SANITARY TELEVISING LF 30$ $ 211 SEWER REHABILITATION WITH CIPP,8" LF 30$ $ I 212 SEWER MANHOLE REHABILITATION LF 40$ $ TOTAL PART 3-SANITARY SEWER: $ PART 4 STORM SEWER: 213 REMOVE STORM SEWER CASTING AND RINGS EA 4$ $ 214 REMOVE STORM SEWER MN OR CATCH BASIN EA 1 $ $ -I 215 REMOVE STORM SEWER PIPE LF 27$ $ II , 216 24"RCP STORM SEWER,CL 4 LF 27$ $, T SEWER MN OR CBMH EA 1 217 6'DIAMETER STORM SE H O $ $ y 0 2015 Stantec I 193801994-D REVISED 8Y ADDENDUM 1 0041 10-12(R) REVISED BID FORM II II No. Item Units Qty Unit Price Total Price I 218 FURNISH&INSTALL NEW STORM SE WER CASTING AND EA 1 $ $ RINGS-MH I219 CONNECT TO EXISTING STORM SEWER PIPE EA 2$ $ 220 CONNECT TO EXISTING STORM STRUCTURE EA 1 $ $ 221 CONNECT TO STRUCTURE(DRAINTILE) EA 4 $ ITOTAL PART 4 STORM SEWER: $ iALTERNATE 4 SUMMARY ITOTAL PART 1 -STREETS: $ TOTAL PART 2-WATER MAIN: $ TOTAL PART 3-SANITARY SEWER: $ ITOTAL PART 4-STORM SEWER: $ TOTAL ALTERNATE 4-65TH ST N STREET AND UTILITY IMPROVMENTS: $ I ALTERNATE 5-OSMAN,64TH,OZARK STREET IMPROVEMENTS III I 222 MOBILIZATION LS 1 $ $ 223 TRAFFIC CONTROL LS 1 $ $ I224 TEMPORARY MAIL LS 1 $ $ 225 INLET PROTECTION EA 3 $ $ 226 SILT FENCE,TYPE MACHINE SLICED LF 30 $ $ I227 REMOVE TREE EA 2 $ $ I228 REMOVE BITUMINOUS PAVEMENT SY 5440' $ $ , 229 SAWING BITUMINOUS PAVEMENT-STREET LF 130 $ $ I230 REMOVE CONCRETE CURB&GUTTER LF 3105 $ $ I231 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 3300 $ $ - 232 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 600 $ $ I ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-13(R) REVISED BID FORM 1 i I No. Item Units Qty Unit Price Total Price I 233 REMOVE GRAVEL DRIVEWAY SF 300 $ $ 234 COMMON EXCAVATION(P) CY 2775 $ $ I 235 SUBGRADE EXCAVATION CY 1390 $ $ 236 AGGREGATE BASE,CLASS 5 TN 930 $ $; 237 SELECT GRANULAR BORROW(MODIFIED) TN 1390 $ $ 238 GEOTEXTILE FABRIC TYPE V SY 1220 $ 239 4"PVC PERFORATED DR/UN TILE,WITH COARSE FILTER LF 40 $ $ AGGREGATE AND FILTER FABRIC 240 BITUMINOUS MATERIAL FOR TACK COAT GAL 272 $ $ I 241 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 516 $ $ 242 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 516 1 243 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS(2,B) TN 70 $ $ I 244 6 INCH CONCRETE DRIVEWAY SF 600 $ $ 245 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 3110 I 45 SU OU C $ $ 246 HYDROSEED WITH MULCH SY 5180 $ $ 247 SELECT TOPSOIL BORROW TN 1160 $ 248 12"SOLID WHITE STOP BAR LF 44 I 48 7 S $ $ 249 WATER FOR DUST CONTROL MG 50 $ $ I 250 STREET SWEEPER(WITH PICKUP BROOM) HR 6 $ $ 251 ADJUST VALVE BOX EA 3 $ $ 252 CONNECT TO STRUCTURE(DRAINTILE) EA 2 $ $ TOTAL ALTERNATE 5.OSMAN,64TH,OZARK STREET $ IMPROVEMENTS: ALTERNATE 6-PANAMA STORM 253 MOBILIZATION LS 1 $ $ 254 TRAFFIC CONTROL LS 1 $ $ 0 2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 (X)41 10-14(R) REVISE?BID FORM I No. Item Units Qty Unit Price Total Price 1 255 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 20 $ $ AGGREGATE AND FILTER FABRIC I256 15"RCP STORM SEWER,CL 5 LF 300 $ $ 257 2'x3'CATCH BASIN EA 1 $ $ ., 258 CONNECT TO EXISTING STORM STRUCTURE EA 1 $ $ 1 259 CONNECT TO STRUCTURE(DRAINTILE) EA 1 $ $ TOTAL ALTERNATE 6: $ III SUMMARY 1 TOTAL BASE BID: $ TOTAL ALTERNATE 1 -VALLEY VIEW PARKING LOT: $ TOTAL ALTERNATE 2-VALLEY VIEW LOT LESS SOUTHERLY LOT: $ TOTAL ALTERNATE 3-OREN AVE WATER MAIN: $ ITOTAL ALTERNATE 4-65TH STREET AND UTILITY IMP.: $ TOTAL ALTERNATE 5-OSMAN,64TH,OZARK STREET IMP.: $ TOTAL ALTERNATE 6-PANAMA AVE STORM IMP.: $ . 1 1 I 1 1 III , I . ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-15(R) REVISED BID FORM 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready, for Final Payment in accordance with Paragraph 14.07.13 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event o f failure to complete.the Work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: , A. Required Bid Security in the form of 5 percent. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on, ,20151 If Bidder Is: • A CO.Doratiorl 4., Corporation Name: (SEAL) State of Incorporation: Type(General Business.Professional,Service,Limited Liability): By: (Signature) Name(typed or printed): (type Title: Attest (CORPORATE SEAL) - (Signature of Corporate Secretary) Business Street Address(No P.O.Box#'s): Phone No.: Fax No.: • Email: I ®2015 Stantec I 193801994-0 REVISED BY ADDENDUM 1 00 41 10-16(R) REVISED ND FQRM. I / IAn Individual IName(typed or printed): By: (SEAL) I (Individual's signature) Doing business as: IBusiness Street Address (No P.O.Box#'s): 1 I 1 Phone No.: Fax No.: A Partnership IPartnershi p Name: (SEAL) I By: (Signature of general partner) . IName (typed or printed): _ Business Street Address (No P.O.Box#'s): I IPhone No.: Fax No.: I I I • I . 1 . I 0 2015 Stantec I 193801994-D IREVISED BY ADDENDUM 1 00 41 10-17(R) REVISED BID FORM A Joint Venture Joint Venture Name: (SEAL) BY: (Signature of joint venture partner) I Name(typed or printed): Title: Business address: Phone No.: Fax No.: Joint Venturer Name: (SEAL) 1 By: (Signature) Name(typed or printed): Title: Business Street Address(No P.0.(Box#'s): Phone No.: Fax No.: Phone and Fax Number,and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual,partnership,and corporation that is a party to the joint venture should be in the manner indicated above). END OF DOCUMENT f 1 2015 Stantec I 193801994-0 REVISED BY ADDENDUM 1 00 41 10-18(R) REVISED BID FORM • I MN — = NM MI I= r ME - - MN - I= MI 11.11 Ma THE CONTRACTOR SHALL VERIFY AND BE RESPONSIBLE FOR ALL 01MDHONS 00 NOISCAIETHE Plot pate:03/03/2015-1:T-0xn DRAWING-qNT ERRORS OR OMISSIONS$HALL BE RFPORIED IOSIANIEC`MIHOUI DELAY YRIGHI51O ALL DESIGNS AND DRAWINGS AREMEPROPFMYOf AMILEC.REPROWC110N Drawing38013 V:\9938\active\9300199_XSPL.DDDOL99 BORDER.1994G00ALrN oR USE FOR ANY PURPOSE OTHER THUN THAI AuIHO9lEO0r AAMECGwR0100e.'. %refs'.,193801366MNDOi_SCRC,19380199d_XSPL.I93B01994_BORDER,193B01994_ALINOI 1 — ', i raw ti 9 41-iim 141 _ 0 arra l', am a Jul 2 r itga: alli 7. IiIiiimfl .I 0 -1 4 illi 1111 I'm IIIR - 1 'r:711 i1l. rn II I:1m z 2 --I �y , .. . ... ..._ log' rn rn rill Lri 1-1 i I tii 1 _, m l e C I l 1 U Il 1 LI I ,/ .L i , i= _ ■ H D o w , W o� _rn 'll N Z--I� '; ' vi n I ( 1 N 0 Z � Cl D1 Stillwater__ __ _ . a I_ Ir °, �r° I � --I › ,,,, l mil 0 rn z-v - __ H > rli 1IU 1 rn rn 23 _ . 0.1 n 1 b 1 I i\\.1\n_WVO Qv I m r J -1 O y ay � O � o ®Z z .� CO z� / 0 0 D Z D > > = D i oN DD DD rD-> >D DD DD [�'^ 22 C)0'^ fly ng cl0(l0� no 0006)00 ti 7C 7C y, N r-> r yr wy ` 2 D.D.A 2' aD N2.----a om 00000m = > 0 n > rn in c 70 > am 5A AA wA IvA -ro oZ o0 -om oA om 000n o,g 0000bZZ,1 m 7C 0 n 73 n � H y oZ oZ oZ oZ oZ oZ = f0 _ J3 �i, _ AD O2 AAA A� -I ICl'7 7c r n 7 m A ➢ DD D D yD yD m w)6 0.1m ',31:0?-:-,,� c0nm (l� 1.0i hr_ o2 (�) Q Dr Z _< < 0 C C r > Lei m m D m - m ti m _ 00 0 b ?D 'o m o O o o 0 T = < Z r`TI 0 n D a cncn �a w NN D nm �y oO �f oZ v o(� °Z o m x �7 /7�C Z m Q 0 N m com rn°m I om Sm D D O m �> A A N Z V/ 0 N m ,- 0 r mm y� (9‘.^ gJ o D vii <N 0 `^in A Z"'Z Oo )4? 7:1,42.7‹.� m� ?_,z zpm z V, D A 00 y O-. O D OOm 0 1--1<1 z 0 z = - D D f n Z m m Z 0 rMM O,, N m v' K< m A 0 A I-(1' 0 m m N m N Z iii D y m < < < - >N m n� mZ �m Om_rn Din m,D-��E [�BI�7 -1 Z m m 0 n A D, >“),,, - m Z Z n V < m Z c C7 0 mom' EA Zm Zn OT�- -L m t 0 m v '* O Z O< 7 , 07,116 <n O W, = A Z A N_ fn 9 2 -% v m 0 D Z ti�.'y y y Y O m Z D 2 A --.O' ra A D it 0 A° 2 rn 0 `r"f: , m mem D 0 O O r <3 ?mv 0 0 rn m _, m Z 0 n 0 m tr}• m Z D D rl Z m D D A O n m C m Z N O O rD • W m -3 z e Mgt, WI n p o c c c c t! - 7 Z Z Z Z z n n n > 0 r F F r O m o in in m m A. = E. 0 '^ - I HEREBY CERTIFY THAT THIS PLAN,SPECHCATION,OR REPORT p v ^' WAS PREPARED BY ME OR UNDER MY DIRECT SUPERVN.ON G�_ _ a A CITY OF OAK PARK HEIGHTS, MINNESOTA ANDTHATIAMADULYIICENSED ENGINEER O UNDERiHELAWSOFTHESTATEOFMINNESOTA Stantec D G a 2015 STREET RECONSTRUCTION-BID PLANS PRINT NAME:_calsnNnnt.r4�NeK z PHASE II-AREA D xi35HpM1way3S w JT TITLE SHEET St.Paul.MN55113 , $ i'.-', 0 SIGNATURE: _ �`{T7/.M f F `o A A - DATE 2-6-15 • Llc.No. 48340 Mnvwstantec.crom IN III 1011 MI MI MN N IIIIIIII MN IMO I MI In E CONIRACIOR SHALL VERIFY AND BE RESPONSIBLE FORALL OIMEN9GN5.DO NOI SCALE THE Plot Dale:03/03/2015-1 $rn DRAWING-ANY ER0O00 OR OMISSIONS SMALL BE REPORIEOIO STAMK WRIIOUI WAY. Drawing name:V:\1938\active\193801994\CAD\DWg\AREA D\193B01994_000:i Wg THE COPYRIGHTS i0 ALLDESIGNSAN0 DRAWINGSAREIHE PROPERIYOFSIAMK.REPROWCIION OR USE FOR ANY PURPOSE OTHER IRAN THAI AVIHDMROBY9fAMK6PORBIDW4. Xrefs:,193801994 XSPL,193801366MNDOi_SCRC,193801994_BORDER,193801994 ALiN01 _ . ": El 0 5 i D D D D I S -1 - -1 -1 p L • PG z z z. i l^J z D > O D D m D A 171 m I Xs':4 , K o 0 0 0 ; W _ s .-a 3 rn A f I x < F z A Z M C j ORENAVENUE (_( I O O a q (p M ,C I a r Ili..) ° f 1 ' 1 [ ' 1- '\---- IOSMAN AVENUE NORTH 7i•......•i i;i:i;iii:*.•:i'O.1::i:O:!:!;::;t:iii,! D '^ CD , m V) I (Q • co CA v z SD 0 _ IL !iiJ............ j . . z �►4 r r"_----N--i,- v ;�% fA O RK AVE�I•x p ♦.:: . :.: I 3 1 • m. • .k.'''''' J CI) ca (, '® PANAMA VENUE NI Vet of SI�IIwater q m Ors-173=ml 1 rri p 1 0 ' _ I X: 03 0 mil c ° -, c % ., i, I I i .. ... I ...... ... _ , ....... Z xi ,ry ' V' "0 City H Clt of Stillwater 1 • RIS AVENUE NORTH , 43 , ;7 1 i , , , j [-] 13[] 1 1 , , _ .,.., I o i .... .... �/Ln I PAUL AVENUE NORTH m n p ,.. �., m ,� '1= z O 1 O II 1 O ... _ ( s 1 \ _r, I I 4 1 \ .� ... a......... .... .. _ dd I t O,d& ... .... p coop • CAN .VENICE NO• f I ' r -----„,..... __ --- " PEABODY AVENUE N _____.,..___ - " 1 re, 1 ,, - - _F T , „ Y ,1 ..._ j - _ , ., .. - �,.�^J . ., __----------- ... ,. \ _ _ 3 �,,.�^"'-f „ , ! - ____- f L _ .,,,,, 1 .. ,, __ - i _ , 1, , // ____ - ,N' .,,------ , ,. a 1 .- .�. ---^"""�I Yom- ,r ' - ' - \\--\-"'1 3 1 1.... W... � _____ (7 . 71 70 0 ,s ' /,,/� cu ”,z ,,,z; ,, ,,, iliZg ''''''''''''''' / M Z I HEREBY CERTIFY THAT THIS FLAN,SPECIRCATION.OR REPORT O' o o A O ANDPHAiAAMAD YLICENSDR NGNEERTSUPERVgON �= a Z O o CITY OF OAK PARK HEIGHTS, MINNESOTA NDER,„ELAWSDF,„ESTAIEDFMINNESOTA Stantec Oz PRINT NAME:_CRISTINA M.MLEJNEK 2015 STREET RECONSTRUCTION-BID PLANS 0% PHASE II-A REA D 2335 Highway 36 W Z7 e f f o A 0 LOCATION PLAN SIGNATURE: J/�1 �Ir St.Pw6ANJ 55113 DAtE. 2-6-15 Y LTC.NO. 48340 V/WW.Slafi}BC.COF11 ME MI MN 111111 11111 111111 N IIIII 1111111 1111111 IIIIII MI NM r IIIII Illa NM THE CONTRACTOR SHALL VERIFY AND BE RESPONSIBLE FORALL aMEISONS.DO NOT...ETRE Plot Dote'03/03/2015-1:25am DRAWING-ANY ERRORS OR OMISSIONS SHALL BE REPORTED TO STANIEC NITHOUTDELAY. Drawing name;V:\I938\active\193891994\CAD\OWg\AREA D\193E019940O13.*9 OR USEFOR ANY POURPOSDfEOTHER AND DHAIVAURIOMIETHE PROMK6FpRBIDOENREPRODUCTION Xref:,193801994 XSPL,193801366MNDOI-SCRC,193801994 3ORDER.193901994ALTNOI _" 1 . ; _ i ' ' ' I, \ ..._....... • /JJ I 1 1 OREN AVENUE T _.._ :j t I El n1:3 i 1 E.._; _.. .....�,...... _._O I OREN AVENUE N \ 5 �I `— E _ . F f • _..•COUNTY ROAD 57 JT- ::r. •,.. .. _... _ .-...-....... . �� ....._. -._. ... OSGOOD AVENUE NORTH ... ( r t �' •��_~ n�`a +so ` mE I ( A , - . .P L rn z; _ . . _ . . _ . . _ . . _ . � � oI j 6 € - .... I r l_I_. - - z 55TH ST CIRCLE • „,_, ra • _S O (L� I • ) f e- OZARK AVENUE NORTH ----- -." i N,,,. .=i- :.. ''''''''' A 1 ...... ...,—...— , •*r : H . {1‘ , t\,„,, C.:.:___,-/ e- --a 0 "17 E , .: ,\ ,,,,,,, , w .4, City y 4 RIS AVENUE NORTH City of Stillwater >•,„r, I r ,, PAUL AVENUE NORTH Hpo P P P P -0 Io p w r _ D s z < Mi° L0. -i< m m Er,, .... .r1P_ ... RI Z m m { { .... -1 rn -I m O * 2 m _ . __... : : p x, PE A80DY AVE =i 'yV ... O Z A O çTT1 z ' rn Z IHIiIELH _.... f I .1 E (` , , _ _ ____- � _ I± HJLiLtH1LI [- •• .., ./. . .,,,,---:---i ______, _ - , C ".. ..... f. j .., \ , .. ' :' . �_. I.. ark H -- 9h y "." �.- = tS _ - , X N _ _.- _- " .A ✓ 7 . f I1 ' ', _ �--�' . (^' Z 1 HEREBY CERTIFY THAT THIS PLAN,SPECBRCATION,OR REPORT •V I,,, O O z z O AND THAT II AM A DULY LICENSED NSEEDR ENGINEER SUPERVISION V CITY OF OAK PARK HEIGHTS MINNESOTA UNDER THE LAWS OF THESTATEOFMINNESOTA Stantec b • . _ ° 2015 STREET RECONSTRUCTION-BID PLANS THIN'MORE:-CRISTINA M.MLE]NEK O- - Z �A w PHASE II-AREA D � � l z33sHgnway36w T p SIGNATURE •/('W ST.Paul,MN 55113 /V LOCATION PLAN 4 FF ° z A ,, DATE: 2-5-15 LTC.NO. 48340 wwwstaMea.com ■ MI — MI — r r — — I NM — — — MI NM MO MI — ME THE CONTRACTOR SHALL PERIFY AND BE RESPONSIBLE FOR ALL DIMEN9ONS.DONOISCALEIHE Plot Dote:03/03/2015-1:2Ipn DRAWING ANY ERRORS OR OMISSIONS SHALL BE REPORTED TO SIANIEC WITHOUTMAY_ THE COPYRIGHTS TO ALL DESIGNS AND DRAWINGS ARE THE PROPERTY OE SIANIEC.REPRODUCPON Drawing name'.V:\1938\active\193801994\CAD\Dwg\AREA D\I 93001994 0005dwg OR USE FOR ANY PURPOSE OTHER THAN THAT AUTHORIZED BY SIANTEC ISFORBIDDEN. Xrets:,193801994 BORDER oo 1 ( I V O\ IA : W N • 1 v y rn C ao D rnn G nGc 1D z0 Dcntn 1 1D cnz mx Dnn r c r m r r 1 W (n p r z 1 D TOE r rn 0 m zoo �✓ c m < z r c ,?,, P 1 r O m v = 3 r S < o z 1 rn ± P• D loco zn 0 y ° mpn /Z7 c1 � o c "-�C O mx rn � mom .m 0'r.2 _ Q * rnn TI 3g zn mn _i �OACn nz racmnnmm A�1 vl rn2 2 Mc z cnc > oz n7O 17o„ zp0 � � z z � --IX O 0 O • rn rn A rn zq z1 zm 217° m � N rm ZOO vci � rm„ m Qn3 Oyu � m cp .-< 3 .- �_ rr,N rn m rn 2 NU/ p � D Nq D 70p h W D „ D1p m -'-o nm �, mcZ � rn Gn mO 'm .� znD O C 3w 0 cnmm � 3 � 3 �� ga, 0 �c Z Z z A n ArnF -•-! Zx _AD N V mDx 0 = W p _iD v 6 2 l0 y <nrn 3 D03 703 O� * p Arn ., D mm ---- - � 1D n D O z I z -i m 0 iii m 1-, -•� 3 � rnm Cp � i � m �TOrn � - Dirt=ies m A G) 0 roc) o D 3 3 1 1 r m D -< z D * m m n ro 3D n m0 0 $ p z - < r- 00 0 °n o r mC� cm ,-. 1� v p rn r 00 •rD- tn y N �17I11 D � Imo -io0 r'=' ,- L-A rn -< c1 -< -< C) 1 Z D a1 � Cz') T opm r pmm Y4 Z 4 -1rn O � o n z 01x TI rr 70tH pp NMW r OCx O czi, DG) D p SON 2 Z D rn 7o A 70 2 N zG) 3 D = c 0 rWtl rnF ? � D2< vxl.,i 10rn1p � „n rmn ZW < z rn m 2 /� n D z G) 3 o n 0 O G) n D C _ 7 0 S tp ,-- 0 n p A 70 1 • m 1 0 2 m z 1 ,-. c (7) .S m T � �O CI 300• m p .-I O 70 = p 1 Z �G O 0 00 p rn pzD N O< . o O ZC _< z3 (c - c ,.., z ---I> o 3z P � c -10 Dry 1 � <n A 7a Z m D D 2 q Z114-4 O z N p r m o t > z z � o � n p� � z rn � ° n g o F y < m 3 D 0 z �n G z O * Z D G v nN 2 z Dm D r •Z-I ..-< C) mm .pmo m rn Mn p cn z m x0 P m cJ,p 1 r 7o D▪ r rn _° 0 Z < O m o 90 v m u a w , D z` z ,�71 Vi r z < Z z Imo Z 0 r -O O W m >K 0 › O . S .(0 - Z -1 2 m 1.c D m O D W-5 -pH 70 n� rn� C� 00 o,.n0 61, _ = r , , m Mo -Om * m? nnz n -Ind OK >cmn C!� D z m�Xm mp D_ � Z �D z m� SOD ,to tn �n 3Cl,^ m0m 10 -..� O 8 x q ZOZ CC) t,,> " z ,, Z toy OK A Ex, <�m ZO1 n0 zz� O� tll Z G> m< 2 �r m Z -Ito oo - A 700 30� G1DD m-AG in 0 yn L") � O c<z D� � nD° Z < =C � �O mvmm D� mNC mm --I int 3� xi 0 Z bm D mDOoD om Om pZ0 cz Dm< �N DC0 %i n0 O-D•1 ZO 0 O Nc Z aZyZitm ZA O � Zc„ � -_ID Ohm Pr; to "� tmi, Zm r� >n - n m > O am DvZ�Oc nD ^ �z DC zZ Dmm O SOm G1m mm* z C r A .r-L Z-Inz 7, mG m O v 1 ? N C-I mr 0 p rm- rZI-nrI = Corm< nZ < nm v c =�� ° wXZ zz,Dr- Nm V7 mrDnO 00< m rmn ,� 7 LA m<v, D mN0 m _m (/) n m �-iDm ml v' Om '() m Ov'2 rC„I� m ,n0 Z A O Om tn0<O 02 = oo < to cCp � m r.Z to 0Z n' --I > 0 Z 1 1 70 DZ O z > D 2IZn z m zr z = nO 2D *O z C Z D r O �' �nm O Dm my Dm Z O = m0 OZp .v mm r C o v ZCX me z XI"0 1m a N rn v DZ � mm m z � C N mz1 O � -I z m. C n m OA- m DA m to to W m m 0G10 *0 zZ > C1 2 00 =yD-D-I r� rn z O cn0 0 m°g1,- mx go -i m O rrna � OZS on - G) C d -n * zD,� ZK D> ;o -im m- < C 2 z � � -i-I pD Zr ,H, f7 A m m > <Z f3 g --I t^ to Q .D.1 m m � 1"'I m 3 p xtn- m c m mm O rn A n,� 0 DD n N _i v m �a, m r yi CO 0 2 --1 <OM Di D O D A � O D'i H O tDo 3 O-i Z (/� Z O y2 DZmZ Or n, Gm z rm mD 702 a O z Z N '1-TOO tZi,tri, rnn G �AZ ON m rn rn 0 z m C D Z Z 9 D D m { D m m 55> to F = ,nOZa 2y m < - v' m -Im m0 rn +n j �^ O O a m O M W N �V xs O O 0= n n 0�-1 r m - z () Mn ' 'n m -1 mm mm +o Z n t40 w G > x Cn OD 1 - D 0 Z ' Z Z r 0 , m 0r ! I x m n m - F -1 0 =u,np r0 z vm," < 1 Z 2 Z Om Z C -, z rn -+n Z Zm 2 C O m X 1 m , i„ rn mm O 0 ,, /ni ma, < Z Z o O 0 v r W mm rt3 m n Z y NO W N co - m rn D zo N N D o c Z W o 0 1 Cn • m r O T <9 1 D mv, m m , m-,� DD Om n vZZ mm-„ = mz 0"'cc„ • O -4 �mO Z m= D Z OD mZr �or . Tm (A r • m c_20 —{m Oyrn zO X7 O . "1 Zoz Z > � � o 0 -,( rn 2 D< y m y 0 m rn m0 � � Z omm (�j) PO c - ZOO DZ > > Du' N MO 1m y0M • WN v, m Om OD � D _ o A 200., r -H RI m m Z �) O Z N a y O O A - 6 I HEREBY CERTIFY THAT THIS PLAN.SPECIHCAPON,OR REPORT (/,\� rt� CITY OF OAK PARK HEIGHTS, MINNESOTA AND THAT I AMA DULY OR LICENSED ENGINECT3UPER°�D" • • VI ° Z Z n C UNDDER THEAWS OOF THE STATE OFEMNNESOTA Stantec Q S~ O ° a 3 CRISTINA M.MIF3NEK R8 00 O PRINT NAME_ 3 9 � 2015 STREET RECONSTRUCTION BID PLANS e PHASE II-AREAS D '•.�,Lfa 1 2335HIQhWay36 W • �7 $ n a ° GENERAL NOTES SIGNATURE: ! �"//��jj Y�j l St.Paul MN 55113 i s� A _ - _, _ DATE: 2-6-15 (Yf NC.NO 48340 wwwstantCC.Cam = — MO • M r r r MN r = • — r MI r — • MI THE CONTRACTOR SHALL VERIFY AND BE RESPONSIBLE FOR ALL DIMENSIONS.00 NOT SCALE ME Plot Dale;02(D(2015-I:ODpm DRAWING-ANY ERRORS OR OMISSIONS SHALL BE REPORTED TO STANTEC WITHOUT DELAY. Drawing name:V.\1938\active\193801994\CAD\Dwg\AREA D\193801994 G006,dwg OR SEOFAR ANY PURPOSE OTHER RPOSE O THAN RATAUTHORIZED BY STAMEN N FSTANTEG. RN.EFRODUCPON )(refs:,193801994 BORDER W V N 1V. V,5 1 afC V`pJ� Vn A W cN ?47 W V Vto Yi W N 4 4.t W A tl 4I s t t 8886817,146 W W 8N N N � , � N 8 4 4^y O+Li A ,..0.. .- R L 1t 4 w�+l w W W W W W W W 66 6 i W W W W W 6 6§§N 4 4 W Q VC.1 W 4'.' w ° . - N 4 V H 4 N 4 44 � Q IQ a•I f r r+ '-i .Ft 4 r-+' C LA 0 4 d 4r ,41 r,14* 4 C+ % 8'f\ W-A0.{ 8-i'o- ,1-p•FP.1-+CV W 4 N N N N O 4 0 c•∎NI 0 d F+QC QVI 0 VI Lil v pl N N N N 4 O W&a 3 6 Q 4�FQi C�J .l W W W W S 8 W W Ln ti b ° W TW W W W W W 1 iflfl4 Co 01-,= 4] 4� W cn . 0 .1 US ��qyy 777 X7 7 A ��++ R.S nol � ® • m . g. = 1p a # R1$75• 7M7 C> `a ® w ~ +, � • , y r�, • 3.s s w • • 3 "p ,C„ .1.1 3 2FDq¢?}; • � m mmmm R3. Cn —I wa • • n . °4 �1 R W h�T3 r, u ' u • • Cn { ii , 5. -,,,p =i 8 yy�6 [�-�+ w ; • w , 888 . q r s ± h,< ¢.!. � y� O S ,� m u „ .M °2 is �.-9 9 rig . X X Q, Cj �r w • I! P [ r-� •,5 M R (j3�i Crn gl RI 3 R 99 v �� '• .. A ° �� 1`41'71 2.'C 4n u _ P8-'m g . ° " u y 444 iii fi 9 1. m (T ° u w cr • m " { • n v ]i T+'P 4 3 P 3>A }' Ci;�i1 "1Tn DTI Q-t A F�1.'''t'4a '71 p �ff ^C WC ^4'WTI eft'n'X17�f7 '4n/IV .it 5; ® ®� K N T D 3<'r4 ,Li 0 0 7.4'~ 40 A'4'f W I N WO i,2 W N m O Cb N'A 1+ C9 W "" Pr w V 9 N I V J V j N Q N N G a '4'8 111111 V CiV NN 4µ W W W W 7 CW OC> a 4 iC 4. M ro : ... Q b 4 a/ A ?.5 .. W V .a VOjp Na 4O.P NJ O LP^y _ ° ° W 3'� C p p4 • w to 0J• �N ON . N N O C ^ GN d i O � ?4 40 0: 8 V GV 3 GV? I A N A Ja 1 A O� 4 - C O' 4 4 .Y ° ,''8',",', ° 8 ' W 8 8 8 4Eh,� pp p4a {may W PPP Q .N.+O.Nn.„N,w O W.A. .a 0c. i i§6§W 4'§i 4' 411 4+W"'' ° 411 Q '' W ...i+i+ 'V •^1.O. L I O H F+ 'j 0 • -+. N1 I W 4 C ✓p�� p 4v 0 r E� 4 rat W'� 'P.. 411 a p' :: g h.Ni WI-' .. a.+ l.. o C m rn py W pW W w4 Q gpO " w � 7aC - w Q` O A W D. m` 4 A • 8 - C W O; ..:.0 N- W N M x ~� o Q A ©cas . t g lw i am W t g h . e . G7 i G 8 O "i: W I.. AI m NQ1a ls.t — 4. 1 NEOSr?NN O6b N..xt N 8 -00 AE pCp®Sp.. X w w ' �b ° o a w � v 1 . 5S E'''U S g Fr ii ' 1N .. 4'$ a . 4 as ' ° +f$ _ a i r X. AP 8 co 11111111 • n M N 2. 0., 8§" .W W G1 N.k.{w1. .+.F.Q N I-' ¢ b N -++ ,rL'3r O ii W• XN r v Q 44, ©§N N 4, 8N1 g. N d N A_ ...,,,,,,T.,-,..,,. w ,: i 4, W W e1■ 4n ° .°t « ..W " .a NP A A. s A o ko i 0 W O3 v = O ',S,' -' 5 I HEREBY CERTIFY THAT THIS PLAN,SPECIFICATION,OR REPORT O In" j - WAS PREPARED BY ME OR UNDER MY DIRECT SUPERVISION 0 i a n m = m CITY OF OAK PARK HEIGHTS, MINNESOTA AND TATEA ADULYL TAEDFENGINEER OTA O= ° 2015 STREET RECONSTRUCTION BID PLANS PRINT NAME:_C��,"nr4.M�NEK StanteC ON Om 3 Z7 A o C a °y STATEMENT OF ESTIMATED QUANTITIES SIGNATURE: 233OUt,M MN 55113 /"{7j/�///�i St.Paul,MN 55113 3 A A A L. DATE: 2-6-15 • LIC.No. 48340 wwwstanfec.com MI - r NO r N NMI - MN r MN - OS E - E MI NO MO 1NE CONTRACTOR SHALL VERIFY AND BE RESPONSIBLE FOR ALL DIMENSIONS.DO NOT SCALE THE Plot Data 02/27/201$-I:OOpT DRAWING-ANY ERRORS OR OMISSIONS SHALL BE REPORTED TO STANTEC WITHOUT DELAY. Drawing name;V.\1938 active\193801994\CAD\Dwg\AREA D\1938019940006 dwg OR USE FOR ANY PURPOSE HER THAN THAT AUTHORIZED BY ISFFORBIDDEN EPRDDUCTON THE COPYRIGHTS TO ALL DESIGNS AND DRAWINGS ARE SHE PROPERTS STANIEC \ %refs:.193&01994 BORDER ra N'— F©©H 8 g 8 P Q 9 4 O 43 8 V T 6 LP 0D W N V Lp YW 88 V O 4�A pJ E8�22 W y �W V y IN3 ;ii l~A N PA C. W 4 g fin 4" 4'6.6 w„Qp w w w.y¢:w A w w 6 w,O p p o o w o w w e w AS AS AS w w!R w P l AS OR AS w w ws w�.ww I r, ^, 1 o1 o Q t tt .MaFr F oMW 0 1 tio l wb oM1wIw�1 wE wsHaM1a. nL H. Y 83 d V g P y Zy Q P A W w 88 88 88 M S V g D p N A%. ©Q p 83 W w W 'S m woo vm a car cs arrs�m o)4 ETn } PwA Z � � R _ �D D ry ii ( _ q na tA ( 3f33.a.avrcnvlma �- n � 93A rl"i NR x==s E5 = m N00 '059 n til rnrn ==== g5 t P>Ts D S+'<D A D`DD c;`TIT TT RID D TT "T1 D 5 r;TD 5;c; c;3D W T t;3; 1? w PAPA AS A ■ N0.9-A N E,4.N i b w.A. N N 443 .-01 q–1,1338 0) V 008.080 civ w N W g a OS A. V P cp N o N CT N 5. '':ii W sT w w'. rn A. ao t. cn Gn sn 5. N L..... O Gh 1.7.W, A _, AS w_ 0 c's_`° w w" 7.w � .8 N o-8 t.” =. w w 03. .... ..,cn`++ n, w o rn os o 0 sn r,n .. l, a AS roa marrnwal g./5QiS$uw &A. gwk-8..iwgmtcaaxt41.0it ■ II- p1 •p,...N,,. ... V \"A P W 9 Ut •R AS N //�� D� = o o �^ - Z 1 HEREBY CERTIFY THAT THIS PLAN,SPECIFICATION,OR REPORT 1.� n D O AND PREPARED HATII AM A OR UNDER MY ENGINEER SUPERVISION VV .< oa CITY OF OAK PARK HEIGHTS, MINNESOTA UNDER THE LAWS OF THE STATE OF MINNESOTA Stantec ° PRINT NAME.2015 STREET RECONSTRUCTION -BID PLANS `R1 F5NAM.""E)NE" O CIO _ 3 (r v 3 a r ,f Aedi��/f 233$highway 36 W XI Z % O SIGNATURE U4E11 /`'�!f St.Paul,MN 55113 `; " X 3 w a > STATEMENT OF ESTIMATED QUANTITIES r A N DATE 2-6-15 LIC.NO. 48340 WWW.SfU(ItCC.COIYI ._ ■ MI IIIIII M IIIIM alli IMMIIIIIIMIIII MO MI NM NM MI THE CONTRACTOR SHALL VERIFY AND BE RESPONSIBLE FOR ALL DIMENSIONS.DO NOT SCALE THE PI01 Date.02/27/2015-I'03pm DRAWING•ANY ERRORS OR OMISSIONS SHALL BE REPORTED TO STANEEC WITHOUT DELAY. Drawing name.V'\1938\active\193801994\CAD\Dwg\AREA D\193801994_CIOO.dwg OR SEE COPYRIGHTS OR ANY P RPOSEE OHEREAHAIE IIHATATHORIZED BY sLAHLEGs FORBIDDEN EPRODUCiION XretsH 193801994 BORDER R H 0 v) O r A O O v) —r r-17 r 0 O N c G RI z N 3 n o < O D O O < N m ril rc� c r D ` x C 2 A w T:, O h p � mDr�3wv�D n mm FJ O D ! 14 al M —� �CZ ; v -IZ to ~ "' zr- 007.SD O to 0 .'� mzcrmrtrtmtormriz rn ...I1•W I i C m --I-i -1 m /1 ,. 1l "� n Z �1' Gl < p-z000AOm ' 0 7. -I 70 0x 22 �20 l J O .. ..' 1„� A = Ai�a � m W�� p = Z �f``; -Sim . D z-ID --I , O5 D , mow+ , *rrn c I +oo _ :�ft'1 w n X11 `I O fv .71 --I O . •. I{' in I-Iv V m I{' z + � m {' m X11 I H~. pW D� • ',I N 3G7 q o Gl" v, �: o m2 : O t2i] , c : o oc ,�, m op 0jo �/ o 0 •03 I���R o m 70 O.V4 >Ce 9 0 Re 1 . 4 rn z J rri Nm NNE /�/� 1n 0NNo �.,/, w 0 , N N Cl U, 'n -•1 N N C -I '.11 m p rn � � D � N m �„ v,� :-% Z Zoo {1 b zWvZ *O C� CmzDHI �'� o � rrnnzD--I • I,1+ AF m .i A � AFX `�' T f r Z mm 70 A n . A A A n . .Al 0 0 0 c �,� O (,z'1 Oc r ,f// N N• * n v7, • 1 * n ') y 0 0 O -, iws v, Oc 0 ,......11 `` z v) v A, z can v I,• m rn '11 m m m G1 .: ,. =D 0 N m ;. A 0 BOO Y .�; i -1 A zo 1 = n zo m . • Avg 0):- wn � � W Nv ��f, Dm . .:j 1 o c < Oo Oi 1. rn Dcn 0 v �03 A O = m -< m 0 0 A 0 w m m 0 a i ",l' o '^ — ZO I HEREBY CERTIFY THAT THIS PLAN,SPECIFICATION,OR REPORT C�" ° a ' m• a A CITY OF OAK PARK HEIGHTS, MINNESOTA ANDTHATA REDBYMEORUNDERMY°IRECTS°PERV'SION n z Z AND THAT LA A DULY LICENSED ENGINEER Stantec �,m � < m° � n < UNDER THE LAWS OF THE STATE OF MINNESOTA ° ° ° CRISTINA M.MLEINEK a- PRINT NAME._ 3 2015 STREET RECONSTRUCTION BID PLANS ," - AREA D _ ,/A�A�j J Z7 n `; ,_ P °> TYPICAL SECTIONS SIGNATURE f�/f{7j�/d St Paul, 5511 w S1.WBI,MN 551 I3 3 s -o A a N m DATE 2-6-15 LIC.No 413340 wwwsiontec.wrn MI NIII MI UN OM an NM MI NM IIM MI IIIIIII M NM 11111 MI IMI IM THE CONTRACTOR SHALL VERIFY AND BE RESPONSIBLE FOR ALL$TENSIONS.DO NOT SCALE THE Plot Dote:02/27/2015-1:03pm DRAWING-ANY ERRORS OR ONS SHALL BE REPORTED TO STANTEC WITHOUT DELAY HT . D,Owing ngme:V:\1938\active\1 93801 99 4\CAD\Dwg\AREA D\19380]994_CI DO.gwg THE COPYRIGHTS TO ALL DRSIGNS AND AND DRAWINGS ARE THE PROPER,OF SOANOEC.REPRODUCTION OR USE FOR ANY PURPLES OTHER THAN THAT AUTHORIZED BY STANTEC 6 FORBIDDEN Wets.,193801994_BORDER O 0 CD m Z v c W C x co lit. __, ' 'l'1 O i '- 73-- r1 11 N 1-1 r H 1 O I# rn H C rn c O C [n D co 0 z m 4 c m Z coO m- G] z m 0 D m O �0 v 71 0 v c' c non 3 m OT c°r p m D m -i A ° r C . Vml A 7.co m 2.0 :. n O m 4ip o m* C4 Di ®ir to �� , �� m 0 a �. Tmm 3 E � m �R�;4 G) O IT In - = D W T m Z I I E -,� ' O to � m c o T\ 14 S: O 8 m E7 H rn H m 00Q i� D 0.q 0 D vO bbx Ll-i 30 a `i N Oz moo O °� O ➢I Obv 4 �� �3AD r- > Z 1- z rnx �O tn�C Tl�� =v,Or Z 71 v3 T OT.. Acv m0� o Enry O `m'� Z _.{ m Ov P r m32O O A m pA r- 3 0 z60 O�n �' DO O CO m G} mZ =30 O z OrpnO - O Hi O O 2 n o m n�o z�Z�'T mZZm rn 73 N 2 M O O= Q O Ln 2 p3 �B z z �3 rn � ��D LINO n m Z O ln n Z O z Z m m d ..� _ H*o z0=zDi -t m N -m-I m v = '12s, p O I HERESY CERTIFY THAT THIS PL AN,SPECIFICATION,OR REPORT p WAS PREPARED BY ME OR UNDER MY DIRECT SUPERVISION 5 c\ o n = A CITY OF OAK PARK HEIGHTS, MINNESOTA AND EHATI AMA OF THE CANE O MGNNNEESEROTA Stantec ,. p m0 0 UNDER THE LAWS DULY LLENSED '�i ° O PRINT NAME:_CRISTINA M.MLEJNEK 2015 STREET RECONSTRUCTION-BID PLANS • O m AREA D 1 233$Mfghw3y36w W A n 0 o INFILTRATION FEATURE TYPICAL SECTIONS SIGNATURE _ 0 1 St.Pool.MN 55113 D !� a 3 o A DATE 2-6-15 LIC.NO 48340 W W W S10TI}L'C.CURI I 11111 II Mk OM = N011 MN MN Mg MN 1111. MI THE CONTRACTOR SHALL VERIFY AND BE RESPONSIBLE FOR ALL DIMENSIONS.DO NOT SCALE THE Plat Date:02/27/2015-1:13prr1 DRAWING-ANY ERRORS OR OMISSIONS SHAH BE REPORTEDTO STANTEC WITHOUT DELAY. THE Drawing name;V_\1938\active\193801994\CAD\Dwg\AREA D\193E01994C501-ALT601.dwg OR SEOFOR ANY PURPOSE OTHER THAN THATTAUTHORIZED BY STOANTEC IDS FORBIDDEN EPRODUCnON Xrefs:,193801994_XSST,193801994_8070ER,193801994 XSX?D,193801994_XSPL,193801994_XSNO.193801994_XSSS,193801994_XSWT,5529SWMMEz 44•4s\PANAMA AV ',I . , , __ �- _, ,, , : :: : : 1 <�.... 1O ; • 1/<<____<,_<< ... i.,„y?..) , .,f . i.......,m if,f.f.*4443444„..),1 ' \\ K� (yam N,1 i �, • I: _ v \yr/ 1 i 1 L•, i \ ,_:.- \ ;? 1 15024 w 1 T I1µ } j4/( t �.__.......\ II i 1 J ��- ? , K f 15048 I 7 \ 1 O rt I 1 • z N =CRT LI j ,, •I z a ow.. �' 15072 !:!n �I/ � I` 0 I rn mvZ '1. r„ , , : _,:: : 111 mm >_, sfi n m0 2 - mm 1 15082 m(7 �_.r J I 9 � l p°A m 15 085 I , 1/ . n= 6 .. : D m N q Z , Y v-.11 . .a \l G . 15098 .. : R O \r _ -• / o o r— { 1 I G \ / ` (n)N Z . , to .A / \\ iJ �! 15112 �' *J 1 , ? g 1 ..._ ..__ / l K / JI ���) _.._yu�- - - {I ,;r, �I P RIS AVE NORTH : • , ' i , : : ), /1 b C `-, • 2 /r -... -.. , .---. , --. .-. -. --- --. -- -.-. \ N, \,r , l,) 1 Z j '\--' ez7777 V 7 11 } _ 1 154 i _ _ x_ 11 1 � r • y = p Z I HEREBY CERTIFY THAT THIS PLAN,SPECIFICATION,OR REPORT l/'�' p ^' O O WAS PREPARED BY UL OR UNDER EN DIRECT SUPERVISION ',.. O ” ? Z V G UNDER LAWS OF THE STATE OF CITY OF OAK PARK HEIGHTS, MINNESOTA StanteC O a O O p- 9 PRINT NAME._ O 5 ; 3 2015 STREET RECONSTRUCTION BID PLANS `R's TI"""." �,"E Ul p 8 - AREA D ):- AAA / 2335 Highway 36 W O SIGNATURE IA1 79y EERY( j n a y STORM SEWER IMPROVEMENTS St.Paul,MN 55113 e 3 m A - DATE 2-6-15 LC.NO. 48340 wwwstanteccorn I SECTION 00 01 05 PROFESSIONAL CERTIFICATIONS PROFESSIONAL ENGINEER I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Minnesota. ' Cristina M. ejnek Date: February 10, 2015 License # 48340 END OF SECTION I I I I 1 I I I I PROFESSIONAL CERTIFICATIONS ©2015 Stantec I 193801994-D 00 01 05- 1 I ISECTION 00 01 10 ITABLE OF CONTENTS I PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP Division 00 - Procurement and Contracting Requirements Introductory Information 00 01 05 Certifications Page I00 01 10 Table of Contents Procurement Requirements I 00 11 13 Advertisement for Bids 00 21 13 Instructions to Bidders Minn. Stat 16C.285 Responsible Contractor Compliance I Minn.Stat 16C.285 Contractor's Verification 00 31 00 Available Project Information Geotechnical Evaluation Report 00 41 10 Bid Form IContracting Requirements 00 52 10 Agreement Form I 00 61 13.13 Performance Bond 00 61 13.16 Payment Bond 00 72 05 EJCDC C-700 Std General Conditions of the Construction Contract (2007 Edition) I00 73 05 Supplementary Conditions SPECIFICATIONS GROUP I GENERAL REQUIREMENTS SUBGROUP Division 01 - General Requirements 01 03 00 Alternates 01 10 00 Summary I 01 20 00 Price and Payment Procedures 01 31 00 Project Management and Coordination 01 33 00 Submittal Procedures I 01 40 00 Quality Requirements 01 50 00 Temporary Facilities and Controls 01 57 13 Temporary Erosion and Sediment Control I01 70 00 Execution Requirements Division 02-Existing Conditions 02 41 13 Selective Site Demolition ISITE AND INFRASTRUCTURE SUBGROUP Division 31 - Earthwork I 31 10 00 31 23 00 Site Clearing Excavation and Fill 31 23 13 Subgrade Preparation I 31 32 19 Geo-synthetic Soil Stabilization and Layer Separation Division 32-Exterior Improvements 32 11 23 Aggregate Base Courses 32 12 01 Flexible Paving (Municipal Projects) TABLE OF CONTENTS I ©2015 Stantec I 193801994-D 00 01 10- 1 I 32 13 14 Concrete Walks, Medians, and Driveways 32 16 13 Concrete Curbs and Gutters 32 17 23 Pavement Markings 32 92 00 Turf and Grasses Division 33 - Utilities 33 01 38 Pipe Rehabilitation by Cured-in-Place Pipe (CIPP) 33 01 39 Manhole Rehabilitation 33 01 44 Pipe Bursting 33 05 05 Trenching and Backfilling 33 05 17 Adjust Miscellaneous Structures 33 05 18 Reconstruct Miscellaneous Structures 33 08 30 Commissioning of Sanitary Sewer Utilities 33 08 31 Sanitary Sewer Televising, Cleaning and Inspection 33 10 00 Water Utilities 33 12 12 Water Services 33 31 00 Sanitary Utility Sewer Piping 33 31 14 Sanitary Sewer Services 33 39 00 Sanitary Utility Sewer Structures 33 40 00 Storm Sewer Drainage Utilities 33 46 00 Subdrainage Division 34-Transportation 34 41 05 Traffic Signs and Devices END OF SECTION I I I I I I TABLE OF CONTENTS ©2015 Stantec 1 193801994-D 00 01 10-2 1 I SECTION 00 11 13 ADVERTISEMENT FOR BIDS I Sealed Bids will be received by the City of Oak Park Heights, Minnesota, in the City Hall at 14168 Oak Park Boulevard, until 10 A.M., CDT, Monday, March 9, 2015, at which time they will be publicly opened and read aloud for the furnishing of all labor, materials, and all else necessary for I the following: 2015 Street Reconstruction-Area D I In general, Work consists of the rehabilitation of sanitary sewer,services, storm sewer, replacement of water main and services, and reconstruction of streets within residential neighborhoods.The Project consists of the following approximate quantities: 1 1 400 LIN FT 8"& 10" PVC Sanitary Sewer 20 EACH Line Sanita ry Sewer Structures 5,000 LIN FT Sanitary Sewer CIPP Lining 9,700 LIN FT 6" &8"DIP Water Main 250 LIN FT Pipeburst 6" PVC C900 Water Main 3,400 LIN FT 12"to 24" RCP Storm Sewer 46 EACH Storm Sewer Structures 9,500 CU YD Common Excavation 9,600 TON Select Granular Borrow 9,000 TON Class 5 Aggregate re ate Base I, 4,500 TON Bituminous Pavement 18,900 LIN FT Concrete Curb and Gutter 4300 CU YD Select Topsoil Borrow 1 30,000 SQ YD Hydroseed with Mulch Along with miscellaneous utility improvements,removals, restoration,signing, Iand correlated appurtenances. Complete digital Bidding Documents are available at www.auestcdn.com for$20 by inputting I QuestCDN eBidDoc#3707864 on the website's Project Search page. Paper Bidding Documents may also be viewed at the City of Oak Park Heights and at Stantec, 2335 Highway 36 West,St. Paul, MN 55113, (651) 636-4600. IDirect inquiries to Engineer's Project Manager, Cristina Mlejnek at (651) 967-4619. Bid Security in the amount of 5 percent of the amount of the Bid must accompany each Bid in IIaccordance with the Instructions to Bidders. The Owner reserves the right to retain the deposits of the 3 lowest Bidders for a period not to exceed 60 days after the date and time set for the Opening of Bids. No Bids may be withdrawn for a period I of 60 days after the date and time set for the Opening of Bids. 11 The Owner reserves the right to reject any and all Bids, to waive irregularities and informalities therein, and further reserves the right to award the Contract to the best interests of the Owner. Eric Johnson, City Administrator 1 City of Oak Park Heights, Minnesota ADVERTISEMENT FOR BIDS 0 2015 Stantec I 193801994-D 00 1 1 13- 1 ISECTION 00 21 13 IINSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to iBidders have the meanings indicated below: A. Issuing Office-The office from which the Bidding Documents are to be issued and where the Bidding procedures are to be administered. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS I2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation for Bids may be obtained from the Issuing Office. 1 2.02 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. p g 2.03 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a IIlicense for any other use. 2.04 Neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from Bidder's use of electronic downloadable Bidding Documents (Electronic Bidding Documents). In addition to the above items, Bidders using Electronic Bidding Documents are solely responsible for use of such documents, including, but not limited to: IA. It is the responsibility of the Bidder to go to QuestCDN's Projects (www.questcdn.com), check for the presence of Bidding Documents (including Addenda), and download documents as they become available. Bidder shall regularly check QuestCDN's projects I for Addenda or other additions or revisions to the Bidding Documents through the Bid Opening date,whether or not Bidder has received email notice of Addenda from Stantec or Quest CDN. B. It is the responsibility of the Bidder to verify the intended document size (sheet dimensions) and to verify proper colors (color, or black and white) of the Electronic Bidding Documents prior to reproduction. Bidder shall ensure that the Electronic Bidding Documents are Ireproduced to the correct and exact scale, and correct colors. C. It is the responsibility of the Recipient of Electronic Bidding Documents from this site to Icheck the electronic data for computer viruses or other harmful coding. D. Bidders are subject to the Terms of Use and Limitations on Use detailed in the Stantec Plan Room. III I INSTRUCTIONS TO BIDDERS ©2015 Stantec I 193801994-D 00 21 13- 1 1 I ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within 5 days of Owner's request, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below: A. Evidence of Bidder's authority to do business in the state where the Project is located. I B. Evidence of genuiness of Bid and lack of collusion in conjunction therewith. 3.02 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder's representations and certifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify 1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site. 2. Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request.Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner or others. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 4.06 of the General Conditions. 4.05 On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon INSTRUCTIONS TO BIDDERS ©2015 Stantec I 193801994-D 00 21 13-2 I 1 completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. I4.06 Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work contemplated by these Bidding IDocuments. On request, Owner will provide to each Bidder for examination access to or copies of contract documents (other than portions thereof related to price) for such other work. I4.07 It is the responsibility of each Bidder before submitting a Bid to: I A. examine and carefully study the Bidding Documents, and the other related data identified in the Bidding Documents; I B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and 3 Regulations that may affect cost, progress, and performance of the Work; D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified, 1 i if any, in Paragraph 4.02 of the Supplementary Conditions as containing reliable"technical I data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Paragraph 4.06 of the Supplementary Conditions as containing reliable "technical data;" J E. consider the information known to Bidder; information commonly known to contractors doing business in the locality of the Site;information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in I the Bidding Documents,with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by I Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder's safety precautions and programs; I F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) Bid and within the times required, and in Iaccordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by Owner and others Iat the Site that relates to the Work as indicated in the Bidding Documents; H. promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution Ithereof by Engineer is acceptable to Bidder; and I. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. INSTRUCTIONS TO BIDDERS 0 2015 Stantec I 193801994-D 00 21 13-3 I I 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. I ARTICLE 5 - PRE-BID CONFERENCE 5.01 A Pre-Bid Conference will be held at 9:30 A.M, CST on February 12, 2014, at Oak Park Heights I City Hall. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Engineer will transmit to all prospective Bidders of record such Addendum as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner, unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than 10 days prior to the date for Opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. ARTICLE 8 - BID SECURITY 8,01 A Bid must be accompanied by Bid Security made payable to Owner in an amount of 5 1 percent of Bidder's maximum Bid price and in the form of a certified check, bank money order, or a Bid Bond issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid Security of the successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required Contract Security and met the other conditions of the Notice of Award, whereupon the Bid Security will be returned. If the successful Bidder fails to execute and deliver the Contract Documents and furnish the required Contract Security within 15 days after the Notice of Award, Owner may consider Bidder to be in default, annul INSTRUCTIONS TO BIDDERS ©2015 Stantec 1 193801994-D 00 21 13-4 I 1 the Notice of Award, and the Bid Security of that Bidder will be forfeited. Such forfeiture shall be Owner's exclusive remedy Security if Bidder defaults.The Bid Securit of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 7 days after the Effective Date of the Agreement or 61 days after the Bid Opening,whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within 7 days after the Bid Opening. j ARTICLE 9 - CONTRACT TIMES 9.01 The number of days within which, or the dates by which, Milestones are to be achieved and the Work is to be Substantially Completed and ready for Final Payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES P 10.01 Provisions for liquidated damages, if any, ar.. set forth in the Agreement. q g Y- 9 ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS 11.01 The Contract, if awarded,will be on the basis of materials and equipment specified or II described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain subcontractors, suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the i Effective Date of the Agreement, the apparent successful Bidder, and any other Bidder so requested, shall within 5 days after Bid Opening, submit to Owner a list of all such subcontractors, suppliers, individuals, or entities proposed for those portions of the Work for ll It which such identification is required.Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such subcontractor, supplier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed subcontractor, supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent successful Bidder to submit a substitute, in which case apparent successful Bidder shall submit an acceptable substitute, Bidder's Bid price will be increased (or I decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating Bids and making the Contract award. I 12.02 If apparent successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable subcontractors, suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid Security of any Bidder. Any subcontractor, supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject t o revocation of such acceptance after the Effective Date of the Agreement as provided in IParagraph 6.06 of the General Conditions. INSTRUCTIONS TO BIDDERS ©2015 Stantec I 193801994-D 00 21 13-5 I 12.03 Contractor shall not be required to employ any subcontractor, supplier, individual, or entity against whom Contractor has reasonable objection. ARTICLE 13 - PREPARATION OF BID I 13.01 The Bid Form is included with the Bidding Documents. 13.02 All blanks on the Bid Form shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each section, Bid Item, Alternate, adjustment Bid Unit Price Bid Item, and Bid Unit Price Bid Item listed therein. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign.The corporate seal shall be affixed and attested by the secretary or an assistant secretary.The corporate address and state of incorporation shall be shown. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign.The state of formation of the firm and the official address of the firm shall be shown. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 13.08 All names shall be printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 13.10 Postal and e-mail addresses and telephone and fax numbers for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located, or Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. Bidder's state contractor license number, if any, shall also be shown on the Bid Form. 13.12 Bidders shall indicate the total add or deduct to the Total Base Bid for each Alternate provided I on the Bid Form. ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS I 14.01 Unit Price with Alternates A. Bidders shall submit a Bid on a Bid Unit Price basis for each Bid Item of Work listed in the Bid Form and include a separate price for each Alternate described in the Bidding Documents as provided on the Bid Form.The price for each Alternate will be the amount added to or INSTRUCTIONS TO BIDDERS ©2015 Stantec I 193801994-D 00 21 13-6 1 deleted from the Base Bid if the Owner selects the Alternate. In the evaluation of Bids, Owner may select any combination of Alternates or Owner may choose not to accept jany Alternate Bids. B. The total of all estimated prices will be the sum of the products of the estimated quantity of I each Bid Item and the corresponding Bid Unit Price.The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of work and Bid Unit Prices will be I resolved in favor of the Bid Unit Prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. I D. Bids will be compared on the basis of the "Adjusted Total Base Bid" and this amount will be the basis for determining the lowest Bidder. The sum of the Total Base Bid and any combination of Alternates and Substitute Items accepted by the Owner will determine the "Adjusted Total Base Bid." The Owner may choose to not accept any Alternates or I Substitute Item Bids. ARTICLE 15 - SUBMITTAL OF BID 1 15.01 Bid shall be submitted no later than the date and time prescribed and at the place indicated in the Advertisement or Invitation for Bids and shall be enclosed in a plainly marked package I with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid Security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate package plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Owner's office. 15.02 The Bid shall include the entire Document 00 41 10, Bid Form. This includes all attachments listed I in Article 7.01 of the Bid Form and/or all forms included with the Bid Form.The Contractor may remove or copy these sheets from the Project Manual 1 15.03 The entire Project Manual should not be submitted with the Bid. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID I16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the Opening of Bids. 16.02 Bids may be withdrawn after Bid Opening only in accordance with the law. IARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the Advertisement or Invitation for Bids I and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the Base Bids and major Alternates, if any, will be made available to Bidders after the Project is awarded. I I INSTRUCTIONS TO BIDDERS I ©2015 Stantec 1 193801994-D 00 21 13-7 1 ARTICLE 18- BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 19 - EVALUATION OF BIDS AND AWARD OF CONTRACT 19.01 If the Contract is awarded, award will be made on the basis of the lowest responsive, responsible, qualified Bidder determined by the Adjusted Total Base Bid. 19.02 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the successful Bidder. 19.03 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than 1 Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.04 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such Alternates, Bid Unit Prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.05 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of subcontractors, suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of subcontractors, suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.06 Owner may conduct such investigations as Owner deems necessary to establish the I responsibility, qualifications, and financial ability of Bidders, proposed subcontractors, suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents. As a condition of its Bid, Bidder is required to waive any and all claims of whatever nature against Owner, Engineer, and their employees and agents which arise out of or relate to such investigations and statements made as a result thereof, except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice.This waiver is not intended to restrict Bidder's rights to challenge a Contract pursuant to law. 19.07 If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner's requirements as to performance and payment bonds and insurance. When the successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds. I INSTRUCTIONS TO BIDDERS ©2015 Stantec 1 193801994-D 00 21 13-8 i IlARTICLE 21 - SIGNING OF AGREEMENT 1 21.01 When Owner issues a Notice of Award to the successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, successful Bidder shall sign and deliver the required number of counterparts of I the Agreement and attached documents to Owner. Within 10 days thereafter, Owner shall deliver 2 fully signed counterparts to successful Bidder with a complete set of the Drawings with appropriate identification. 1 END OF SECTION I I I 1 1 I I I I I I I I i INSTRUCTIONS TO BIDDERS 0 2015 Stantec I 193801994-D 00 21 13-9 I 1 B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, I directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for: II1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance imaintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after fmal payment pursuant to Paragraph 14.07. ire C. Any insurance policy maintained by Owner covering any loss, da m age or co ns eq uential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of Ipayment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them. 5.08 Application Receipt and A r p pp n o f Insurance Proceeds iA. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. I/ B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of rY P adjust Y the parties in interest shall object in writing within 15 days after the occurrence of loss to I Owner's exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall I adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. $ 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in II' accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the i certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 21 of 62 00 72 OS I and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer I A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. t EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 62 00 72 05 p I Statutory compliance Minn. Stat 1 6C. 285 Responsible Contractor. II Th e provisions o f Minn.Stat. 16C.285 are imposed as a requirement of this contract.All bidders and persons or companies providing a submission to the bid of the City and shall comply with the provisions of the statute. The Contractor shall conform to the responsibility requirements within the bid for its portion(s) of the work on the project and provide to the City a written Iverification that it meets the following minimum criteria as part of its submission to the bid. All bidders shall verify the following as the "contractor" as part of their bid. I 1) the contractor: i) is in compliance with workers' compensation and unemployment insurance requirements; ii) (ii) is currently registered with the Department of Revenue and the Department of I Employment and Economic Development if it has employees; iii) has a valid federal tax identification number or a valid Social Security number if an individual; and li iv) has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative; 2) the contractor or related entity is in compliance with and, during the three-year period I before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or181.722, and has not violated United States Code, title 29, sections 201 to III 219, or United States Code, title40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; ii) has been issued an order to comply by the commissioner of labor and industry that has become final; iii) has been issued at least two determination letters within the three-year period by the I Department of Transportation finding an underpayment by the contractor or related entity to its own employees; iv) has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; I v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or I vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur I until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties; I 3) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order; I I I I 4) the contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office; the contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, dis-advantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification; 5) the contractor or related entity is not currently suspended or debarred by the federal II government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and 6) all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). III Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. The Contractors Verification shall be signed and accompany all responses to the RFP/Bid documents and any contracts issued thereunder or the response/contract shall be rejected by the City. A prime contractor, as defined by the statute, or subcontractor shall include in its verification of compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7),within 14 days of retaining the additional 11 subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to . subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship.A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. I I 1 I 11 CONTRACTORS VERIFICATION PROVIDED UNDER MINN. STAT 16C.285 i To:The City of Oak Park Heights Regarding City Project: 2015 Street Reconstruction-Area D IThe undersigned, hereinafter identified herein as "Contractor", upon being duly sworn on oath, does pursuant to Minn. Stat. 16C.285, provide the following sworn verification to the City as a Icondition of its submission of a response to the Bid solicitation forwarded by the city with reference to the above identified project. The Company does also verify the statements herein to be true and affirms and acknowledges it affirmative obligation to the City to notify the City immediately if at any Itime during the project any statement contained herein becomes untrue or incorrect in any aspect. The contractor verifies the following are true and correct statements relative to this project. I1) the contractor: (i) is in compliance with workers' compensation and unemployment insurance requirements; (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii) has a valid federal tax identification number or a valid Social Security number if an individual; and I (iv) has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative; I 2) (2) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or181.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code, title40, sections 3141 to 3148. For purposes of this clause, a violation occurs I when a contractor or related entity: (i) repeatedly fails to pay statutorily required wages or penalties on one or more separate I projects for a total underpayment of$25,000 or more within the three-year period; (ii) has been issued an order to comply by the commissioner of labor and industry that has become final; (iii) has been issued at least two determination letters within the three-year period by the IDepartment of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv) has been found by the commissioner of labor and industry to have repeatedly or willfully I violated any of the sections referenced in this clause pursuant to section 177.27; (v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been II upheld by an administrative law judge or the Administrative Review Board; or (vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having I jurisdiction. Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not I occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties; I 3) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order; I 4) the contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office; 5) the contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, dis-advantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification; 6) the contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments, commissions, agencies, or political subdivisions; and 7) all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. Dated this_day of , 2015 {Name- the Company} I By: I, Its: STATE OF MINNESOTA ) ss. COUNTY OF On this day of , 201_, before me, a Notary Public, in and for said County and State, appeared , to me personally known, who being by me first duly sworn, did say that he/she is the of being the "company" identified above and acknowledged said instrument to be the free act and deed of said (the "company") who then executed the foregoing document by authority of (the "company"), and acknowledging said instrument to be the free act and deed of said entity. I Notary Public I I I SECTION 00 31 00 AVAILABLE PROJECT INFORMATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Technical Data. 1.02 TECHNICAL DATA A. The Technical Data is identified in the Supplementary Conditions. Bidders are responsible for their own interpretation, verification, and use of the Technical Data contained in these reports and drawings consistent with the General Conditions and Supplementary Conditions. Reports, drawings, and other information regarding the Project may be available for Bidder's review at Engineer's office. Schedule a viewing time with the Project Manager. A. Portions of reports and drawings used by the Engineer in the preparation of Bidding Documents are attached to this Section. A list of attachments to this Section include: 1. Report dated September 9, 2013, prepared by Braun Intertec Corporation entitled "Geotechnical Evaluation Report, Various City Streets, Oak Park Heights, Minnesota. PART 2 PRODUCTS I Not Used. PART 3 EXECUTION Not Used. END OF SECTION I I I I I I AVAILABLE PROJECT INFORMATION ©2015 Stantec I 193801994-D 00 31 00- 1 I II I I Geotechnical Evaluation Report 1 Various City Streets Oak Park Heights, Minnesota IPrepared for I Stantec Consulting Services, Inc. I 1 I Professional Certification: I I hereby certify that this plan, specification,or report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer Iunder the laws of the State of Minnesota. 1 , 1/9 Osumurstro, Matthew S.Oman, PE ENSED it St Associate Principal/Senior Enginekr' if : pROFESS1ONAL 1 S License Number: PE-43893 F.' I ENGINEER I E 1 I / S September 9,2013 I *'/..1 ..e,*".• .._\•• •••••roC). 1 Project SP-13-05118 IBraun Intertec Corporation I 1 I I BRAUN Braun Intertec Corporation Phone:651487.3245 N F 1826 Buerkle Road Fax: 651.487.1812 Saint Paul,MN 55110 Web: braunintertec.com I September 9, 2013 Project SP-13-05118 I Mr. Christopher Long, PE Stantec Consulting Services, Inc. 2335 Highway 36 West St. Paul, MN 55113 Re: Report of Geotechnical Evaluation Various City Streets Oak Park Heights, Minnesota Dear Mr. Long: We are pleased to present this Geotechnical Evaluation Report for various streets located in Oak Park Heights, Minnesota. The purpose of the evaluation was to provide geotechnical information at desired soil boring locations and to provide recommendations for pavement design and the suitability of the soils I for construction. Please see the attached report for a detailed discussion on the field exploration results and our recommendations. The report should be read in its entirety. Thank you for making Braun Intertec your pavement consultant for this evaluation. If you have questions about this report,or if there are other services that we can provide in support of our work to date, please call Amy Grothaus at 651.261.7122. Sincerely, BRAUN INTERTEC CORPORATION 4 a Amyl.Grot .us Senior Project Mana er/Engineer I Matthew S. Oman, PE Associate Principal/Senior Engineer Report-Oak Park Heights I AA/ECIE Providing engineering and eitvironmenial notations since I ITable of Contents Description Page A. Introduction 1 A.1. Project Description 1 A.2. Purpose 1 A.3. Background Information and Reference Documents 1 1 I A.4. Site Conditions 1 A.S. Scope of Services 2 B. Results 2 B.1. Bituminous Core and Hand Auger Results 2 B.2. Exploration Logs 4 I B.2.a. Log of Boring Sheets 4 B.2.b. Geologic Origins 5 B.3. Geologic Profile 5 IB.3.a. Pavement Materials 5 B.3.b. Geologic Materials 5 B.3.c. Groundwater 5 IB.4. Geotechnical Laboratory Test Results 6 C. Basis for Recommendations 6 I C.1. Design Details 6 C.1.a. Anticipated Traffic 6 C.1.b. Anticipated Grade Changes 6 IC.1.c. Precautions Regarding Changed Information 7 C.2. Design and Construction Considerations 7 C.2.a. Pavement Subgrades 7 D. Recommendations 7 D.1.a. Sub grade Preparation and Proofrolls 7 g p I D.1.b. Design Sections 8 D.1.c. Backfill and Material Compaction 8 D.1.d. Materials and Compaction 9 ID.1.e. Subsurface Drainage 9 D.2. Construction Quality Control 9 I D.2.a. Excavation Observations 9 D.2.b. Materials Testing 9 D.2.c. Cold Weather Precautions 9 I I III I I I Table of Contents (Continued) Description Page 1 p g E. Procedures 10 E.1. Pavement Coring and Hand Augers 10 E.2. Direct-Push Probe Borings 10 E.3. Material Classification and Testing 10 E.3.a. Visual and Manual Classification 10 E.3.b. Laboratory Testing 10 E.4. Groundwater Measurements 11 F. Qualifications 11 F.1. Continuity of Professional Responsibility 11 F.1.a. Plan Review 11 F.1.b. Construction Observations and Testing 11 F.2. Use of Report 11 F.3. Standard of Care 11 Appendix I Boring and Core Location Map Log of Boring Sheets Descriptive Terminology I 1 I I I I I I I I I A. Introduction 1 A.1. Project Description I This Geotechnical Evaluation Report addresses various City streets being considered for reconstruction 1 by the City of Oak Park Heights. The streets included in this evaluation are within four separate Areas, noted as Areas B, C, D and E on the attached sketch. IA.2. Purpose IThe purpose of this geotechnical evaluation is to characterize subsurface geologic conditions at selected exploration locations,evaluate the existing pavement sections, and to provide recommendations for pavement design. IA.3. Background Information and Reference Documents To facilitate our evaluation, we were provided with or reviewed the following information or documents: I • Sketch indicating the location of the streets to be evaluated, provided by Stantec Consulting IServices, Inc., (Stantec). 1 • Aerial Maps available from Google Earth. i • Geologic atlas available from the USDA Web Soil Survey. 1 i • Minnesota Department of Transportation (MnDOT)traffic m ap s. A.4. Site Conditions IThe streets are low-volume residential streets surfaced with bituminous pavement. Our referenced documents and past project experience in the area indicate that the site is underlain with sandy glacial Ioutwash and glacial till soils. I 1 I Stantec Consulting Services, Inc. Project SP-13-05118 September 9, 2013 1 Page 2 I A.S. Scope of Services Our scope of services for this project was originally submitted as a Proposal to Mr. Christopher Long dated August 8, 2013.We received authorization to proceed on August 14, 2013. Our scope of services was performed under the terms of our Master Professional Services Agreement between Braun Intertec and Stantec Consulting Services, Inc., dated July 1, 2002. Tasks performed in accordance with our authorized scope of services included: • Staking and clearing exploration locations of underground utilities. We used our Global Positioning System (GPS)equipment to stake the exploration locations. • Conducting 21 bituminous cores and hand augers, noting their conditions and measuring their thicknesses. I • Performing 21 direct-push probe test borings to nominal depths of 10 feet below the existing surface. • Performing laboratory tests on selected samples. I • Preparing this report containing an exploration location sketch,exploration logs,a summary of the geologic materials encountered, results of laboratory tests, results of coring and hand augers, and recommendations for pavement design. B. Results I B.1. Bituminous Core and Hand Auger Results I We extracted pavement cores and performed hand augers in 21 locations as shown on the attached sketch. Bituminous and aggregate base layer thicknesses were measured in the field. Cores were returned to our lab and were examined to assess bituminous material conditions and were measured a second time to verify the measurements obtained in the field. Several of the cores broke during extraction. BRAUN i T T r IStantec Consulting Services, Inc. Project SP-13-05118 ISeptember 9, 2013 Page 3 I Most of these breaks occurred in the upper portion of the core(the top 1/2 to 1 inch). It is possible that 1 this upper layer consisted of multiple seal coat applications or overlays that have delaminated from the original pavement structure. Results of the pavement cores and hand augers are shown in Table 1. iTable 1. Bituminous Core and Hand Auger Results Bituminous Aggregate ICore Base Thickness Thickness 1 Location Area Street (in) (in) Notes I SB-1 C Olinda Avenue 3.1 13.0 SB-2 C Omaha Avenue 5.5 18.0 SB-3 D Osman Avenue 3.8 2.0 Core broken IIISB-4 D 64th Street 2.6 4.0 SB-5 D 64th Street 2.5 14.0 1 11 64th Street/Pecan SB-6 D 6.4 -- Avenue Refusal at 12 inches; SB-7 D Pecan Avenue 4.7 12.0 Weathered limestone 1 bedrock encountered. SB-8 D 63 r d Street 2.7 13.0 Core broken 1 SB-9 D 63rd Street 4.0 10.0 Core broken ISB-10 D Paul Avenue 2.7 8.0 Core broken Upper 61st SB-11 D Street/Peabody 3.2 12.0 Core broken Avenue iSB-12 E 58th Street 3.2 6.0 SB-13 E Peller Avenue 5.2 10.0 Core broken SB-14 E 58th Street 3.0 10.0 58-15 E 58th Street 2.5 7.0 I I I MT DT f`" Stantec Consulting Services, Inc. g I Project SP-13-05118 September 9, 2013 1 Page 4 I Bituminous Aggregate Core Base Thickness Thickness Location Area Street (in) (in) Notes SB-16 E 57th Street 2.7 10.0 Core broken i SB-17 E Penfield Avenue 1.8 10.0 Core broken SB-18 E Peller Avenue 3.8 9.0 SB-19 E Perkins Avenue 4.5 13.0 Refusal at 12 inches; SB-20 B 56th Street 3.8 12.0 I core broken SB-21 B Ozark Avenue 4.8 11.0 Average 3.6 9.7 I B.2. Exploration Logs B.2.a. Log of Boring Sheets Log of Boring sheets for our direct-push probe test borings are included in the Appendix. The logs I identify and describe the geologic materials that were penetrated, laboratory tests performed on penetration test samples, and groundwater measurements. Strata boundaries were inferred from changes in the samples. The boundary depths likely vary away from the boring locations, and the boundaries themselves may also occur as gradual rather than abrupt transitions. The direct-push probe borings were conducted using a 5-foot-long continuous sampling tool. Due to the I non-cohesive nature of the sandy soils encountered, full recovery was not obtained in the borings. The amount of material that was recovered is noted on the Log of Boring sheets. We encountered refusal I with the Geoprobe at locations SB-6 and SB-9 at a depth of approximately 7 feet. I I BRAUN I 1 1T oTar IStantec Consulting Services, Inc. Project SP-13-05118 1 September 9, 2013 Page 5 i B.2.b. Geologic Origins I Geologic origins assigned to the materials shown on the logs and referenced within this report were based on: (1) a review of the background information and reference documents cited above, (2)visual classification of the various geologic material samples retrieved during the course of our subsurface exploration, (3) penetration resistance data,(4) laboratory test results,and (5)available common knowledge of the geologic processes and environments that have impacted the site and surrounding Iarea in the past. $ B.3. Geologic Profile i B.3.a. Pavement Materials The streets are paved with bituminous pavement. Thicknesses of the bituminous surfacing varied between 1.8 and 6.4 inches, with an overall average thickness of 3.6 inches. In twenty of the twenty-one iiexploration locations, aggregate base was encountered below the bituminous layer. The thickness of the aggregate base varied between 2 to 18 inches with an average thickness of 9.7 inches. IB.3.b. Geologic Materials As previously noted, due to the non-cohesive nature of the sandy soils encountered, full recovery was Inot obtained in the push probe borings. Pavement core and hand auger results are provided on the push probe boring logs and provide pavement layer depths. Beyond the bituminous and aggregate base Ilayers, subgrade material depths were based on experience and material recovered from the push probe sleeves. iThe general geologic profile of the roadway borings consists(proceeding down from the ground surface) of bituminous pavement, aggregate base material, assorted fill soils,overlying glacial outwash and glacial till soils. I Fill materials consisted primarily of poorly graded sand with silt. Glacial outwash and till soils consisted of various materials including poorly graded sand, poorly graded sand with silt, silty sand, silt, and sandy lean clay. Weathered limestone bedrock was encountered in Borings SB-5, SB-6,SB-7, SB-9 and SB-10, Ilocated in Area D. The depth of limestone material varied between approximately 1.5 feet to 10 feet. IB.3.c. Groundwater Groundwater was not observed as our borings were advanced. Based on the moisture contents of the geologic materials encountered, it appears that groundwater was below the depths explored. BRAUN I I IT TT (' Stantec Consulting Services, Inc. Project SP-13-05118 September 9, 2013 1 Page 6 Seasonal and annual fluctuations of groundwater, however,should be anticipated. B.4. Geotechnical Laboratory Test Results We performed moisture content and percent passing the number 200 sieve tests on select samples recovered from the borings in accordance with ASTM procedures. The laboratory test results are shown on the Log of Boring Sheets included in the Appendix. I In the borings,the moisture content of the fill materials directly beneath the bituminous pavement was determined to vary from approximately 3 to 8 percent, indicating that the material was likely below its probable optimum moisture content. Moisture contents in the outwash materials were between approximately 4 to 19 percent, which were judged to be near or slightly above their estimated optimum moisture contents. Our mechanical analyses indicated that the sandy samples contained 4 to 27 percent by weight passing the#200 sieve. Mechanical analysis tests performed on silts and clays contained 62 to 71 percent by weight passing the#200 sieve. 1 C. Basis for Recommendations I C.1. Design Details C.1.a. Anticipated Traffic Traffic data was not provided; however,the tested streets are low volume, residential streets. We assume traffic is likely less than 500 ADT. Overall,we have assumed that the traffic will generally be less than 50,000 ESALs over a 20-year design period. C.1.b. Anticipated Grade Changes We expect that grade changes will be minimal. BRAUN I I kiTC OT r iStantec Consulting Services, Inc. Project SP-13-05118 ISeptember 9, 2013 Page 7 11 C.1.c. Precautions Regarding Changed Information I We have attempted to describe our understanding of the proposed issues to the extent they were reported to us. Depending on the extent of available information, assumptions may have been made II based on our experience with similar projects. If we have not correctly recorded or interpreted the project details,we should be notified. New or changed information could require additional evaluation, analyses and/or recommendations. I C.2. Design and Construction Considerations IC.2.a. Pavement Subgrades We anticipate the pavement subgrades will generally consist of previously placed fill overlying poorly graded sand with silt. Since grade changes are not expected, we anticipate the subgrade soils present beneath the upper portion of the existing roadway will generally be suitable for reuse as subgrade. 1 D. Recommendations I Based on the information provided,we have assumed the method of repair for the tested streets is complete reconstruction. If other repair methods such as mill-and-overlay or pavement reclamation are selected, we should be contacted for further recommendations. i D.I.a. Subgrade Preparation and Proofrolls iWe recommend the removal of silt materials to a depth of 12 inches below the anticipated bottom of aggregate base. For preparation of any exposed subgrades prior to placement of new pavement sections, we recommend the subgrade soils be proofrolled with a loaded tandem-axle truck and observed by a geotechnical Iengineer and City personnel. This will assist in identifying any soft or weak areas that will require additional soil correction work. Areas that yield or rut more than 1 to 2 inches due to wheel traffic should be corrected. Failed areas should be moisture conditioned to near optimum moisture content and recompacted to 100 percent of its standard Proctor maximum dry density. I i 1 I BRAUN Stantec Consulting Services, Inc. Project SP-13-05118 September 9, 2013 1 Page 8 I If there are areas that still cannot be compacted,we recommend the unstable materials be subexcavated to a minimum depth of 1 to 2 feet (depending on the replacement material)and be replaced with suitable materials and compacted as specified for the fill. Depending on the depth of subcut and underlying material, suitable subcut backfill material may consist of MnDOT Select Granular Borrow, aggregate base or larger diameter crushed aggregate (such as 3-inch minus). We should be consulted regarding subcut depths and backfill material. D.1.b. Design Sections Laboratory tests to determine an R-value for pavement design were not included in the scope of this project. It is our opinion that an R-value of 40 can be assumed for design purposes. Assuming the traffic on the streets will generally be less than 50,000 ESALs over a 20-year design period and an assumed R-value of 40,we recommend that the pavement design for this project include 4 inches of bituminous overlying 6 inches of class 5 aggregate base. The pavement design is based upon an approximate 20-year performance life. This is the amount of time before major reconstruction is anticipated.This performance life assumes maintenance, such as seal coating and crack sealing, is routinely performed.The actual pavement life will vary depending on variations in weather,traffic conditions and maintenance. I D.1.c. Backfill and Material Compaction We recommend that soils used as backfill for subcuts or material replacement be compacted to a minimum of 100 percent of standard Proctor density within 3 feet of the top of the subgrade. For fills more than 3 feet below final subgrades, 95 percent compaction should be sufficient. The moisture content of the fill and backfill should be as shown in the table below depending on the classification of the backfill soils. I Table 2.Compaction Recommendations Summary Relative Compaction,percent Moisture Content Variance from Reference (ASTM D 698—standard Proctor) Optimum,percentage points Below pavements,within 3 feet of 100 -31+3(sandy soils) subgrade elevations -3/+1(clayey soils) Below pavements, more than 3 95 -3/+3(sandy soils) feet below subgrade elevations -3/+1(clayey soils) I BRAUN I IStantec Consulting Services, Inc. Project SP-13-05118 1 September 9, 2013 Page 9 I D.1.d. Materials and Compaction I We recommend fill material placed below pavement subgrades meet MnDOT Specification 3149.2B1,for Granular Borrow. / We recommend specifying in crushed aggregate base meeting the requirements of MnDOT Specification 3138 for Class 5. We recommend that the bituminous wear and base courses meet the requirements of MnDOT iSpecification 2360,Type SPWEB240B which provides 98% reliability for rutting and cracking resistance. We recommend that the aggregate base be compacted to a minimum of 100 percent of its maximum standard Proctor dry density. We recommend that the bituminous pavement be compacted to at least Y Y p p 92 percent of the maximum theoretical Rice density. iD.1.e. Subsurface Drainage I We recommend subsurface drains meet the requirements of MnDOT Specification 2502. We recommend routing the subdrains to a storm sewer or other suitable disposal site. ID.2. Construction Quality Control D.2.a. Excavation Observations We recommend having a geotechnical engineer observe all excavations related to pavement construction. The purpose of the observations is to evaluate the competence of the geologic materials exposed in the excavations and the adequacy of required excavation oversizing. ID.2.b. Materials Testing We recommend density tests be taken in excavation backfill and additional required fill placed below Ipavements. We recommend Gyratory tests on bituminous mixes to evaluate strength and air voids and density tests Ito evaluate compaction. ID.2.c. Cold Weather Precautions If site grading and construction is anticipated during cold weather, all snow and ice should be removed from cut and fill areas prior to additional grading. No fill should be placed on frozen subgrades. No I frozen soils should be used as fill. I BRAUN Stantec Consulting Services, Inc. Project SP-13-05118 September 9, 2013 Page 10 I E. Procedures I E.1. Pavement Coring and Hand Augers Paveme n t co rin g a nd hand aug er were performed on August 15, 2013. Pavement cores were conducted using a 4-inch core barrel and hand augers were advanced manually with a 1 1/2-inch-diameter hand auger. The bituminous pavement was repaired with a cold-mix bituminous patch immediately after coring. The bituminous and aggregate base thickness was recorded at each of the exploration locations. E.2. Direct-Push Probe Borings g The direct-push probes were performed with a truck-mounted direct-push sampling unit. Using the direct-push rig, a plastic soil-retention sleeve was placed into a 1 5/8-inch OD by 5-foot-long continuous sampling tool. The borehole was advanced by pushing the sampling tool a total penetration of 5 feet. After advancing the sampler,the tool was removed from the borehole and the soil sample was retrieved inside the plastic sleeve for visual inspection. Soil samples were collected continuously at 5-foot vertical intervals to the termination depths of the borings. E.3. Material Classification and Testing I E.3.a. Visual and Manual Classification The geologic materials encountered were visually and manually classified in accordance with ASTM Standard Practice D 2488.A chart explaining the classification system is attached. Samples were I returned to our facility for review and storage. E.3.b. Laboratory Testing The results of the laboratory tests performed on geologic material samples are noted on or follow the appropriate attached exploration logs.The tests were performed in accordance with ASTM or AASHTO I procedures. BRAUNI I I i TCDTG!" Stantec Consulting Services, Inc. Project SP-13-05118 1 September 9, 2013 Page 11 1 E.4. Groundwater Measurements i The drillers checked for groundwater as the borings were advanced, and again after auger withdrawal. IThe boreholes were then backfilled and the pavement was repaired with a cold-mix bituminous patch. IF. Qualifications IF.1. Continuity of Professional Responsibility IF.1.a. Plan Review This report is based on a limited amount of information, and a number of assumptions were necessary to Ihelp us develop our recommendations. It is recommended that our firm review the geotechnical and pavement material aspects of the designs and specifications, and evaluate whether the design is as expected, if any design changes have affected the validity of our recommendations, and if our recommendations have been correctly interpreted and implemented in the designs and specifications. IF.1.b. Construction Observations and Testing It is recommended that we be retained to perform observations and tests during construction.This will I allow correlation of the subsurface conditions encountered during construction with those encountered by our evaluation, and provide continuity of professional responsibility. 1 F.2. Use of Report 1 This report is for the exclusive use of the parties to which it has been addressed.Without written approval,we assume no responsibility to other parties regarding this report. Our evaluation, analyses and recommendations may not be appropriate for other parties or projects. F.3. Standard of Care I In performing its services, Braun Intertec used that degree of care and skill ordinarily exercised under Isimilar circumstances by reputable members of its profession currently practicing in the same locality. No warranty,express or implied, is made. I1 I BRAUN t 1 t 1 1 Appendix 1 1 1 1 1 1 BRAUN INTERTEC I F .FA LOG OF BORING INTERTEC IBraun Project SP-13-05118 BORING: SB-1 Geotechncial Evaluation LOCATION: See attached sketch. I y Oak Park Heights Street Reconstruction g Various City Streets Oak Park Heights, MN DRILLER: M. Barber METHOD: Geoprobe DATE: 8/19/13 SCALE: 1"=4' m 1:3 Depth j `o feet Description of Materials BPF WL I MC P200 Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) % % I Taco 3"of Bituminous over 13"of Aggregate Base. 0 to 5' 1.3 48"recovery ° FILL ,����4 FILL: Poorly Graded Gravel with Silt,fine-to medium grained, t= reddish-brown, moist. ►��• , o 4.5 yZ: 8 27 1- SM SILTY SAND,fine-to medium grained,trace of Gravel, reddish-brown, moist. 5 to 10' >— (Glacial Outwash) 36"recovery n i. III a7 N a) co I10.0 { END OF BORING. IWater not observed while drilling. Boring then backfilled. I m - 0 w. z w z K 17 Li l ZI 7 Q K — in ro .-i Ln o — m 0 -- J a r — -- tIE °m I o 0 SP-13-05118 Braun Intertec Corporation SB-1 page 1 of 1 BRAUN' LOG OF BORINGS iNTERTEC Braun Project SP-13-05118 BORING: SB-2 1 Geotechncial Evaluation LOCATION: See attached sketch. N Oak Park Heights Street Reconstruction o Various City Streets lj Oak Park Heights, MN DRILLER: M.Barber I METHOD: Geoprobe DATE: 8/19/13 SCALE: 1"=4' CI) o Depth o feet Description of Materials BPF WL MC P200 Tests or Notes c 0.0 Symbol ! (Soil-ASTM D2488 or D2487,Rock-USACE EM1110-1-2908) % % n PAV 5 1/2"of Bituminous over 18"of Aggregate Base 0 to 5' axi— 1.3 — 38"recovery ° FILL rp FILL: Poorly Graded Sand with Silt,fine-to medium grained, 11")— brown, moist. 0 4.0 i!i2i2 SP- POORLY GRADED SAND with SILT,fine-to medium grained, _ SM trace of Gravel, brown, moist. 5 7 (Glacial Outwash) 5 to 10' — 24"recovery a) G) a, c 10.0 END OF BORING. Water not observed while drilling. I Boring then backfilled. I — ri Z — ! i m co a — o — m a H N 5 Z l7 O m SP-13-05118 Braun Intertec Corporation SB-2 page 1 of 1 BRAUN'I LOG OF BORING I INTERTEC Braun Project SP-13-05118 BORING: SB-3 Geotechncial Evaluation LOCATION: See attached sketch. I .i.z. Oak Park Heights Street Reconstruction `_ Various City Streets B Oak Park Heights, MN Depth � DRILLER: M.Barber I METHOD: Geoprobe DATE: 8/19/13 SCALE: 1"=4' m O � o feet Description of Materials BPF WL MC P200 Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) % % I n s PAV 4"of Bituminous over 2"of Aggregate Base. 0 to 5' FILL ��� FILL: Poorly Graded Sand with Silt,fine-to medium grained, 37"recovery :s'. brown, moist. I t 2.5 i�i�i co ML SILT, dark gray and brown, moist. (Glacial Till) 5 4.0 I E SM SILTY SAND,fine-to medium grained,trace of Gravel, reddish-brown, moist. (Glacial Outwash) 5 to 10' _ 52"recovery T5. y_ 10 24 d 0 a) a) cn I10.0 END OF BORING. 8 1 - Water not observed while drilling. Boring then backfilled. I i _ I I ,rt_. m ., .... I ,! O z - w 17 U, Z a m I E1 ai o -- m o J N _ a m v i u ir a 2 0—.. Z K O m O 11 O O SP-13-05118 Braun Intertec Corporation SB-3 page 1 of 1 I BRAUN' LOG OF BORINGS INTERTEC Braun Project SP-13-05118 BORING: SB-4 r Geotechncial Evaluation LOCATION: See attached sketch. y Oak Park Heights Street Reconstruction o Various City Streets • Oak Park Heights, MN a DRILLER: M.Barber METHOD: Geoprobe DATE: 8/19/13 SCALE: 1"=4' I a '6 Depth c feet Description of Materials BPF WL Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) PAV 2 1/2"of Bituminous over 4"of Aggregate Base 0 to 5' 1 • – FILL %% FILL: Poorly Graded Gravel with Silt,fine-to coarse-grained, – 36"recovery reddish-brown, moist. — 5 to 10' 44"recovery • 7.5 ■Oi� °_ SM SILTY SAND,fine-to medium-grained,trace of Gravel, – a, reddish-brown, moist. cn (Glacial Outwash) – 10.0 END OF BORING. Water not observed while drilling. Boring then backfilled. z ZI – a ti o — m I a a z Z l7 0 SP-13-05118 Braun Intertec Corporation SB-4 page 1 of 1 BRAUN' LOG OF BORING INTERTEC Braun Project SP-13-05118 BORING: SB-5 Geotechncial Evaluation LOCATION: See attached sketch. N Oak Park Heights Street Reconstruction o Various City Streets Oak Park Heights, MN I DRILLER: M.Barber METHOD: Geoprobe DATE: 8/19/13 SCALE: 1"=4' co o Depth o feet Description of Materials BPF WL Tests or Notes c 0.0 Symbol ; (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) a PAV 2 1/2"of Bituminous over 14"of Aggregate Base 0 to 5' °' 1.4 41"recovery – FILL —I FILL: Poorly Graded Gravel with Silt,fine-to medium grained, t 2.5 i , brown, moist. N CL LEAN CLAY, brown, moist. o 3.5 (Glacial Till) -– 4.3 SP" POORLY GRADED SAND with SILT,fine-to medium grained, - E SM • reddish-brown, moist. LS I (Glacial Outwash) 1 5 to 10' LIMESTONE (retrieved as Poorly Graded Gravel with Silt), 21"recovery n 1,I', decomposed, light brown, moist. I N (Weathered Bedrock) owl –a) 0 aa) >" m� 10.0 ■ mm END OF BORING. IWater not observed while drilling. 1 Boring then backfilled. m . 1 ° U' z w m u z a m - m , a ro .I-, In o — m i5 a to N I a a 1/ Z i � Z z 2 0 co O – 1 O SP-13-05118 Braun Intertec Corporation SB-5 page 1 of 1 BRAUN' LOG OF BORING INTERTEC Braun Project SP-13-05118 BORING: SB-6 I Geotechncial Evaluation LOCATION: See attached sketch. y Oak Park Heights Street Reconstruction o Various City Streets Oak Park Heights, MN a DRILLER: M.Barber METHOD: Geoprobe DATE: 8/19/13 SCALE: 1"=4' co o Depth I c feet Description of Materials BPF WL Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) n . PAV 6"of Bituminous 0 to 5' I — FILL r����� FILL: Poorly Graded Sand with Silt,fine-to medium grained, 36"recovery brown, moist. aa)i iii o— E 5.0 �OOi LS ■■ LIMESTONE(retrieved as Poorly Graded Sand with Silt), 5 to 10' 11111 decomposed, light brown, moist. 24"recovery a m. (Weathered Bedrock) ob 7.0 I AUGER REFUSAL AT 7 FEET. Water not observed while drilling. Boring then backfilled. I I � I — 1 _— I I 1 — 01 O1 _ O 0 z Z i m o• _ 1 ti 0 — in u _ a O z z a z O 0 Co 0 111 SP-13-05118 Braun Intertec Corporation SB-6 page 1 of 1 I BRAUNM LOG OF BORING 1NTERTEC IBraun Project SP-13-05118 BORING: SB-7 Geotechncial Evaluation LOCATION: See attached sketch. I — Oak Park Heights Street Reconstruction o Various City Streets Oak Park Heights, MN B DRILLER: M.Barber METHOD: Geoprobe DATE: 8/19/13 I SCALE: 1"=4' co o Depth � � � o feet Description of Materials BPF WL Tests or Notes c 0.0 Symbol ; (Soil-ASTM D2488 or D2487,Rock-USACE EM1110-1-2908) I n °'— PAV 4 1/2"of Bituminous over 12"of Aggregate Base — 0 to 5' 1.4 20"recovery LS ION LIMESTONE weathered, light brown. I L III (Weathered Bedrock) y .-m_.■ Q M=■ =m. I o ��. 1- mil.. 5 to 10' _ =N 12"recovery .— u) --imm. 0 to -- N - CO 1 Um mm.-I Um- 10.0 END OF BORING. Water not observed while drilling. Boring then backfilled. Ii - I m O Z w U) Iu> Z — 7 a z — co a — .ti Ln o — fn I 0 Q r — — I v, S a z i — I - IZ U' Z 0 m O O SP-13-05118 Braun Intertec Corporation SB-7 page 1 of 1 BRAUN' LOG OF BORING I 1NTERTEC Braun Project SP-13-05118 BORING: SB-8 1 Geotechncial Evaluation LOCATION: See attached sketch. Oak Park Heights Street Reconstruction o Various City Streets Oak Park Heights, MN DRILLER: M.Barber I METHOD: Geoprobe DATE: 8/19/13 I SCALE: 1"=4' '5• Depth I o feet Description of Materials BPF WL MC P200 Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) % % n PAV 2 1/2"of Bituminous over 13"of Aggregate Base 0 to 5' — 1.3 45"recovery 1.5 FILL j FILL: Poorly Graded Sand with Silt,fine-to medium grained, i r CL brown, moist. 16 71 N_ SANDY LEAN CLAY, brown, moist. I O (Glacial Till) E 5.0 SP- POORLY GRADED SAND with SILT,fine-to medium grained, 5 to 10' _ SM trace of Gravel, reddish-brown, moist. 37"recovery .5 a, — -layer of Poorly Graded Sand at 10' ) (Glacial Outwash) - 10.0 I 6 1 END OF BORING. Water not observed while drilling. I Boring then backfilled. _ 1 N I f1 - .1 O\1 1 2 C Ul ZI m m _ 1 o o — m ti 0 i J a a =a r z z CD 0 m - SP-13-05118 Braun Intertec Corporation SB-8 page 1 of 1 I " LOG OF BORING I INTERTEC Braun Project SP-13-05118 BORING: SB-9 Geotechncial Evaluation LOCATION: See attached sketch. II y Oak Park Heights Street Reconstruction o Various City Streets . Oak Park Heights, MN e DRILLER: M. Barber METHOD: Geoprobe DATE: 8/20/13 SCALE: 1"=4' c o Depth o feet Description of Materials BPF WL Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USAGE EM1110-1-2908) I a PAV 4"of Bituminous over 10"of Aggregate Base 0 to 5' a– 1.2 32"recovery FILL . FILL: Poorly Graded Sand with Silt,fine-to medium grained, Otrace of Gravel, light brown, moist. o 0 •♦♦•♦• — �i�i�i 4.0itt 3 .E c LS mom■ LIMESTONE(retrieved as Poorly Graded Gravel with Silt), — decomposed to highly weathered, light brown. 5 to 10' 1S (Weathered Bedrock) a) Z�■ 11"recovery >- n --NI I 0 7.0 ..� CO END OF BORING. a)– – Water not observed while drilling. Boring then backfilled. I I L r, _ 0 w ' –, z – 0 UI > Z — 7 co _ co a tu o _ — 1 N — D a _ H - I c - S Z a I Iz 0 0 m Iw 9 SP-13-05118 Braun Intertec Corporation SB-9 page 1 of 1 BRAUN" LOG OF BORING INTERTEC Braun Project SP-13-05118 BORING: SBA() 1 Geotechncial Evaluation LOCATION: See attached sketch. N Oak Park Heights Street Reconstruction Various City Streets I Oak Park Heights, MN 1 1,2 DRILLER: M.Barber I METHOD: Geoprobe DATE: 8/20/13 SCALE: 1"=4' a, 1 1 O Depth c feet Description of Materials BPF WL MC P200 Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USAGE EM1110-1-2908) n PAV 2 1/2"of Bituminous over 8"of Aggregate Base I 0 to 5' I a_ 0.9 42"recovery FILL r-- FILL: Poorly Graded Sand with Silt,fine-to medium rained, _ i�i�i, trace of Gravel,brown, moist. g _ ►��� y 3.0 ■ 4 > ML SILT,fine-to medium grained, reddish-brown, moist. 1 .0 0— (Glacial Till) E 19 62 t� 5 to 10' _ 24"recovery n a) • I a) I aa) f4 9.0 -layer of Poorly Graded Gravel with Silt at 8 1/2' T 10.0 LS LIMESTONE weathered, brown, moist. I (Weathered Bedrock) � _ END OF BORING. Water not observed while drilling. — I Boring then backfilled. — I I m _ O I 0 ▪ _ z w Co U CO Zf r Co _ cli F_ I.a0i .-, i m D a I I- N N 0 = a I z o i Z 0 z 0 Co 0 0 SP-13-05118 Braun Intertec Corporation SB-10 page 1 of 1 I 4M LOG OF BORING INTERTEC IBraun Project SP-13-05118 BORING: SB-11 Geotechncial Evaluation LOCATION: See attached sketch. I N Oak Park Heights Street Reconstruction Various City Streets .y Oak Park Heights, MN B Ia DRILLER: M.Barber I METHOD: Geoprobe DATE: 8/20/13 SCALE: 1"=4' co o Depth S feet Description of Materials BPF WL MC P200 Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) % % In PAV 3 112"of Bituminous over 12"of Aggregate Base 0 to 5' 1.3 32"recovery 2 FILL 9-$m FILL: Poorly Graded Sand with Silt, fine-to medium grained, , brown, moist. (I) 0 4.0 ■ 4 E SP- POORLY GRADED SAND with SILT,fine-to medium grained, lii SM layers of Silty Sand, reddish-brown, moist. (Glacial Outwash) 5 to 10' _ 37"recovery n _ 8 8 W 0 a,— a) ce I 10.0 END OF BORING. IWater not observed while drilling. Boring then backfilled. N r, _ I —0 Z rB, z z a z — Iw o — m I o a I a - w Z F I Z 2 0 co 0 O J SP-13-05118 Braun Intertec Corporation SB-11 page 1 of 1 LOG OF BORING 1NTERTEC Braun Project SP-13-05118 BORING: SB-12 t Geotechncial Evaluation LOCATION: See attached sketch. y Oak Park Heights Street Reconstruction S Various City Streets Oak Park Heights, MN a DRILLER: M.Barber ' METHOD: Geoprobe DATE: 8/20/13 I SCALE: 1"=4' o Depth o feet Description of Materials BPF WL i Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487,Rock-USACE EM1110-1-2908) CO 0.8 PAV 3"of Bituminous over 6"of Aggregate Base 0 to 5' — FILL i FILL: Poorly Graded Sand with Silt,fine-to medium grained, — 32"recovery ° trace of Gravel, brown, moist. •00 'I, _ Q 0 4.0 ii• SP- POORLY GRADED SAND with SILT,fine-to medium-grained, SM trace of Gravel, reddish-brown, moist. (Glacial Outwash) 5 to 10' 27"recovery - 7.0 I SP POORLY GRADED SAND, fine-to medium-grained, _ reddish-brown, moist. (Glacial Outwash) cneD 10.0 -Gravel layer at 9 1/2' T 1 END OF BORING. Water not observed while drilling. I Boring then backfilled. N rl Ol — z �I Z 7 C _ tL O r�/f — C7 z z 0 m SP-13-05118 Braun Intertec Corporation SB-12 page 1 of 1 BRAUN' LOG OF BORING INTERTEC IBraun Project SP-13-05118 BORING: SB-13 Geotechncial Evaluation LOCATION: See attached sketch. I y Oak Park Heights Street Reconstruction o Various City Streets B Oak Park Heights, MN ro DRILLER: M.Barber METHOD: Geoprobe DATE: 8/20/13 SCALE: 1"=4' Ial o Depth o feet Description of Materials BPF WL Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) In PAV 5"of Bituminous over 10"of Aggregate Base — 0 to 5' a_ 1 3 49"recovery FILL %�- FILL: Poorly Graded Sand with Silt,fine-to medium grained, — �•�•� trace of Gravel, reddish-brown, moist. c— •••••' I •••••, 5,0 �•ii �-Ash layer (2")at 4 1/2' T SP- i POORLY GRADED SAND with SILT,fine-to medium-grained, 5 to 10' w— SM , trace of Gravel, reddish-brown, moist. 6"recovery a (Glacial Outwash) U d cn 10.0 j END OF BORING. 1 = Water not observed while drilling. j Boring then backfilled. 1 it N M — G\1 O O Z w c ce m 1 — Z 7 Q m II a 06 r O — .-1 O a Iii Z_ II Z 2 O m O O J SP-13-O5118 Braun Intertec Corporation SB-13 page 1 of 1 BRAUN' LOG OF BORING I 1NTERTEC Braun Project SP-13-05118 BORING: SB-14 1 Geotechncial Evaluation LOCATION: See attached sketch. y Oak Park Heights Street Reconstruction o Various City Streets I Oak Park Heights, MN -0 DRILLER: M. Barber I METHOD: Geoprobe DATE: 8/20/13 SCALE: 1"=4' o Depth c feet Description of Materials BPF WL Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) n PAV 3"of Bituminous over 10"of Aggregate Base 0 to 5' 1.1 – 31"recovery o FILL r—, FILL: Poorly Graded Sand with Silt, fine-to medium grained, – brown, moist. , 0 ♦�♦ 5 to 10' 20"recovery ♦�♦ app w 9.0 SP- II POORLY GRADED SAND with SILT,trace of Gravel, 1 10.0 SM reddish-brown, moist. (Glacial Outwash) END OF BORING. – Water not observed while drilling. Boring then backfilled. - i 1 M – — .-i 1 w z U, K Z cCI — on o — — M a Lol 4- — en _ z 2 a m 9 SP-13-05118 Braun Intertec Corporation SB-14 page 1 of 1 1 BRAUN' LOG OF BORING INTERTEC IBraun Project SP-13-05118 BORING: SB-15 Geotechncial Evaluation LOCATION: See attached sketch. I N Oak Park Heights Street Reconstruction o Various City Streets B Oak Park Heights, MN a DRILLER: M. Barber METHOD: Geoprobe DATE: 8/20/13 SCALE: 1"=4' I m o Depth g feet Description of Materials BPF WL Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487,Rock-USAGE EM1110-1-2908) I x co °' 0.8 PAV 2 1/2"of Bituminous over 7"of Aggregate Base 0 to 5' FILL ;������ FILL: Poorly Graded Sand, fine-to medium-grained,trace of 32"recovery 8 ■ Gravel, reddish-brown, moist. 0 .w • -Gravel layer at 5' CP o �i�i�i E 45 5.0 �i�i�• SP \ Gravel layer at 5' / 5 to 10' _ POORLY GRADED SAND,fine-to medium-grained,trace of H 36"recovery n Gravel, reddish-brown, moist. y_ (Glacial Outwash) — a) 0 o.) —. co 10.0 END OF BORING. —I ' IWater not observed while drilling. Boring then backfilled. I- - ` — — N 6, --, m a, 0 o Z w OC K 7 UI >1 7 C - m I E: oa o• — m I o 5' a H — IZ 0 m 0 W O J SP-13-05118 Braun Intertec Corporation SB-15 page 1 of 1 BRAUN' LOG OF BORING I INTERTEC Braun Project SP-13-05118 au o� BORING: SB-16 Geotechncial Evaluation LOCATION: See attached sketch. N Oak Park Heights Street Reconstruction Various City Streets Oak Park Heights, MN a DRILLER: M.Barber METHOD: Geoprobe DATE: 8/22/13 SCALE: 1"=4' a o Depth , o feet Description of Materials BPF WL Tests or Notes 1 2 0.0 Symbol j (Soil-ASTM D2488 or D2487,Rock-USACE EM1110-1-2908) PAV 2 1/2"of Bituminous over 10"of Aggregate Base 0 to 5' _ 1.1 29"recovery SP- , POORLY GRADED SAND with SILT,fine-to coarse-grained, — SM ; with Gravel, brown, moist. y (Glacial Outwash) o— -Poorly Graded Sand layer from 3 1/2 to 4' 5 to 10' — 12"recovery co a) 0 a,— a) v7 10.0 END OF BORING. Water not observed while drilling. i Boring then backfilled. _ 1 cn — I � ZI m a , ti ti O m o a in I F U w z lZ-7 l — Z Z _ SP-13-05118 Braun Intertec Corporation SB-16 page 1 of 1 BRAUN' LOG OF BORING I INTERTEC Braun Project SP-13-05118 BORING: SB-17 Geotechncial Evaluation LOCATION: See attached sketch. Oak Park Heights Street Reconstruction o Various City Streets Oak Park Heights, MN a DRILLER: M.Barber METHOD: Geoprobe DATE: 8/22/13 SCALE: 1"=4' I as o Depth i o feet Description of Materials BPF WL MC P200 Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487,Rock-USACE EM1110-1-2908) % i % 111 co a 1.0 PAV 2"of Bituminous over 10"of Aggregate Base 0 to 5' •�• 34"recovery o FILL � FILL: Poorly Grade d Sa nd with Silt, to medium grained, _ #4. brown, moist. a) pp� i N— 0%• Q 3.5 • c— SP POORLY GRADED SAND,fine-to medium grained,trace of _ Gravel,reddish-brown,moist. (Glacial Outwash) 4 4 5 to 10' _ 28"recovery .> a 1 III co a> 0 a)— — a) co 1 I10.0 END OF BORING. — Water not observed while drilling. i 1 111 Boring then backfilled. I `° — I0 • Z w z rc U col z 0 z — — ` I II m 2 ro tn --- — , { O i I- F U O z Z , O — Z Z O m 0 I SP-13-05118 Braun Intertec Corporation SB-17 page 1 of 1 BRAUN' LOG OF BORING II INTERTEC Braun Project SP-13-05118 BORING: SB-18 I Geotechncial Evaluation LOCATION: See attached sketch. y Oak Park Heights Street Reconstruction o Various City Streets I Oak Park Heights, MN a DRILLER: M.Barber I METHOD: Geoprobe DATE: 8/22/13 SCALE: 1"=4' o Depth c feet Description of Materials BPF WL MC P200 Tests or Notes c 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) % % n PAV 4"of Bituminous over 9"of Aggregate Base 0 to 5' 13_ 1.1 _ 32"recovery o FILL , FILL: Poorly Graded Sand with Silt,fine-to medium grained, u %%i brown, moist. N 3.0 c SP- POORLY GRADED SAND with SILT,fine-to medium grained, o— SM trace of Gravel, brown, moist. — (Glacial Outwash) 5 to 10' I .Q _ 32"recovery 1 N 0 8.0 0 SP POORLY GRADED SAND,fine-to medium grained, brown, moist. ' 10.0 (Glacial Outwash) 4 4 END OF BORING. Water not observed while drilling. I Boring then backfilled. 1 _ o _ CD z C 7 7 00 VI J 2I 7 — m ti O — M 0 O a O 2 z t7 2 CD z 0 m o — 0 SP-13-05118 Braun Intertec Corporation SB-18 page 1 of 1 BRAUN' LOG OF BORING INTERTEC IBraun Project SP-13-05118 BORING: SB-19 Geotechncial Evaluation LOCATION: See attached sketch. I — Oak Park Heights Street Reconstruction o Various City Streets B Oak Park Heights, MN a DRILLER: M.Barber I METHOD: Geoprobe DATE: 8/22/13 I SCALE: 1"=4' I Jo @ 1 o Depth o feet Description of Materials BPF WL Tests or Notes c 0.0 j Symbol (Soil-ASTM D2488 or D2487, Rock-USACE EM1110-1-2908) I n PAV 4 112"of Bituminous over 13"of Aggregate Base 0 to 5' a 36"recovery 0 1.5 I 735 co _ FILL i� FILL: Poorly Graded Sand with Silt,fine-to medium grained, — :X00; brown, moist. ■i�i�, . 4.0 yllO.', I E CL % LEAN CLAY,trace of Gravel, brown, moist. 5.0 (Glacial Till) T H SC CLAYEY SAND,fine-to medium grained,trace of Gravel, iron 5 to 10' — staining, brown, moist. —> 60"recovery IP (Glacial Outwash) I a) 0 co I 10.0 END OF BORING. I — Water not observed while drilling. — Boring then backfilled. — ' r, I I 7 I 7 UI I - 7 Q C - m a co . o — IN J a r — ul i ..1 — a cc z 111 z l7 Z 0 m LL — 0 I 0 0 SP-13-05118 Braun Intertec Corporation SB-19 page 1 of 1 BRAUN' LOG OF BORING I INTERTEC Braun Project SP-13-05118 BORING: SB-20 1 Geotechncial Evaluation LOCATION: See attached sketch. y Oak Park Heights Street Reconstruction S Various City Streets i o Oak Park Heights, MN I 92 a DRILLER: M.Barber f METHOD: Geoprobe DATE: 8/22/13 I SCALE: 1"=4' m o 1 Depth o feet Description of Materials BPF WL MC P200 Tests or Notes 1 c 0.0 Symbol (Soil-ASTM D2488 or D2487,Rock-USACE EM1110-1-2908) % % n PAV 3 3/4"of Bituminous over 12"of Aggregate Base 0 to 5' 111 a— 1.3 F 28"recovery FILL , -. FILL: Poorly Graded Gravel with Silt,fine-to medium grained, _1 a): brown, moist. � W ►��• o = ■�0i� T i 3 12 -E ►��• I— ���� 5 to 10' 1 • 22"recovery I o 0 ■i�i� _ aoi 10.0 L . 1 END OF BORING. Water not observed while drilling. Boring then backfilled. I I I N .n-I 011 I- O I 0 Z K C D 1 Z- Q Co — m a — I ti .ti E o — m r O N _ J a i- — En tn S _ I z o 2 I 0 i z 0 0 o SP-13-05118 Braun Intertec Corporation SB-20 page 1 of 1 BRAUN' LOG OF BORING INTERTEC IBraun Project SP-13-05118 BORING: SB-21 Geotechncial Evaluation LOCATION: See attached sketch. N Oak Park Heights Street Reconstruction o Various City Streets B Oak Park Heights, MN a DRILLER: M.Barber ( METHOD: Geoprobe DATE: 8/22/13 SCALE: 1"=4' co I o Depth `o feet Description of Materials BPF WL Tests or Notes 42 0.0 Symbol (Soil-ASTM D2488 or D2487, Rock-USAGE EM1110-1-2908) I c PAV 4 3/4"of Bituminous over 11"of Aggregate Base — 0 to 5' °' 1.3 40"recovery FILL FILL: Poorly Graded Gravel with Silt,fine-to medium grained, 15 brown, moist. N ♦♦••• — .. 0 4.0 , I £ SP- POORLY GRADED SAND with SILT,fine-to medium-grained, ki SM trace of Gravel, reddish-brown, moist. (Glacial Outwash) 5 to 10' — 36"recovery Q -6"Lean Clay layer at 6' 1 co a) -Gravel layer at 8' 1 10.0 I I END OF BORING. i . Water not observed while drilling. Boring then backfilled. — — — N .-1 m — .-i Z K W co 1 1 Z D Q m a co . o — m o i r - G _1 z 0 1 z z 0 m o — 0 SP-13-05118 Braun Intertec Corporation SB-21 page 1 of 1 BRAUN Descriptive Terminology of Soil Standard D 2487-00 C p `` Classification of Soils for Engineering Purpose L... I' (Unified Soil Classification System) Criteria for Assigning Group Symbols and Soils Classification Particle Size Identification Group Names Using Laboratory Tests a Group Boulders over 12" I Symbol Group Name b Cobbles 3"to 12" • 0 Gravels Clean Gravels C°>4 and 1< C°< 3 o GW Well-graded gravel d Gravel v More than 50%of 5%or less fines a c d Coarse 3/4"to 3" o a> C°<4 and/or 1 >C°>3 GP Poorly graded gravel Fine No.4 to 3/4" y c w coarse fraction .o w > retained on Gravels with Fines Fines classify as ML or MH GM Silty gravel d f g Sand c o No.4 sieve More than 12%finest Fines classify as CL or CH GC Clayey gravel dig Coarse No.4 to No.10 L°o o Medium No.10 to No.40 pprn N Sands Clean Sands C,, 6 and 1 < Co <3 o SW Well-graded sand h Fine No.40 to No.200 e.c z° 50%or more of 5%or less fines' C°<6 and/or 1>Cc>3` SP Poorly graded sand h Silt <No.200,PI<4 or ps coarse fraction below"A"line O 2 Sands with Fines Fines classify as ML or MH SM Silty sand fa h c.) o passes Clay <No.200,PI 4 a E No,4 sieve More than 12%' Fines classify as CL or CH SC Clayey sand`9 h on or above"A"line a) Inorganic PI>7 and plots on or above"A"line 1 CL Lean clay k''n - Silts and Clays Relative Density of a PI<4 or plots below"A"liner ML Silt k'm y o a a Liquid limit w rb > q k' m " Cohesion less Soils yr o less than 50 Liquid limit-oven dried OL Organic clay o ra — Organic < 0.75 at a v, Liquid limit-not dried OL Organic silt k I m 0 Very loose 0 to 4 BPF c y 0 m o N 0 PI plots on or above"A"line CH Fat clay k'm Loose 5 to 10 BPF 41 E d Silts and clays Inorganic Medium dense 11 to 30 BPF , PI plots below"A"line . MH Elastic silt k' 2 o z Liquid limit Dense 31 to 50 BPF c 50 or more Liquid limit-oven dried OH Organic clay k'm° Very dense over 50 BPF a Organic < 0.75 q Y oa Liquid limit-not dried OH Organic silt k I m Highly Organic Soils Primarily organic matter,dark in color and organic odor PT Peat Consistency of Cohesive Soils a. Based on the material passing the 3-in(75mm)sieve. Very soft 0 to 1 BPF I b. If field sample contained cobbles or boulders,or both,add"with cobbles or boulders or both"to group name. Soft 2 to 3 BPF c. C = 060/D„ C =(03,)z Rather soft 4 to 5 BPF Medium 6 to 8 BPF D°x D,, Rather stiff 9 to 12 BPF d If soil contains215%sand,add"with sand"to group name. I Stiff 13 to 16 BPF e. Gravels with S to 12%fines require dual symbols: GW-GM well-graded gravel with silt Very stiff 17 to 30 BPF GW-GC well-graded gravel with clay Hard over 30 BPF GP-GM poorly graded gravel with silt GP-GC poorly graded gravel with clay I f. If fines classify as CL-ML,use dual symbol GC-GM or SC-SM. g. If fines are organic,add"with organic fines"to group name. h. If soil contains 2 15%gravel,add"with gravel"to group name. i. Sands with 5 to 12%fines require dual symbols: Drilling Notes SW-SM well-graded sand with silt SW-SC well-graded sand with clay Standard penetration test borings were advanced by 3 1/4"or 6 1/4" SP-SM poorly graded sand with silt ID hollow-stem augers unless noted otherwise,Jetting water was used SP-SC poorly graded sand with clay to clean out auger prior to sampling only where indicated on logs. j. If Atterberg limits plot in hatched area.soil is a CL-ML,silty clay. Standard penetration test borings are designated by the prefix "ST" k If soil contains 10 to 29%plus No.200,add"with sand"or"with graver whichever is predominant. I. If soil contains30%plus No.200,predominantly sand,add"sandy'to group name. (Split Tube). All samples were taken with the standard 2"OD split-tube m. If soil corltains�30%pIus No,200 predominantly gravel,add"gravelly'to group name. sampler,except where noted. n. PI 24 and plots on or above"A"line. o. PI<4 or plots below"A"line. Power auger borings were advanced by 4"or 6"diameter continuous- p. PI plots on or above"A"line. flight,solid-stem augers.Soil classifications and strata depths were in- q. PI plots below"A"line. ferred from disturbed samples augered to the surface and are,therefore, somewhat approximate. Power auger borings are designated by the 60 � prefix"B." i 50 - Hand auger borings were advanced manually with a 1 1/2"or 3 1/4" �, diameter auger and were limited to the depth from which the auger could J , be manually withdrawn. Hand auger borings are indicated by the prefix K 40 i Err ; H„ C ,���. BPF: Numbers indicate blows The sat recorded in standard penetration 30 - test,also known as"N"value. The sampler was set 6"into undisturbed ' AIM/■■ soil below the hollow-stem auger. Driving resistances were then counted ' for second and third 6"increments and added to get BPF. Where they I.) differed significantly,they are reported in the following form: 2/12 for the • fn 20 second and third 6"increments,respectively. to a MH or OH WH:WH indicates the sampler penetrated soil under weight of hammer 10 - and rods alone;driving not required. 7 - ML or OL 4 . .���� I WR: WR indicates the sampler penetrated soil under weight of rods 0 alone;hammer weight and driving not required. 0 10 16 20 30 40 50 60 70 80 90 100 110 I 11N indicates thin-walled(undisturbed)tube sample. Liquid Limit(LL) Laboratory Tests Note: All tests were run in general accordance with applicable ASTM standards. DD Dry density,pcf OC Organic content,% I WO Wet density, pcf S Percent of saturation,% MC Natural moisture content, % SG Specific gravity LL Liqiuid limit,% C Cohesion,psf , PL Plastic limit,% 0 Angle of internal friction PI Plasticity index, % qu Unconfined compressive strength,psf P200 %passing 200 sieve qp Pocket penetrometer strength,tsf Rev? I U A- ! G + ,1/4...6j-,„. G �4 ao Sta ntec BIDDER: I DOCUMENT 00 41 10 REVISED BID FORM REVISED BY ADDENDUM NO. 1 U 2015 STREET RECONSTRUCTION-AREA D PROJECT NO. 193801994D OAK PARK HEIGHTS,MINNESOTA I 2015 THIS BID IS SUBMITTED TO: City of Oak Park Heights 4168 Oak Park Boulevard Ii Oak Park Heights,MN 55082 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and Iwithin the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing U with the disposition of Bid Security. The Bid will remain subject to acceptance for 60 days after the Bid Opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid,Bidder represents that: U A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of all which is hereby acknowledged: Addendum No, Addendum Date I I is IB. Bidder has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost,progress,and performance of the Work. I C. Bidder is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at,or contiguous to,the I Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at,or contiguous to,the Site(except Underground Facilities)which have been identified in SC-4.02,and(2) reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied(or accepts the consequences for not doing so)all additional or I supplementary examinations,investigations,explorations,tests,studies,and data concerning conditions(surface, subsurface,and Underground Facilities)at,or contiguous to,the Site which may affect cost,progress,or performance of the work or which relate to any aspect of the means,methods,techniques,sequences,and procedures of II construction to be employed by Bidder,including applying the specific means,methods,techniques,sequences,and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety Precautions and proarams incident thereto. F. Bidder does not consider that any further examinations,investigations,explorations,tests,studies,or data are I necessary for the determination of this Bid for performance of the Work at the price(s) Bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G, Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. 02015Stantec I 193801994-D IREVISED BY ADDENDUM 1 0041 10-l(R) REVISED BID FORM I I H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site, 1 reports and drawings identified in the Bidding Documents,and all additional examinations,investigations, explorations,tests,studies,and data with the Bidding Documents. I I. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for I the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. 4.01 Bidder further represents that: A. The prices in this Bid have been arrived at independently,without consultation,communication,or agreement as to I any matters relating to such prices with any other Bidder or with any competitor for the purpose of restricting B. The prices in this Bid have not or will not be knowingly disclosed to any other Bidder or competitor prior to opening of 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 I submit a Bid for the purpose of restricting competition. 4.02 Bidder understands that the law may require the Owner,or Engineer at the Owner's direction,to undertake an investigation and submit an evaluation concerning Bidder's responsiveness,responsibility,and qualifications before awarding a contract. Bidder hereby waives any and all claims,of whatever nature,against Owner,Engineer and their employees and agents,which arise out of or relate to such investigation and evaluation,and statements made as a result thereof,except for statements that can be shown by clear and convincing evidence to be intentionally false and made with actual malice. I Nothing in this paragraph is intended to restrict Bidder's rights to challenge a contract pursuant to law. 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): All specific cash allowances are included in the price(s)set forth below and have been computed in accordance with Paragraph 11,02 of the General Conditions. Unit Prices have been computed in accordance with Paragraph 11.03.8 of the General Conditions Bidder acknowledges that estimated quantities are not guaranteed,and are solely for the purpose of comparison of Bids,and final payment for all Unit Price Bid items will be based on actual quantities provided,determined as provided in the Contract Documents. No. Item Units Qty Unit Price Total Price I BASE BID: I PART 1 -STREETS 1 MOBILIZATION LS 1 $16b.200 t1d $ iLA1 200.Od 2 TRAFFIC CONTROL LS 1 $ /3 DCv.co $_i41 •o I 3 TEMPORARY MAIL LS 1 $ 141103.4 $_ 1101000 5"3. I co 4 INLET PROTECTION EA 61 $ ,f' . $ alel 5 SILT FENCE,TYPE MACHINE SLICED LF 3,400 $ oZ Do $ I po 6 RECLAIM BITUMINOUS PAVEMENT SY 0 $ 2,4v $ $ e 2015 Stantec 1 193801994-0 REVISED BY ADDENDUM 1 00 41 10-2(R) REVISED BID FORM I I 1 I No. Item Units Qty Unit Price Total Price I7 REMOVE SIGN EA 5 $ /1V•[1Q $ C29CI.60 8 SALVAGE AND REINSTALL SIGN EA 80 $ 1 4OD'b $ 12,8 °D I9 REMOVE TREE EA 170 $ 610.00 $ 137 70646 10 REMOVE ROADWAY BARRIERS LS 1 $ 1000 00 $ gram' I11 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ S5;006-de $ S.,5 6©0.{fj0 REMOVAL I12 REMOVE BITUMINOUS PAVEMENT SY 27,820 $3 1'� $ y9'''7 -.06 -13 SAWING BITUMINOUS PAVEMENT-STREET LF 1,530 $ i•00 $ OO..D I14 REMOVE CONCRETE CURB&GUTTER LF 330 $ 5.5° $ 1456•613 s 15 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 16,460 $ ..•0` $_«, 9c i .00 I16 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 12,175 $, �"YS $_5- L/ t• 7r I17 REMOVE CONCRETE WALK SF 2,000 $ '$O $ 1 '`" 18 REMOVE GRAVEL DRIVEWAY SF 5,650 $$ Z0 s 1 130 .OD _ I19 COMMON EXCAVATION (P) CY 11,560 $ l L.DC) $ I Z7,1(.0,0C 20 SUBGRADE EXCAVATION(CV) CY 5,789 $ at. ?.S $ 3 10,t SCI,2.S ' 21 COMMON EXCAVATION-INFILTRATION FEATURE CY 590 $ IL, 66 $ 6 tf9©.o I22 AGGREGATE BASE,CLASS 5 TN 4,020 $ I0.00 23 SELECT GRANULAR BORROW(MODIFIED) TN 6,026 $ y. 7 6' $ S7 f!! 7S3.it I 24 SELECT GRANULAR BORROW (CV)-INFILTRATION CY 465 $ 1-1-• co $ SJ S .0o FEATURE 25 SELECT GRANULAR BORROW MODIFIED(CV)- CY 45 $ --1-.dp $ CLcj •QCI INFILTRATION FEATURE 26 GEOTEXTILE FABRIC TYPE V SY 12,253 $ 07•6° $ 4.7/5EW° $S SS I 27 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 1,560 $ $.00 $_ t Z,y ka•QQ AGGREGATE AND FILTER FABRIC 28 BITUMINOUS MATERIAL FOR TACK COAT GAL 1,392 $, -• 10 $ 2. 4 2.3.20 I29 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 1,643 $ - 6-0 C) $ cj Z.,t?®Q-,no 30 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 1,873 $ CS'. sD $ fd ,S"-7o .06 I ©2015 Stantac I 193801994-D REVISED BY ADDENDUM 1 004110-3(R) REVISED BID FORM I No. Item Units Qty Unit Price Total Price I 31 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS(2,B) TN 423 $ 11&. 0 C::. $ Yq I 068-.06 I 32 CUSTOM CONCRETE DRIVEWAYS/WALKS-MATCH SF 2,635 $ 1 -,10 $ lip 3 .SAS EXISTING PATTERN/COLOR I 33 6 INCH CONCRETE DRIVEWAY SF 10,335 $ C.84 $ 5 9,Y13.00 34 8618 CONCRETE CURB AND GUTTER LF 690 $ «.Od $ $, e,10.06 I 35 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 19,786 $ 10.4x6 $ Z-69173%.Ld 36 CONCRETE WALK SF 2,000 $ 1-1.-51) $ 9, ow•0(�1. I 37 CONCRETE STEPS SF 270 $ t•Od $ I */(4* s:* 38 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD FIBER SY 4,210 $ Z• 6o $ t e`q y4 Clt, I BLANKET 39 HYDROSEED WITH MULCH SY 34,200 $ I. 3 S $ (441 17O,O6 40 SODDING,MINERAL TYPE SY 20 IC.bd 1DO. pc) I ss ,,,fit' 41 SELECT TOPSOIL BORROW TN 7,570 $ _ _•�T_ $J c . I 42 SIGN PANELS SF 30 $ 3'7. to $ L, Ito .b47 43 CYLINDER STYLE DELINEATOR (X4-13),6"DIAMETER,WHITE EA 7 $ 70•0O $ 1110 .06 I 44 STREET NAME BLADE SIGNS EA 5 $ 1--3 S_ 06 $ Lf 1 7 S.DC) 45 12"SOLID WHITE STOP BAR LF 186 $ Li. VO $ 7(f Y,ab I 46 WATER FOR DUST CONTROL MG 600 $ atJ%ell° $ 15 aI 47 STREET SWEEPER(WITH PICKUP BROOM) HR 120 $ /go.OC $ /*Dada TOTAL PART 1 -STREETS: $ I, (49 -11:11-d0 PART 2-WATER MAIN I 48 TEMPORARY WATER SERVICE LS 1 $ lietw 0b $ LI.ooa a° 49 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 40 $ 150.°C) $ GU I 50 REMOVE WATER MAIN PIPE LF 9505 $ 1•e10 $ 16-0-.00 51 REMOVE WATER SERVICE LF 3150 $ I'� $ 3�� I 52 REMOVE HYDRANT EA 17 $ bat" $ !w• I ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 004110-4IR) s REVISED BID FORM I I No. Item Units Qty Unit Price Total Price I I53 REMOVE VALVE AND BOX EA 26 $ 40.°D $ 521) 54 ROCK EXCAVATION-WEATHERED CY 5700 $ N� $ 5700."° 1 55 ROCK EXCAVATION-HARD CY 570 $ Oo $ /7/m'°° 56 SAND CUSHION LF 2600 $ 3 Oo $ •" 1 57 IMPROVED PIPE FOUNDATION LF 8974 $ ' $ 40%a2 I58 CONNECT TO EXISTING WATER MAIN EA 9 $ 17eCt9°° $ /4 O° 59 6"DIP WATER MAIN,CLASS 52 LF 8574 $ ba $ .04032.6° II60 8"DIP WATER MAIN,CLASS 52 LF 931 $ 27•a° $ �7 61 PIPE BURST 6"PVC,C900 WATER MAIN,INCLUDING DUAL LF 210 $ /405:6° $ ZZAC6." I TRACER WIRE ������,,,, 62 6"GATE VALVE AND BOX EA 43 $ 1220 $ 02, •oc I63 8"GATE VALVE AND BOX EA 3 $ ie`at" $ 11920,4212 64 ADJUST VALVE BOX EA 2 $ 75.°I) $ I§ I65 WATER MAIN OFFSET-b" EA 7 $ ‘.1763.00 $ 19,2$O.°° 66 WATER MAIN OFFSET-8" EA 1 $ $ 4:41400:1 1 67 HYDRANT EA 17 $ 3803•'° $ CO I68 DUCTILE IRON FITTINGS LB 6210 $ I.00 $ 624•C° 69 INSULATION-4"THICK SF 8000 $ /ems $ .12/000 Pr' 70 1"CORPORATION STOP EA 105 $ )20P° $ 1ALoCb•°3 71 1"CURB STOP AND BOX EA 105 $ °Z6-6 4" $ •�iP 1 72 1"TYPE"K"COPPER PIPE LF 3150 $ 41I' $ 1f I73 CONNECT TO EXISTING WATER SERVICE EA 106 $ �•ao $ Sligo PI) TOTAL PART 2-WATER MAIN: $ 1 12-0I 3c*.0 I PART 3-SANITARY SEWER 74 REMOVE SANITARY SEWER CASTING AND RINGS EA 41 $ $1 4160.(13 ©2015 Siantec 1 193801994-D REVISED BY ADDENDUM 1 0041 10-5(R) REVISED BID FORM I I I INo. Item Units Qty Unit Price Total Price I I 75 REMOVE SANITARY SEWER PIPE LF 230 $ /,15D $ !-,•'"" I 76 REMOVE SANITARY MANHOLE EA 4 $ 4 .4* $ /wax' 77 8"PVC SANITARY SEWER PIPE-SDR 26 LF 30 $ 1,0 •°O $ ' I 78 10"PVC SANITARY SEWER PIPE-SDR 26 LF 198 $ C' $ I+ f '" 79 CONNECT TO EXISTING SANITARY SEWER PIPE EA 5 $ 1303• $ 4,5 'eo I � 80 10"X4"PVC WYE EA 6 $ 1-IV ,• $ I 1*L. ° I 81 4"PVC SANITARY SEWER SERVICE PIPE LF 120 $ QQ�► -$ tea 82 CONNECT TO EXISTING SEWER SERVICE EA 6 $ /p0 Oo $,_•,•_ , I 83 IMPROVED PIPE FOUNDATION LF 230 $ * $ ll5oo 84 4'DIAMETER SANITARY SEWER MH EA 3 $ 70`4° $ 19219,e I 85 4'DIAMETER SANITARY SEWER MH WITH OUTSIDE DROP EA 1 $ 4/7411° $ 47 40 ' 86 RECONSTRUCT MANHOLE LF 90 $ I�j Q O0 $ * P° 87 SANITARY MANHOLE OVERDEPTH LF 10 $ 176.4° $ 11110.6° , 88 FURNISH&INSTALL NEW SANITARY MH �� CASTING AND EA 34 $ o`ao $ iiitt6e3 RINGS 89 FURNISH&INSTALL NEW WATERTIGHT SANITARY MH EA 3 $ [B20 4° $ 3)0.°Q CASTING AND RINGS 90 PRECONSTRUCTION SANITARY TELEVISING LF 7856 $ 1. (DO $ b Z S G 9,4.0 I z 91 SEWER REHABILITATION WITH CIPP,8" LF 4805 $ 1 •CD $ tO3) 30 7-1;0 92 SEWER REHABILITATION WITH CIPP,9" LF 445 $ '2 ,S-$3 $ G 3 I Z-7.,,'f I 93 SEWER MANHOLE REHABILITATION LF 216 $ 16 Z-•06 $ 3 411 {1-Z., 08 SS I TOTAL PART 3•SANITARY SEWER: $ 7-- 7f 3.s'I, 60 PART 4-STORM SEWER I 94 REMOVE STORM SEWER CASTING AND RINGS EA 12 $ IC ..° $ I2m°5 95 REMOVE STORM SEWER MANHOLE OR CATCH BASIN EA 3 $ Q $ 0.50.0° 1 96 REMOVE STORM SEWER PIPE LF 100 $ 165' $ l 00 I 0 2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-61R1 REVISED BID FORM I I I I INo. Item Units Qty Unit Price Total Price 1 97 12'RCP STORM SEWER,CL 5 LF 260 $ .1 7,' $ /A1 `�' 98 15"RCP STORM SEWER,CL 5 LF 506 $ 3 co $ ! r Qj .etl 1 99 18"RCP STORM SEWER,CL 5 LF 2170 $ 30913 $ c-Yft7TN.a2 100 21"RCP STORM SEWER,CL 4 LF 343 $ T r•� $ 15,091,°° 1 101 24"RCP STORM SEWER,CL 4 LF 105 $ 50•[LI $ a- •432 102 4'DIAMETER STORM SEWER MH OR CBMH EA 21 $ .44:12 $ 2, z 00 103 5'DIAMETER STORM SEWER MH OR CBMH EA 5 $ 44,05,642 $ IA •°° 104 6 DIAMETER STORM SEWER MH OR CBMH EA 3 $ 37421 $ CC' •' 105 T DIAMETER STORM SEWER MH OR CBMH EA 5 $ `ttas' $ 2/_g` OD 1 106 2'x3'CATCH BASIN EA 11 $ �� •oo $ A60 107 DRAINAGE SWALE GRADING SY 400 $ IO. $ •00 I °° o0 108 FURNISH&INSTALL NEW STORM SEWER CASTING AND EA 5 $ 5-2.C.)5° $ �'. RINGS-CB ,�'�,I 109 FURNISH&INSTALL NEW STORM SEWER CASTING AND �//,,,,,, EA 5 $ T"1�V.00 $ �.� RINGS-MH 110 CONNECT TO EXISTING STORM SEWER PIPE EA 5 $ /5:° $ o � 1 111 CONNECT TO EXISTING STORM STRUCTURE EA 2 $ clW9 $ I2m I112 CONNECT TO STRUCTURE(DRAINTILE) EA 78 $ ?O•°° $ s TOTAL PART 4-STORM SEWER: $ 2-6.,cLb.QQ ` * :.. I 5 TOTAL PART 1 -STREETS: $ 4 .1• -7 I.of ITOTAL PART 2-WATER MAIN: $1'i I2-O/3b15.00 ITOTAL PART 3-SANITARY SEWER: $ 60 TOTAL PART 4-STORM SEWER: $ cV?- ;t}8° ITOTAL BASE BID: $ 3,1 0/01"ISO7 400 I O 2015 Stantec I 193801994-D IREVISED BY ADDENDUM 1 00 41 10-7(R) REVISED BID FORM I 1 No. Item Units Qty Unit Price Total Price I ALTERNATE 1 -VALLEY VIEW PARKING LOT /I I 113 MOBILIZATION LS 1 $ 4zi O 3 .00' $(0f ODO.00 SS 114 TRAFFIC CONTROL LS 1 $ 7.--17.S0.p6 ? 2i 71° ,,06 ru 115 RECLAIM BITUMINOUS PAVEMENT SY 3950 $ 472.42° $ 7Iab.ao Z Pa 116 SAWING BITUMINOUS PAVEMENT LF 80 $ $ a I 117 COMMON EXCAVATION(P) CY 440 $ 7-V 6 $ 3 00,QC) 118 BITUMINOUS MATERIAL FOR TACK COAT GAL 180 $ Z 5 $ L1 6.(:). b. 1 119 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 350 $ SR-b 0 $ Zap 3c o 120 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 350 $ 6s'. OD $ Z?76-6064 121 8618 CONCRETE CURB AND GUTTER LF 1930 $ I`G•(14) $ Z--7/0 76•Ci+ I 122 HYDROSEED WITH MULCH SY 780 $ t• '0 $ 1� L 70.00 123 SELECT TOPSOIL BORROW TN 20 $ Ko-00 $ ¢23'°O I TOTAL ALTERNATE 1 -VALLEY VIEW PARKING LOT: $95181.0a ALTERNATE 2-VALLEY VIEW PARKING LOT LESS SOUTHERLY LOT 124 MOBILIZATION LS -1 $ 2-7-S.nd $0.7 -da 125 TRAFFIC CONTROL LS -1 $ 1-0 6 $1.._i. 00 ) 126 RECLAIM BITUMINOUS PAVEMENT SY -1450 $ •'t, $i ) 127 SAWING BITUMINOUS PAVEMENT LF 125 $ 3.00 $ 37.T 4`=' I 128 COMMON EXCAVATION (P) CY -160 $, t7-00 $(1.4 C(2•U .00 129 BITUMINOUS MATERIAL FOR TACK COAT GAL -65 $ Z-S i7 $(1 G 2-.50) I w 130 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN -130 $ 5 O-DO lad S-00 -ISIS) I 131 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN -130 $ (b.06 C i, to6.bo) 132 8618 CONCRETE CURB AND GUTTER LF -510 $ 17-S $C,k24 400.5'0) I 133 HYDROSEED WITH MULCH SY -310 $ .61 $(3,/ I( ) 1 ©2015Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-8IRI REVISED BID FORM I 1 INo. Item Units Qty Unit Price Total Price , I134 SELECT TOPSOIL BORROW TN -3 $ 11/• $( 43. TOTAL ALTERNATE 2-VALLEY VIEW PARKING LOT LESS $ Z2,&3 0.(Q, SOUTHERLY LOT: I ALTERNATE 3-OREN AVENUE WATER MAIN 135 MOBILIZATION LS 1 $ I 2,SO .00 $ 1'1.$b, 4d 136 TRAFFIC CONTROL LS 1 $ 000.tm $ L Obo .4 o 137 INLET PROTECTION EA 2 $ 13o.°° $ O 00 00 138 SILT FENCE,TYPE MACHINE SLICED LF 600 $ .2.00 $ `ej•ed 1 139 SALVAGE AND REINSTALL SIGN EA 4 $ llpa°" $ 1010.4d 1 140 REMOVE BITUMINOUS PAVEMENT SY 1420 $ a ell $ 010° mir71 do 141 SAWING BITUMINOUS PAVEMENT LF 60 $ 3 On $ ivv., 142 AGGREGATE BASE,CLASS 5 TN 240 $ 1O.0 0 $ Z./ WtXJ.CSC 143 TEMPORARY WATER SERVICE LS 1 $ .°° CO 1 144 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 2 $ 150.°° $ 4e0.00 1 145 REMOVE WATERMAIN LF 642 $ .00 $ `1j°?� 146 REMOVE WATER SERVICE LF 120 $ ' $ La c I147 REMOVE HYDRANT EA 1 $ .°2' $ Lce1/46° 148 REMOVE VALVE AND BOX EA 1 $ At5 OO $ QOPI3 1 149 CONNECT TO EXISTING WATER MAIN EA 3 $ 17Ws*3 $ 6700• Oe 1 150 6'DIP WATER MAIN,CLASS 52 LF 140 $ 44.E $ 41966• 151 8"DIP WATER MAIN,CLASS 52 LF 642 $ 6-5.e+ $ 21316P° 152 b"GATE VALVE AND BOX EA 5 $ 1 6' $ 4 . 153 8"GATE VALVE AND BOX EA 3 $ 11 4b.m $ 81/2-4PC1 1 154 ADJUST VALVE BOX EA 1 $ `5° $ 167415 155 HYDRANT EA 2 $ *7r;1J[J° $ 14490� ©2015 Stontec I 193801994-D IREVISED BY ADDENDUM 1 00 41 10-9(R1 REVISED BID FORM I No. Item Units Qty Unit Price Total Price I ' 156 DUCTILE IRON FITTINGS LB 550 $_ ao $ •� I 157 INSULTATION-4 THICK SF 100 $ 0 0 $ /a co 158 CONNECT TO EXISTING WATER SERVICE EA 3 $ OO $ 0246.e I TOTAL ALTERNATE 3-OREN AVENUE WATER MAIN: $ ill S•O7..06 ALTERNATE 4-65TH ST.N.UTILITY AND STREET IMPROVEMENTS: PART 1 •STREETS 1 159 MOBILIZATION LS 1 $ s6. $ Zt fP S 160 TRAFFIC CONTROL LS 1 $ 106.06 $- 5100 .0t I 161 TEMPORARY MAIL LS 1 $ La 6.64) $ locCiQ•°I' 162 INLET PROTECTION EA 3 $ /SeD $ 390. I zee) 0 Zeta o 163 SILT FENCE,TYPE MACHINE SLICED LF 300 $ � $ 00 164 REMOVE SIGN EA 3 $ ea 442 $ �' 165 REMOVE TREE EA 12 $ L 1 -C1a $ 7 3 .QQ I 166 CLEARING AND GRUBBING,INCLUDING LARGE STUMP LS 1 $ 1 000-00 $ ifc . 'e REMOVAL 167 REMOVE BITUMINOUS PAVEMENT SY 1640 $ a $ .52,$p sa 168 SAWING BITUMINOUS PAVEMENT-STREET LF 50 $ 3• $ .150.CD 169 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 120 $ 3.00 $ 170 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 180 $ •�U $ I 171 COMMON EXCAVATION (P) CY 500 $ 1I. OO $ SJ S`00.00 ff 172 SUBGRADE EXCAVATION CY 200 $ f9.5 d $ 5 1 to.co 1 173 AGGREGATE BASE,CLASS 5 TN 450 $ 10. 6o $ S-00.cle? I ' 174 SELECT GRANULAR BORROW(MODIFIED) TN 400 $ l a. Oe $ Li, 66d-(V 175 GEOTEXTILE FABRIC TYPE V SY 500 $ 040C) $ 1taln.Ca, 1 176 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 80 $ a m $ 1W 6s ' AGGREGATE AND FILTER FABRIC ©2015 Slantec I 193801994-D REVISED BY ADDENDUM 1 0041 10-10(R) REVISED BID FORM I INo. Item Units Qty Unit Price Total Price I 177 BITUMINOUS MATERIAL FOR TACK COAT GAL 82 $ -1....1-3- .-.•LSS $ 18.Li.4.S-0 178 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,8) TN 155 $ Os•OD $ 5' L 811.4th III179 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 155 $ st• 7 c $ `it /a b• 2-s- 180 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS(2,B) TN 10 $ /7-0•0 b $ t -1.,o o. 6Q 1 181 6 INCH CONCRETE DRIVEWAY SF 180 $ 7-86 $ /f io 4•ad 182 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 1250 $ L(.S a $ t 4) 3 MOO 183 SEEDING,INCLUDING SEED,FERTILIZER,AND WOOD FIBER SY 2090 $ 3.o $ h) 1 1O MO BLANKET I 184 SELECT TOPSOIL BORROW TN 40 $ I to•= $ P ICS�f/j�� ' . 185 SIGN PANELS SF 3 $ 4e),OQ $ ( 7-6 206 1 186 STREET NAME BLADE SIGNS EA 4 $ ‘Z-3 V. 40 $ C( 14-0.- Ofl I 46P5 187 12•"SOLID WHITE STOP BAR IF 12 $ FS•Cob $ 4.6 . 66 CQ 188 WATER FOR DUST CONTROL MG 25 $ $ �O ' 189 STREET SWEEPER (WITH PICKUP BROOM) HR 4 $ i 26°450 $ 57-Q 0° TOTAL PART 1 -STREETS: $ 8; loc.76 I PART 2-WATER MAIN: I190 TEMPORARY WATER SERVICE LS 1 $ (..r0o 0p $ 15 � 191 EXCAVATION SPECIAL(POTHOLE EXISTING UTILITY) EA 4$ 150•a° $ 6166,�,r�'I" 1 192 REMOVE WATER MAIN LF 1025$ bar, $ ! °D 193 REMOVE WATER SERVICE LF 210$ I be $ °2C)," 194 REMOVE HYDRANT EA 2$ IC0.1" $ ?.r°D I195 ROCK EXCAVATION-WEATHERED CY 625$ 14C $ 4.26.17"1 196 CONNECT TO EXISTING WATER MAIN EA 2$ I7O'eo $ & oa 197 6"DIP WATER MAIN,CLASS 52 LF 1025$ 101.6) $ lo21 d° 198 6"GATE VALVE AND BOX EA 4$ 12.21D°D $ kg& 0 2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-111121 REVISED BID FORM I 1 I r I No. Item Units Qty Unit Price Total Price 1 199 ADJUST VALVE BOX EA 2$ 75°0 $ 155.°' �j�,,�, 1 200 HYDRANT EA 2$ q�uv• $_ lepeZ . 201 DUCTILE IRON FITTINGS LB 500$ j $ tf .4 I 202 INSULATION-4"THICK SF 150$ $ ' 203 1"CORPORATION STOP EA 7$ 120.°D $ A I 204 1"CURB STOP AND BOX EA 7$, Z‘45.6° •6° $ PI50■°° � i�'o0 III 205 1"TYPE"K"COPPER PIPE LF 210$ � $ Q� °° � I $ a4 206 CONNECT TO EXISTING WATER SERVICE EA 7$ 4 TOTAL PART 2-WATER MAIN: $ 9.9(6-75.0?) I PART 3-SANITARY SEWER 207 REMOVE SANITARY SEWER CASTING AND RINGS EA 5$ IOC).°" $ .5C)Ob I 208 RECONSTRUCT MANHOLE LF 5$ 1LD-°° $ 800.O0 L f 209 FURNISH&INSTALL NEW SANITARY MH CASTING AND EA 5$ ['?ra d613 I$ an2C0.80 RINGS 210 PRECONSTRUCTION SANITARY TELEVISING LF 30$ 2-04 0 4 $ G('7+ca I 211 SEWER REHABILITATION WITH CIPP,8" LF 30$ .75'. 06 $ Z--/LS-0.00 212 SEWER MANHOLE REHABILITATION LF 40$, C 6 S -ob $ (9144, 4d.t0 I TOTAL PART 3-SANITARY SEWER: $ (1)WO -Get I PART 4-STORM SEWER: 213 REMOVE STORM SEWER CASTING AND RINGS EA 4$ lli.°5 $ •Q°_ I 214 REMOVE STORM SEWER MH OR CATCH BASIN EA 1 $ e47116° $ g-!° 215 REMOVE STORM SEWER PIPE LF 27$ Ir $ .22"'0 I 216 24'RCP STORM SEWER,CL 4 LF 27$ 76.6° $ 1896.41 1 217 6'DIAMETER STORM SEWER MH 34 Do 3 P° OR CBMH EA 1 $ $ I 02015Stantec I 193801994-D REVISED BY ADDENDUM 1 0041 10-121R) REVISED BID FORM I I I Units Item I No. Qty UL�n//flL�/�Price Total Price I I 218 FURNISH&INSTALL NEW STORM SEWER CASTING AND EA 1 $ T7V.�o $ ► !O'er tO RINGS-MH 219 CONNECT TO EXISTING STORM SEWER PIPE EA 2$ 7 $ I car). .Oa 220 CONNECT TO EXISTING STORM STRUCTURE EA 1 $ ��:23 $ 221 CONNECT TO STRUCTURE(DRAINTILE) EA 4$ 7o.m $ .ao ITOTAL PART 4-STORM SEWER: $_ IV ALTERNATE 4 SUMMARY ITOTAL PART 1 -STREETS: $ .3 3I 7CS. ?ST TOTAL PART 2-WATER MAIN: $ CrcliSi•s.00 ITOTAL PART 3-SANITARY SEWER: $ 1:27 WO•6 0 TOTAL PART 4-STORM SEWER: $�`l-"'-fit„ ITOTAL ALTERNATE 4-65TH ST N STREET AND UTILITY IMPROVMENTS: $ .43 �1 ALTERNATE 5-OSMAN,64TH,OZARK STREET IMPROVEMENTS 222 MOBILIZATION LS I $ Z./ 7PZ.oc1 $2 7 C .OG I223 TRAFFIC CONTROL LS 1 $ I,, 7de.00 $ l 76 a.4a I224 TEMPORARY MAIL LS I $ Io.cze' $ I oco 225 INLET PROTECTION EA 3 $ 13o Oo $ Qg° I OD 226 SILT FENCE,TYPE MACHINE SLICED LF 30 $ d� 1.o.$ � 227 REMOVE TREE EA 2 $ toi 0.06 $ I, Z. Lo.o o I228 REMOVE BITUMINOUS PAVEMENT SY 5440 $_ 4.(0 6 _ $` is/-Les Li.6Q I229 SAWING BITUMINOUS PAVEMENT-STREET LF 130 $ 3 A ss -45"230 REMOVE CONCRETE CURB&GUTTER LF 3105 $ 1"`3 $ 7, t 4 I. r0 231 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SF 3300 $ 1•oo $ 3aCt)I O 232 REMOVE CONCRETE DRIVEWAY PAVEMENT SF 600 $ ''� $ D°D I ©2015 Slantec 1 193801994-D IREVISED BY ADDENDUM 1 00 41 10-13(R) REVISED BID FORM I I I No. Item Units Qty Unit Price Total Price I I 1 233 REMOVE GRAVEL DRIVEWAY SF 300 $ $ I 234 COMMON EXCAVATION(P) CY 2775 $ 11. 00 $ 3 s, s z -:O 6 235 SUBGRADE EXCAVATION CY 1390 $ to• Z 6 $. S (.$7.S 0 I 236 AGGREGATE BASE,CLASS 5 TN 930 $ 10,00 $ /.1 3 4O •dd 237 SELECT GRANULAR BORROW (MODIFIED) TN 1390 $ Cl_16- $ £3) S'2.. S"t I 238 GEOTEXTILE FABRIC TYPE V SY 1220 $ a $ a r�4++6 ed 239 4'PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 40 $ 12.°D $ AGGREGATE AND FILTER FABRIC 240 BITUMINOUS MATERIAL FOR TACK COAT GAL 272 $ Z•.-Z S $ (,L2 -O O 1 241 TYPE SP 12.5 NON-WEARING COURSE MIXTURE(2,B) TN 516 $ 6-1•00 $ *2.'ir Ft to.ISti 242 TYPE SP 12.5 WEARING COURSE MIXTURE(2,C) TN 516 $ S$.S b $ 30 t S •08 I [ VD �3 tifP6.pc> I 243 TYPE SP 9.5 BITUMINOUS MIXTURE FOR DRIVEWAYS(2,B) TN 70 $ .t� $ f I 244 6 INCH CONCRETE DRIVEWAY SF 600 $ 1 WO $ , (9 So o-o9 245 SURMOUNTABLE CONCRETE CURB AND GUTTER LF 3110 $ It ,2. $ -3(t ,-..C13 I 24 6 HYDRO SEED SEED WITH MULCH SY 5180 $ i• Lid $ 7 Z 6 2..od 55 -XS .� 247 SELECT TOPSOIL BORROW TN 1 160 $ '6( $w II. 6 C 248 12"SOLID WHITE STOP BAR LF 44 $ C:00 $. 31-1,o a 249 WATER FOR DUST CONTROL MG 50 $ $ e2rO.66 250 STREET SWEEPER (WITH PICKUP BROOM) HR 6 $ 1905° $ 786 I � 251 ADJUST VALVE BOX EA 3 $ 96.4n $ c v5 ao 252 CONNECT TO STRUCTURE(DRAINTILE) EA 2 $ (U• $. I TOTAL ALTERNATE 5-OSMAN,64TH,OZARK STREET $ )-10p0/.Id IMPROVEMENTS: ALTERNATE 6-PANAMA STORM 253 MOBILIZATION LS 1 $ )1-2_ o.Od $1> Z- so .bb I 254 TRAFFIC CONTROL LS 1 $ 4 466-oa $ a(f LW •00 ©2015 Stantec I 193801994-D REVISED BY ADDENDUM 1 00 41 10-14)R) REVISED BID FORM I I r iNo. Item Units Qty Unit Price Total Price I 255 4"PVC PERFORATED DRAIN TILE,WITH COARSE FILTER LF 20 $ 1z $ °° AGGREGATE AND FILTER FABRIC �n �/� 00 256 15"RCP STORM SEWER,CL 5 LF 300 $ % $ Hi 4 2 I257 2'x3'CATCH BASIN EA 1 $ 1500.6° $ /5DO.oc °° 258 CONNECT TO EXISTING STORM STRUCTURE EA 1 $ lice-1° $ 1/00' I259 CONNECT TO STRUCTURE(DRAINTILE) EA 1 $ 70' $ ?D• ITOTAL ALTERNATE 6: $ L i/I(PO •C)d ISUMMARY :&(,)&14-) 901, e0 670 Aga�p c-tit 4 TOTAL BASE BID: $- j--- r ITOTAL ALTERNATE 1 -VALLEY VIEW PARKING LOT: $ 9 £0d ITOTAL ALTERNATE 2-VALLEY VIEW LOT LESS SOUTHERLY LOT: $( ,Sf 3a JO) TOTAL ALTERNATE 3-OREN AVE WATER MAIN: $ g 7 S o 7.0 0 ITOTAL ALTERNATE 4-65TH STREET AND UTILITY IMP.: $ 7S•_ C (,J TOTAL ALTERNATE 5-OSMAN,64TH,OZARK STREET IMP.: $ 2.../0150-7./6 ITOTAL ALTERNATE 6-PANAMA AVE STORM IMP.: $ 13 /&O.0a I . , : 1 1,`tnit o I I I I I ®2015 Stantec I 193801994-0 IREVISED BY ADDENDUM 1 0041 10-15(R) REVISED BID FORM I t I I 6.01 Bidder agrees that the Work will be Substantially Completed and completed and ready for Final Payment in accordance with Paragraph 14.07.E of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above,which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid Security in the form of 5 percent. 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders,the General Conditions,and the Supplementary Conditions. SUBMITTED on ' 1u+'u 1 CI .2015. 1 If Bidder Is: I A Corporation Corporation Name: A-' 1 Exe... al +' (SEAL) I State of Incorporation: Illii'SCCYI Si el Type(General Business,Pr tonal,Se ' ited Liability): ailli, tkad''dr +v/ By ..Lr"_". ( I Signature) Name(typed or printed): -Tarr * j- Title: 3.4 e• Atilt Attest QAry(�A ' Cite M.(fir" (CORPORATE SEAL) (Si. - of Corporate Secretary) Business Street Address(No P:O Ms •— )2covi Avt. I afrThisi .510x4 rI / �/ / ,/ ,),/ I Phone No.: i i�t - I/ji Fax No.: -7� t=1 e)"4/1 Email: 5„W.. ri'f�ic ' A �teti.Ua { .eA*Yt I I I ©2015 Stantec 1 193801994-D REVISED BY ADDENDUM 1 00 41 10-16(R) REVISED BID FORM I I ■ I Statutory compliance Minn. Stat 16C. 285 Responsible Contractor. 1 The provisions of Minn.Stat. 16C.285 are imposed as a requirement of this contract.All bidders and persons or companies providing a submission to the bid of the City and shall comply with the provisions of the statute.The Contractor shall conform to the responsibility requirements within the bid for its portion(s) of the work on the project and provide to the City a written verification that it meets the following minimum criteria as part of its submission to the bid. All bidders shall verify the following as the "contractor" as part of their bid. I ]) the contractor: i) is in compliance with workers' compensation and unemployment insurance requirements; ii) (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; iii) has a valid federal tax identification number or a valid Social Security number if an individual; and iv) has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative; 2) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, or)81.722, and has not violated United States Code, title 29, sections 201 to 219, or United States Code,title40,sections 3141 to 3148. For purposes of this clause, a ' violation occurs when a contractor or related entity: i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; ii) has been issued an order to comply by the commissioner of labor and industry that has become final; iii) has been issued at least two determination letters within the three-year period by the Department of Transportation finding an underpayment by the contractor or related entity to its own employees; iv) has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. 1 Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur until the contested case proceeding has concluded with a determination that the contractor or related entity underpaid wages or penalties; 3) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order; 1 I I I 4) the contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office; I the contractor or related entity has not received a final determination assessing a monetary sanction from the Department of Administration or Transportation for failure to meet targeted group business, dis-advantaged business enterprise, or veteran-owned business goals,due to a lack of good faith effort, more than once during the three-year period before submitting the verification; 5) the contractor or related entity is not currently suspended or debarred by the federal 1 government or the state of Minnesota or any of its departments,commissions, agencies, or political subdivisions;and 6) all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). 1 Any violations, suspensions, revocations, or sanctions,as defined in clauses (2) to (5), occurring prior to July 1, 2014, shall not be considered in determining whether a contractor or related entity meets the minimum criteria. The Contractors Verification shall be signed and accompany all responses to the RFP/Bid I documents and any contracts issued thereunder or the response/contract shall be rejected by the City. A prime contractor, as defined by the statute, or subcontractor shall include in its verification of I compliance under subdivision 4 a list of all of its first-tier subcontractors that it intends to retain for work on the project. If a prime contractor or any subcontractor retains additional subcontractors on the project after submitting its verification of compliance, the prime contractor or subcontractor shall obtain verifications of compliance from each additional subcontractor with which it has a direct contractual relationship and shall submit a supplemental verification confirming compliance with subdivision 3, clause (7),within 14 days of retaining the additional subcontractors. A prime contractor shall submit to the contracting authority upon request copies of the signed verifications of compliance from all subcontractors of any tier pursuant to subdivision 3, clause (7). A prime contractor and subcontractors shall not be responsible for the false statements of any subcontractor with which they do not have a direct contractual relationship. A prime contractor and subcontractors shall be responsible for false statements by their first-tier subcontractors with which they have a direct contractual relationship only if they accept the verification of compliance with actual knowledge that it contains a false statement. 1 1 1 1 I CONTRACTORS VERIFICATION PROVIDED UNDER MINN. STAT 16C.285 I To:The City of Oak Park Heights IRegarding City Project: 2015 Street Reconstruction-Area D The undersigned, hereinafter identified herein as "Contractor", upon being duly sworn on oath, does pursuant to Minn.Stat. 16C.285, provide the following sworn verification to the City as a Icondition of its submission of a response to the Bid solicitation forwarded by the city with reference to the above identified project.The Company does also verify the statements herein to be true and affirms and acknowledges it affirmative obligation to the City to notify the City immediately if at any time during the project any statement contained herein becomes untrue or incorrect in any aspect. The contractor verifies the following are true and correct statements relative to this project. 1 1) the contractor: (i) is in compliance with workers' compensation and unemployment insurance requirements; I (ii) is currently registered with the Department of Revenue and the Department of Employment and Economic Development if it has employees; (iii) has a valid federal tax identification number or a valid Social Security number if an individual;and I (iv) has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative; I 2) (2) the contractor or related entity is in compliance with and, during the three-year period before submitting the verification, has not violated section 177.24, 177.25, 177.41 to 177.44, 181.13, 181.14, on 81.722, and has not violated United States Code, title 29,sections 201 to 219, or I United States Code, title40, sections 3141 to 3148. For purposes of this clause, a violation occurs when a contractor or related entity: (i) repeatedly fails to pay statutorily required wages or penalties on one or more separate projects for a total underpayment of$25,000 or more within the three-year period; I (ii) has been issued an order to comply by the commissioner of labor and industry that has become final; (iii) has been issued at least two determination letters within the three-year period by the I Department of Transportation finding an underpayment by the contractor or related entity to its own employees; (iv) has been found by the commissioner of labor and industry to have repeatedly or willfully violated any of the sections referenced in this clause pursuant to section 177.27; I (v) has been issued a ruling or findings of underpayment by the administrator of the Wage and Hour Division of the United States Department of Labor that have become final or have been upheld by an administrative law judge or the Administrative Review Board; or I (vi) has been found liable for underpayment of wages or penalties or misrepresenting a construction worker as an independent contractor in an action brought in a court having jurisdiction. I Provided that, if the contractor or related entity contests a determination of underpayment by the Department of Transportation in a contested case proceeding, a violation does not occur ur„il the contested case proceeding has concluded with a determination that the 1 contractor or related entity underpaid wages or penalties; 3) the contractor or related entity is in compliance with and, during the three-year period before I submitting the verification, has not violated chapter 326B. For purposes of this clause, a violation occurs when a contractor or related entity has been issued a final administrative or licensing order; 1 111 r 4) the contractor or related entity has not, more than twice during the three-year period before submitting the verification, had a certificate of compliance under section 363A.36 revoked or suspended based on the provisions of section 363A.36,with the revocation or suspension becoming final because it was upheld by the Office of Administrative Hearings or was not appealed to the office; 5) the contractor or related entity has not received a final determination assessing a monetary r sanction from the Department of Administration or Transportation for failure to meet targeted group business, dis-advantaged business enterprise, or veteran-owned business goals, due to a lack of good faith effort, more than once during the three-year period before submitting the verification; 6) the contractor or related entity is not currently suspended or debarred by the federal government or the state of Minnesota or any of its departments,commissions, agencies, or political subdivisions;and 7) all subcontractors that the contractor intends to use to perform project work have verified to the contractor through a signed statement under oath by an owner or officer that they meet the minimum criteria listed in clauses (1) to (6). Any violations, suspensions, revocations, or sanctions, as defined in clauses (2) to (5), occurring prior to July 1, 2014,shall not be considered in determining whether a contractor or related entity meets the minimum criteria. , Dated thisday of �al 14 2015 {Name-the Company} A' Ek '(.At vafi. tc. V 1�. I Its: --Wt gi(it Ado STATE OF 14.4I41,4-SOYA ) ss. COUNTY OF Chi ea?,Us0-) On this 9 d9y of , 201 ,-before me, a Notary Public, in and for said County and State, appeared - I . r i to me personally known, who being by me first duly sworn, did say that {s - is the tsteit.„ - of Al e 4+. re,r being the "company" identified above and acknowledged said instrument to be the irte act and deed of said A-InctiLiz i firic,(the "company") who then executed the foregoing document by authority 111 of ,A-(gx (the "company"), and acknowledging said instrument to be the free act and deed of said Wtity. t } ►4� "` ublic t 1 IEJCDC . PENAL SUM FORM ENGINEERS MINI GUN INACI DOCUMENTS CONIMITI EE 1 BID BOND IAny singular reference to Bidder,Surety,Owner or other party shall be considered plural where applicable. BIDDER(Name and Address): I A-1 Excavating, Inc. 408 26th Avenue Bloomer,WI 54724 ISURETY(Name, and Address of Principal Place of Business): Merchants Bonding Company I 2100 Fleur Dr Des Moines, IA 50321 I OWNER(Name and ityor Oak Park Heights 14168 Oak Park Boulevard Oak Park Heights MN I BID Bid Due Date: March 9,2015 Description(Project Name—Include Location): 1 2015 Street Reconstruction Area D BOND I Bond Number: Date: March 9,2015 Penal sum Five Percent 5% (Words) (Figures) I Surety and Bidder, intending to be legally bound hereby,subject to the terms set forth below,do each cause this Bid Bond to be duly executed by an authorized officer,agent,or representative. BIDDER SURETY I A-1 Excavating, Inc. (S7 Merchants Bonding Company (Seal) Bidder's Name and Corpor. al Surety's Name and Corporate Seal By: ..Al° Si: ature Signa ure(A'ach Power . Attorney) I„A J Robert Downey Print Name Print Name jid u a Attorney-In-Fact Title Title Attest: Attest: %N*c.% ISignature Signature ` olli . -ansen Title aL'_(�/�s�� ord...0. Title:Witness I Note:Addresses are to be used for gi✓✓ing any required notice. Provide execution by any additional parties,such as joint venturers,if necessary. I EJCDCC C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 1of2 I EJCDCa PENAL SUM FORM FNG1Nk£fiS 10141 COMMA( DOCUMI::MIS COMM,(If.L 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. , 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 1 3.2 All Bids are rejected by Owner,or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents(or any 1 extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the 111 state in which the Project is located. S. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute,seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. The term"Bid"as used herein includes a Bid,offer,or proposal as applicable. EJCDC•C-430,Bid Bond(Penal Sum Form).Published 2013. Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2 I 1 I MERCHANT7Sillik, BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make,constitute and appoint,individually, Chris Steinagel; Christopher M Kemp; Connie Smith; Eric Olson; Michael J Douglas; IRobert Downey of Hudson and State of Wisconsin their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead,to sign,execute,acknowledge and deliver in their behalf as surety I any and all bonds,undertakings, recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION($20,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly I authorized officers of the Companies,and all the acts of said Attorney-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National I Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority 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. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." I In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 13thday of August , 2014. e,../.0„_.0.0r!!.«!y, .•.,+-.••+ f��41'10l4 4 ..0„ :a4t�r�" o!Ifti•• MERCHANTS BONDING COMPANY(MUTUAL) I :" 0444 40� m0.c;i1PO4'4 qs. MERCHANTS NATIONAL BONDING,INC. zJ• 2043 i'g 't\ 1933 f. By 111 STATE OF IOWA `%4 * ,a' % , : aZdipti 77 4... COUNTY OF POLK ss. «!'y"�!•"!' President I On this 13th day of August 2014,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said Instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. I In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa,the day and year first above written. ok.1" L0 WENDY WOODY •4U Cois4 z Jet C ' I , r ytt< June 20, 2017 « ilk Notary Public,Polk County,Iowa I STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.. do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, I which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set hand and affixed the seal of the Companies on this 9'f day of Ma/Ca l ,mil. .,'�;* ado OAP . :t •off'' �fD "'°'7'• 4.A"' p i •fry:.-:« tp; + !.s' ' •a. 1933 •'3' Secretary I %.0 20►73 :! :tiv ��ti:• POA 0014(7/14) ':,,ds•Fjf"* «*•''``tip". r 'ty`�4 ''i1 •' •ea„it ... Ix .,• I ISECTION 00 52 10 AGREEMENT FORM 1 THIS AGREEMENT is by and between the City of Oak Park Heights Minnesota(hereinafter called IOwner)and A-1 Excavating, Inc. (hereinafter called Contractor). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: IARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The 111 Work is generally described as follows: Street and utility improvements. ARTICLE 2- THE PROJECT I 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2015 Street Reconstruction-Area D, Oak Park Heights, Minnesota. 1 ARTICLE 3- ENGINEER I 3.01 The Project has been designed by Stantec (Engineer), who is to act as Owner's representative, assume all duties and responsibilities, and will have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. IARTICLE 4- CONTRACT TIMES I4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness Ifor Final Payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Dates for Substantial Completion and Final Payment I A. The Work associated with Alternate 3-Oren Avenue Water Main Improvements shall be completed by June 15, 2015 to accommodate MnDOT's North Frontage Road Construction Project. I B. The Work will be Substantially Completed on or before October 31, 2015, and completed and ready for Final Payment in accordance with Paragraph 14.07 of the General Conditions on or before June 1, 2016. Substantial Completion Date shall be defined as the I completion of the following items: 1. Utility repairs and installations. 2. Concrete curb and gutter, concrete driveway aprons, and driveway&street patching. 1 3. Wearing course paving. 4. Final restoration. 5. Signing and pavement markings. IB. Refer to Section 01 31 00 for additional scheduling information. I AGREEMENT FORM ©2015 Stantec I 193801994-D 00 52 10- 1 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty), Contractor shall pay Owner $1,500 for each day that expires after the time specified in Paragraph 4.02 for Milestones and Substantial Completion until the Work is Substantially Complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $1,500 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for Final Payment until the Work is completed and ready for Final Payment. I B. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness for Final Payment until the Work is completed and ready for Final Payment. ARTICLE 5- CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds as follows: A. For all Work at the prices stated in Contractor's Bid, attached hereto as an exhibit.The Bid prices for Unit Price Work set forth as of the Effective Date of the Agreement are based on estimated quantities. As provided in Paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in Paragraph 9.07 of the General Conditions. B. Original Contract Amount is based on Three Million Two Hundred Forty-Five Thousand Six Hundred Ten Dollars and Twenty Cents($3,245,610.20)for the Total Base Bid, plus Alternate No. 1, No. 5 and No. 6, plus Change Order No 1. ARTICLE 6- PAYMENT PROCEDURES I 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of the I General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments,.Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment, monthly during performance of the Work as provided in Paragraphs 6.02.A1 and 6.02.A2 below. All such payments will be measured by the Schedule of Values established in Paragraph 2.07.A of the General Conditions(and in AGREEMENT FORM ©2015 Stantec 1 193801994-D 00 52 10-2 ithe case of Bid Unit Price Work based on the number of units completed)or, in the event there is no Schedule of Values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal ' to the percentage indicated below, but in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with ' Paragraph 14.02 of the General Conditions: a. 95 percent of Work completed (with the balance being retainage). b. 95 percent of cost of materials and equipment not incorporated in the Work(with ' the balance being retainage). 2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 100 percent of the Work completed, less such amounts as ' Engineer shall determine in accordance with Paragraph 14.02.B5 of the General Conditions and less 200 percent of Engineer's estimate of the value of Work to be completed or corrected as shown on the tentative list of items to be completed or corrected attached to the certificate of Substantial Completion. 1 6.03 Final Payment ' A. Upon Final Completion and acceptance of the Work, in accordance with Paragraph 14.07 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 14.07. ARTICLE 7- INTEREST 7.01 All moneys not paid when due, as provided in Article 14 of the General Conditions, shall bear interest at the maximum rate allowed by law at the place of the Project. ARTICLE 8- CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: ' A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. ' B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. ' C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site, and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities), if any, that have been identified in the Supplementary Conditions as containing reliable "technical data," and (2)reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Supplementary Conditions as containing reliable "technical data." E. Contractor considered the information known to Contractor, information commonly ' known to contractors doing business in the locality of the Site; information and AGREEMENT FORM ©2015 Stantec 1 193801994-D 00 52 10-3 1 observations obtained from visits to the Site; the Contract Documents, with respect to the effect of such information, observations, and documents on (1)the cost, progress, and performance of the Work, (2)the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and (3) Contractor's safety precaution programs. F. Based on the information and observations referred to in Paragraph 8.01.E above, Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others , at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9- CONTRACT DOCUMENTS 1 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement. 2. Performance Bond, Payment Bond, and other Bonds. 3. General Conditions. 4. Supplementary Conditions. 5. Specifications as listed in the table of contents of the Project Manual. 6. Drawings bearing the following general title: 2015 Street Reconstruction-Area D. 7. Addendum Number 1. 8. Exhibits to this Agreement(enumerated as follows): a. Contractor's Bid Form. b. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Order(s). B. The documents listed in Paragraph 9.01.A are attached to this Agreement(except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. 1 AGREEMENT FORM ©2015 Stantec I 193801994-D 00 52 10-4 r IARTICLE 10- MISCELLANEOUS r10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and rthe Supplementary Conditions. 10.02 Assignment of Contract IA. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and r moneys that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or r discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns IA. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. Severability I10.04 A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. I10.05 Contractor's Certifications IA. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: I1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution; r 2. "fraudulent practice" means an intentional misrepresentation of facts made (a)to influence the bidding process or the execution of the Contract to the detriment of I Owner, (b)to estabd or Contract prti non-compete levels, or(c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement at if between two or itiv more Bidders, with or without the knowledge lish Bi of Owner, a ices purpose ar of cial which is to establish Bid prices at artificial, non-competitive levels; and I 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. I AGREEMENT FORM ©2015 Stantec I 193801994-D 00 52 10-5 r I IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. Counterparts have been I delivered to Owner and Contractor. All portions of the Contract Documents have been signed or have been identified by Owner and Contractor or on their behalf. This Agreement will be effective on E gij , 2015(which is the Effective Date of the Agreement). Owner: Contractor: I City„yeak Par -ights, rp' esota A-1 Excavating, Inc./ I B�/ ii / By: ■ . - fA•/ 3. , / I I Attest / Attest: A/ 4/ �, _ A/_%,41 /�, r Address f• giv' g notices: Address for giving notices: , A-1 Excavating, Inc. 1 P.O. Box 90 - Bloomer, WI 54724 (Where Applicable) 1 Designated Representative: Designated Representative: Name: EQ-1L� Jol_ Nso ki Name: Title: CI / r)M//4I5( 14-)7/4-- Title: Address: y 0. go,( 2,o07 Address: I T1 Lk-Or , f611 ti C/ a, C--- 1/39 Phone: ��f /v3 _ y Phone: Facsimile: ,s-7-- '-3 9 , 01--21 Facsimile: I ,-' -SAID OF SECTION I PPROVED AS CORM: City Attorney 5 c /5-- 1 AGREEMENT FORM ©2015 Stantec I 193801994-D 00 52 10-e) r I PERFORMANCE BOND IAny singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY (Name, and Address of Principal Place of Business): IOWNER(Name and Address): I CONTRACT I Effective Date of Agreement: Amount: Description(Name and Location): IBOND Bond Number: Date (Not earlier than Effective Date of Agreement): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause Ithis Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY I (Seal) (Seal) Contractor's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Signature Signature(Attach Power of Attorney) I Print Name Print Name 1 Title Title Attest: Attest: Signature Signature III Title Title INote: Provide execution by additional parties, such as joint venturers, if necessary. 1 EJCDC C-610 Performance Bond(2007) . Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.13 Page I of 3 Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner for the performance of the Contract, which is incorporated herein by reference. I 1. If Contractor performs the Contract, Surety and Contractor have no obligation under this Bond, except to participate in conferences as provided in Paragraph 2.1. 1 2. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 2.1 Owner has notified Contractor and Surety, at the addresses described in Paragraph 9 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with Contractor and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. If Owner, Contractor, and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Owner's right, if any, subsequently to declare a Contractor Default; and 2.2 Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall not be declared earlier than 20 days after Contractor and Surety have received notice as provided in Paragraph 2.1; and 2.3 Owner has agreed to pay the Balance of the Contract Price to: 1. Surety in accordance with the terms of the Contract; or 2. Another contractor selected pursuant to Paragraph 3.3 to perform the Contract. 3. When Owner has satisfied the conditions of Paragraph 2, Surety shall promptly, and at Surety's expense, take one of the following actions: 3.1 Arrange for Contractor, with consent of Owner, to perform and complete the Contract; or I 3.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 3.3 Obtain bids or negotiated proposals from qualified contractors acceptable to Owner for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Owner and contractor selected with Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Contract, and pay to Owner the amount of damages as described in Paragraph 5 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 3.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 1. After investigation, determine the amount for which it may be liable to Owner and, as soon as practicable after the amount is determined, tender payment therefor to Owner; or 2. Deny liability in whole or in part and notify Owner citing reasons therefor. 4. If Surety does not proceed as provided in Paragraph 3 with reasonable promptness, Surety shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Owner to Surety demanding that Surety perform its obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 3.4, and Owner refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Owner shall be entitled to enforce any remedy available to Owner. 5. After Owner has terminated Contractor's right to complete the Contract, and if Surety elects to act under Paragraph 3.1, 3.2, or 3.3 above, then the responsibilities of Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under the Contract. To the limit of the amount of this Bond, but subject to commitment by Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: ' EJCDC C-610 Performance Bond(2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.13 Page 2 of 3 I 1 5.1 The responsibilities of Contractor for correction of defective Work and completion of the Contract; I 5.2 Additional legal, design professional, and delay costs resulting from Contractor's Default, and resulting from the actions of or failure to act of Surety under Paragraph 3; and 5.3 Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages Icaused by delayed performance or non-performance of Contractor. 6. Surety shall not be liable to Owner or others for obligations of Contractor that are unrelated to the I Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, administrators, or successors. 1 7. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts,purchase orders, and other obligations. 1 8. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located, and shall be instituted within I two years after Contractor Default or within two years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to Isureties as a defense in the jurisdiction of the suit shall be applicable. 9. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address shown on the signature I page. 10. When this Bond has been furnished to comply with a statutory requirement in the location where the I Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 11. Definitions. 11\ 11.1 Balance of the Contract Price: The total amount payable by Owner to Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be received by Owner in settlement of insurance or other Claims for Idamages to which Contractor is entitled, reduced by all valid and proper payments made to or on behalf of Contractor under the Contract. 11.2 Contract: The agreement between Owner and Contractor identified on the signature page, Iincluding all Contract Documents and changes thereto. 11.3 Contractor Default: Failure of Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 1 11.4 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract or to perform and complete or otherwise comply with the other terms thereof. IFOR INFORMATION ONLY—(Name,Address and Telephone) Surety Agency or Broker: 1 Owner's Representative(Engineer or other party): II EJCDC C-610 Performance Bond(2007) Prepared by the Engineers Joint Contract Documents Committee. 1 00 61 13.13 Page 3 of 3 PAYMENT BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR(Name and Address): SURETY (Name, and Address of Principal Place of Business): 1 OWNER(Name and Address): CONTRACT Effective Date of Agreement: I Amount: Description (Name and Location): I BOND Bond Number: Date(Not earlier than Effective Date of I Agreement): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly y e u y executed by an authorized officer, agent, or representative. ICONTRACTOR AS PRINCIPAL SURETY (Seal) (Seal) IContractor's Name and Corporate Seal Surety's Name and Corporate Seal By: By: ISignature Signature(Attach Power of Attorney) IPrint Name Print Name 1 Title Title Attest: Attest: II Signature Signature • g ITitle Title Note: Provide execution by additional parties, such as joint venturers, if necessary. Ilt EJCDC C-615 Payment Bond(2007) Prepared by the Engineers Joint Contract Documents Committee. 1 00 61 13.16 Page 1of3 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract,which is incorporated herein by reference. 2. With respect to Owner,this obligation shall be null and void if Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging g g non-payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided I there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor promptly makes payment, directly or indirectly, for all sums due. 4. Sure ty shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with Contractor: 1. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety,that is sufficient compliance. 6. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at Surety's expense take the following actions: 6.1 Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any performance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the performance of the Contract are I dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. EJCDC C-615 Payment Bond(2007) Prepared by the Engineers Joint Contract Documents Committee. 00 61 13.16 Page 2 of 3 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this I Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. ill 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts,purchase orders, and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent IP jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. i 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. I 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions I15.1 Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. I 15.2 Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor I as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. IF FOR INFORMATION ONLY (Name, Address, and Telephone) Surety Agency or Broker: at Owner's Representative(Engineer or other): EJCDC C-615 Payment Bond(2007) Prepared by the Engineers Joint Contract Documents Committee. I00 61 13.16 Page 3 of 3 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. I STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT I Prepared by 3 ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE I and Issued and Published Jointly by rit#4.e ACEC ``5�II Ami Ru 1N COUN(iL of E N( 'U FRIN,,ComrkNIes G�. "ON515T ASE American Society National Society of Professional Engineers of Civil Engineers Professional Engineers in Private Practice IAMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA iAMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE I A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS IEndorsed by I IPV CONSTRUCTION SPECIFICATIONS INSTITUTE I , I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. 00 72 05 1 These General Conditions have been prepared for use with the Suggested Forms of Agreement Between 1 Owner and Contractor (EJCDC C-520 or C-525, 2007 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the Narrative Guide to the EJCDC Construction Documents (EJCDC C-001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (EJCDC C-800,2007 Edition). I I I Copyright O 2007 National Society of Professional Engineers I 1420 King Street, Alexandria, VA 22314-2794 (703) 684-2882 www.nspe.org American Council of Engineering Companies I 1015 15th Street N.W., Washington, DC 20005 (202) 347-7474 www.acec.org American Society of Civil Engineers III 1801 Alexander Bell Drive, Reston, VA 20191-4400. (800) 548-2723 www.asce.org I Associated General Contractors of America 2300 Wilson Boulevard, Suite 400, Arlington, VA 22201-3308 1 (703) 548-3118 www.agc.org The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE. I EJCDC C-700 Standard General Conditions of the Construction Contract i Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. 0072 OS 1 STANDARD GENERAL CONDITIONS OF THE I CONSTRUCTION CONTRACT I TABLE OF ONT T C EN S II Page Article 1 —Definitions and Terminology 1 j 1.01 Defined Terms I 1.02 Terminology 5 I Article 2 —Preliminary Matters 6 2.01 Delivery of Bonds and Evidence of Insurance 6 2.02 Copies of Documents 6 I 2.03 Commencement of Contract Times; Notice to Proceed 6 2.04 Starting the Work 7 2.05 Before Starting Construction 7 ii2.06 Preconstruction Conference; Designation of Authorized Representatives 7 2.07 Initial Acceptance of Schedules 7 1 Article 3 —Contract Documents: Intent, Amending, Reuse 8 3.01 Intent 8 3.02 Reference Standards 8 3.03 Reporting and Resolving Discrepancies 9 3.04 Amending and Supplementing Contract Documents 9 3.05 Reuse of Documents 10 3.06 Electronic Data 10 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental IConditions; Reference Points 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 11 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 I 4.05 Reference Points 14 4.06 Hazardous Environmental Condition at Site 14 I Article 5 —Bonds and Insurance 16 5.01 Performance, Payment, and Other Bonds 16 5.02 Licensed Sureties and Insurers 16 I 5.03 Certificates of Insurance 17 5.04 Contractor's Insurance 17 5.05 Owner's Liability Insurance 19 I 5.06 Property Insurance 19 5.07 Waiver of Rights 20 5.08 Receipt and Application of Insurance Proceeds 21 I' EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page i 1 00 72 05 I/ 5.09 Acceptance of Bonds and Insurance; Option to Replace 21 5.10 Partial Utilization, Acknowledgment of Property Insurer 22 Article 6 -Contractor's Responsibilities 22 6.01 Supervision and Superintendence 22 6.02 Labor; Working Hours 22 6.03 Services, Materials, and Equipment 23 6.04 Progress Schedule 23 I, 6.05 Substitutes and "Or-Equals" 23 6.06 Concerning Subcontractors, Suppliers, and Others 26 6.07 Patent Fees and Royalties 27 6.08 Permits 28 6.09 Laws and Regulations 28 6.10 Taxes 28 6.11 Use of Site and Other Areas 28 6.12 Record Documents 29 6.13 Safety and Protection 29 6.14 Safety Representative 30 6.15 Hazard Communication Programs 31 I 6.16 Emergencies 31 6.17 Shop Drawings and Samples 31 6.18 Continuing the Work 33 6.19 Contractor's General Warranty and Guarantee 33 6.20 Indemnification 34 6.21 Delegation of Professional Design Services 34 Article 7 -Other Work at the Site 35 7.01 Related Work at Site 35 7.02 Coordination 36 7.03 Legal Relationships 36 Article 8 -Owner's Responsibilities 36 8.01 Communications to Contractor 36 8.02 Replacement of Engineer 37 8.03 Furnish Data 37 8.04 Pay When Due 37 8.05 Lands and Easements; Reports and Tests 37 8.06 Insurance 37 8.07 Change Orders 37 8.08 Inspections, Tests, and Approvals 37 8.09 Limitations on Owner's Responsibilities 37 8.10 Undisclosed Hazardous Environmental Condition 38 8.11 Evidence of Financial Arrangements 38 II 8.12 Compliance with Safety Program 38 Article 9-Engineer's Status During Construction 38 1 9.01 Owner's Representative 38 EJCDC C-700 Standard General Conditions of the Construction Contract ` Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page ii 00 72 05 I ARTICLE 1 —DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment—The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or fmal payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1 5. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder—The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements—The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order—A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. I 10. Claim—A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract—The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 1 of 62 1 00 72 05 12. Contract Documents—Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price—The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendation of final payment. 15. Contractor—The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work—See Paragraph 11.01 for definition. 17.Drawin g s—That part of the Contract Documents prepared or a pp roved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer—The individual or entity named as such in the Agreement. 20.Field Order—A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements—Sections of Division 1 of the Specifications. 22. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 23. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24.Laws and Re g ulations; Laws or Regulations—Any and all a pp licable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 2 of 62 0072 OS I 25.Liens—Charges, security interests, or encumbrances upon Project funds, real property, or Ipersonal property. 26. Milestone—A principal event specified in the Contract Documents relating to an Aintermediate completion date or time prior to Substantial Completion of all the Work. 27. Notice of Award—The written notice by Owner to the Successful Bidder stating that upon Itimely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed—A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner—The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. it 30. PCBs—Polychlorinated biphenyls. ill 31. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, ikerosene, and oil mixed with other non-Hazardous Waste and crude oils. 32. Progress Schedule—A schedule, prepared and maintained by Contractor, describing the Isequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. II33. Project—The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound sin one or more volumes, is contained in the table(s) of contents. 35. Radioactive Material—Source special nuclear, or byproduct material as defined by the P � Yp Y Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Resident Project Representative—The authorized representative of Engineer who may be iassigned to the Site or any part thereof. 37. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such Iportion of the Work will be judged. 38. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 62 I00 72 05 I 39. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 40. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or $' information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 41. Site—Lands or areas indicated in the Contract Documents as bein g by furnished b Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 42. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Successful Bidder—The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 49. Unit Price Work—Work to be paid for on the basis of unit prices. I 50. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 4 of 62 00 72 05 1 I construction, and furnishing, installing, and incorporating all materials and equipment into Isuch construction, all as required by the Contract Documents. 51. Work Change Directive—A written statement to Contractor issued on or after the Effective IDate of the Agreement and signed by Owner and recommended by Engineer ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to Iemergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. I1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of`Certain Terms or Adjectives: I1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of professional judgment Iby Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or II determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of I the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or I authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. IC. Day: • 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. ID. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is Iunsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or ib. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or IEJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 5 of 62 i00 72 05 I c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). E. Furnish, Install, Perform, Provide: I 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 1111111111111:' 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "p "provide,"erform" or when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. I 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or tr ade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project I Manual. Additional copies will be furnished upon request at the cost of reproduction. Ill 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the II Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 6 of 62 0072 OS I contiguous areas required by the Bidding Requirements or Contract Documents to be Iconducted by or for Contractor prior to Contractor's making such final commitment; or c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be Imade therefor as provided in Paragraph 10.05. However, neither Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution c ost s) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities iA. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground 1 Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: r / 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and I2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; IIIb. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination of the Work with the owners of such Underground Facilities, including g Owner, during construction; and id. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: I1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further idisturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the IIEJCDC C-700 Standard General Conditions of the Construction Contract II Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 13 of 62 6 0072 OS consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site I A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the I accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or "- indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. EJCDC C-700 Standard General Conditions of the Construction Contract I Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 14 of 62 00 72 05 I . C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or i revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the 1 Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. 1 D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall I immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such I notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to I permit Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 4.06.E. I E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has I been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or 1 Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special I conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a Iresult of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. IG. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, Ipartners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the I Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 62 1 00 72 05 responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental I Condition uncovered or revealed at the Site. ARTICLE 5—BONDS AND INSURANCE I 5.01 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attorney-in-fact signed each bond. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.B, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly EJCDC C-700 Standard General Conditions of the Construction Contract I Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 62 0072 05 I licensed or authorized in the jurisdiction in which the Project is located to issue bonds or i insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. I5.03 Certificates of Insurance I A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to 3 purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee Iidentified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. IC. Failure f Owner Contractor's O ner to demand such certificates or other evidence of Contractor s full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance iifrom the evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. 1 E. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. 5.04 Contractor's Insurance A. Contractor shall purchase and maintain such insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the I Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: II. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 1 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; II3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; i4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: 1 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 17 of 62 00 72 05 a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or I b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary j coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include contractual liability insurance covering Contractor's indemnity obligations under 1 Paragraphs 6.11 and 6.20; 4. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 5. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 6. include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 18 of 62 00 72 OS I 5.05 Owner's Liability Insurance IA. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own I liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 11 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: I 1. include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other g Y til individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee; 2. be written on a Builder's Risk "all-risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and Iequipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, I collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than that caused by flood), and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. I3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 1 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and Iequipment have been included in an Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner; I6. include testing and startup; and I 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other loss payee to whom a certificate of insurance has been issued. iB. Owner shall purchase and maintain such equipment breakdown insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which I will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, 1 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 19 of 62 00 72 05 I members, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other loss payee to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under this Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Waiver of Rights I A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. I EJCDC C-700 Standard General Conditions of the Construction Contract • Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 20 of 62 00 72 05 I B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, I directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for: 1 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and I2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance Imaintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. C. Any insurance policy su ance po cy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.8 shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, members, Ipartners, employees, agents, consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance pp ,f I ns ance Proceeds iA. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may I appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special I agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to I Owner's exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall I adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. $ 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions I of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the I certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds ii EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 21 of 62 00 72 05 and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer I A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by ft endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ',- ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence I, A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. 1 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 62 00 72 05 ii 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction I equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. IB. All materials and equipment incorporated into the Work shall be as specified or, if not specified, I shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence I (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. I6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 1 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph I2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General IRequirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be i submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. I6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents I by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or , i equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. II1. "Or-Equal" Items: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that i no change in related Work will be required, it may be considered by Engineer as an "or-equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 23 of 62 I00 72 05 I I for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so I named if: a. in the exercise of reasonable judgment Engineer determines that: I 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; I 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor I does not qualify as an"or-equal" item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. I b. Contractor shall submit sufficient information as provided below to allow Engineer to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified, and I c) be suited to the same use as that specified; EJCDC C-700 Standard General Conditions of the Construction Contract I Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 24 of 62 0072 OS I 2) will state: 11 a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time, b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract I with Owner for other work on the Project) to adapt the design to the proposed substitute item, and Ic) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; I3) will identify: a) all variations of the proposed substitute item from that specified, and b) available engineering, sales, maintenance, repair, and replacement services; and I 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. iB. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is Iequivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. IIIC. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by a Change Order in the I case of a substitute and an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. I D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. III E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, I Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of 1 E3CDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 25 of 62 00 72 05 I Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or"or-equal" at Contractor's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.B , whether initially or as a g p ) Y replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the a Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity; nor 2. shall c r eate any obligation on th e p art of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. I D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 62 00 72 05 I F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as a loss payee on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 27 of 62 00 72 05 I Work of any invention, design, process, product, or device not specified in the Contract Documents. I 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 6.10 Taxes 1 A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas I A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 28 of 62 0072 OS I responsibility for any damage to any such land or area, or to the owner or occupant thereof, Ior of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of Ithe Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. I3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and Iagainst all claims, costs, losses, and damages (including but not limited to all fees and • charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, Ilegal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's Iperformance of the Work. B. Removal o f Debris During Per f ormance of the Work: During the progress of the Work I Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. 1 C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor 1 shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the IWork or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents gA. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written I interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the I Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. I6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety I precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 29 of 62 0072 OS I take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: I 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. I B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. 1 The Supplementary Conditions identify any Owner's safety programs that are applicable to the Work. D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at the Site. I E. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 62 0072 OS I 6.15 Hazard Communication Programs IA. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged Ibetween or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies IA. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. I Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract I Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. i6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in I accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1 1. Shop Drawings: a. Submit number of copies specified in the General Requirements. IIb. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to I show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: Ia. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog I numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. I B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. i I I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. g g Page 31 of 62 0072 OS I C. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall ive Engineer specific written notice of any variations g g p Y that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation. D. Engineer's Review: 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 32 of 62 00 72 05 each such variation by specific written notation thereof incorporated in or accompanying the $ Shop Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. 1 E. Resubmittal Procedures: 1. Contractor shall make corrections required by Engineer and shall return the required I number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. I6.18 Continuing the Work I A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor Imay otherwise agree in writing. 6.19 Contractor's General Warranty and Guarantee liA. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its officers, directors, members, Ipartners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than I Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 1 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract I Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: I1. observations by Engineer; 1 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related Ithereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; I5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer; I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 62 I007205 I 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification I A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property(other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable . B. In any and all claims against Owner or Engineer or any of their officers, directors, members, II partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of it damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 62 00 72 05 1 I B. If professional design services or certifications by a design professional related to systems, I materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly Ilicensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by Isuch professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. IC. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided I Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract I Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. IE. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. IARTICLE 7—OTHER WORK AT THE SITE 1 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or 1 through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then: I1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if I any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. I B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of I materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly I integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Engineer and the others whose work will be I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 35 of 62 1 00 72 05 I affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions I for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 7.02 Coordination I A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: I 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 1 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority I and responsibility for such coordination. 7.03 Legal Relationships 1 A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's wrongful actions or inactions. I C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's wrongful action or inactions. ARTICLE 8— OWNER'S RESPONSIBILITIES I 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 36 of 62 00 72 05 I 8.02 Replacement of Engineer IA. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents Ishall be that of the former Engineer. 8.03 Furnish Data IA. Owner shall promptly furnish the data required of Owner under the Contract Documents. I8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs i14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests IA. Owner's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 I refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site. t8.06 Insurance I A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. I8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. I8.08 Inspections, Tests, and Approvals IA. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. I8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, I Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be I responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. I I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 37 of 62 1 00 72 05 I 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program I A. While at the Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION I 9.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 38 of 62 00 72 05 1 I 9.03 Project Representative 1 A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in 1 Paragraph 10.05. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 39 of 62 1 00 72 05 I 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 1 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. i B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's Authority and Responsibilities I A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 62 00 72 05 I C. Engineer will not be responsible for the acts or omissions of Contractor or of any ISubcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and I all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements Iof, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. IE. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative, if any, and assistants, if any. i9.10 Compliance with Safety Program A. While at the Site, Engineer's employees and representatives shall comply with the specific Iapplicable requirements of Contractor's safety programs of which Engineer has been informed pursuant to Paragraph 6.13.D. IARTICLE 10— CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work IA. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a I Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). IB. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed Ias a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. I10.02 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the IContract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.D. 10.03 Execution of Change Orders III A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer g covering: i I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 41 of 62 is 00 72 05 1 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety A. If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Engineer and the other party to the Contract promptly(but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). 1 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 42 of 62 00 72 05 1 C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1 1. deny the Claim in whole or in part; 2. approve the Claim; or t3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. IARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Paragraph 11.01.B, and shall include only the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 111 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 62 I00 72 05 1 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials 1 and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If Ym Y p Y required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. g b. Cost, including transportation and maintenance, of all materials, supplies, equipment, I machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. I d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as imposed by Laws and Regulations. I e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 44 of 62 00 72 05 1 1 property insurance established in accordance with Paragraph 5.06.D), provided such I losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with Ithe written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. Ig. The cost of utilities, fuel, and sanita ry facilities at the Site. Ih. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, express and courier services, and similar petty cash items in connection with the Work. i. The costs of remi m for p u s o all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, Iexpediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in 1� a Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 1 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 1 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence o f Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment r wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.01.A. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis 1 of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 45 of 62 00 72 05 1 D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in I the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: 1. Contractor agrees that: I a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. I C. Contingency Allowance: 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to fmal payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. , 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. 1 C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 46 of 62 00 72 05 1 I D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance Iwith Paragraph 10.05 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and Isignificantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work; and I3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in I Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. IARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price IA. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to I the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. I B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: I 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or I2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead Iand profit not necessarily in accordance with Paragraph 12.01.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents II and agreement to a lump sum is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for ( p g p ) p e o I overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: I1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the Ivarious portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1 and 11.01.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.01.A.3, the Contractor's fee shall be five percent; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 47 of 62 I00 72 05 1 c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be a able on the basis of costs itemized under Paragraphs 11.01.A.4 pY 11.01.A.5, and 11.01.B; e. the amount of credit to be allowed by Contractor to Owner for any change which results Y Y g in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in t Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. 1 B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays 1 A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 1 B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 48 of 62 00 72 05 I C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer, and their officers, directors, members, artners, employees, a ents P agents, or subcontractors shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13 —TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. I13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03.0 and 13.03.D below; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 49 of 62 00 72 05 1 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in Paragraph 13.04.C; and I 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. I E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or I inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 50 of 62 0072 OS t parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim ' therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time as Y p ( g p may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's ' use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 51 of 62 00 72 05 t B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. 1 C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a I waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work I A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and for the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, I an appropriate amount will be paid by Contractor to Owner. 13.09 Owner May Correct Defective Work I A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract pY Y p Documents, Owner may, after seven days written notice to Contractor, correct, or remedy any such deficiency. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 52 of 62 0072 OS B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. ' ARTICLE 1.4—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. At least 20 days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is ' required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 53 of 62 0072 05 i arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. I 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications: 1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations of the executed Work as an experienced and qualified design professional, and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: a. the Work has progressed to the point indicated; I b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial , Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 54 of 62 00 72 05 ' I 4. Neither Engineer's review of Contractor's Work for the purposes of recommending I payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: Ia. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the Isafety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's Iperformance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the Imoneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner Ifree and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's I opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or I tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: I a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; Ib. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance Iwith Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in IParagraph 15.02.A. Payment Becomes Due: IC. 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions of Paragraph I14.02.D) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment: 1. Owner may refuse to make payment of the full amount recommended by Engineer because: I a. claims have been made against Owner on account of Contractor's performance or furnishing of the Work; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 55 of 62 00 72 05 I 1 b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge I of such Liens; c. there are other items entitling Owner to a set-off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. I 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor remedies the 111 reasons for such action. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1 and subject to interest as provided in the Agreement. 14.03 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. I B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will, within said 14 days, execute and deliver to Owner and Contractor a defmitive EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 56 of 62 00 72 05 1 I certificate of Substantial Completion (with a revised tentative list of items to be completed or I corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. I D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and. Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, I safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial Completion, IEngineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. 11 E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and Icomplete or correct items on the tentative list. 14.05 Partial Utilization IA. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable Ipart of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, subject to the Ifollowing conditions: 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any I such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of IParagraph 14.04.A through D for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers I any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. I 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will I notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and Ithe division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to 1 compliance with the requirements of Paragraph 5.10 regarding property insurance. I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 57 of 62 00 72 05 i I 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment: I 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked-up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.6; ' b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. ' En ineers Review of Application and Acceptance: f pP tance:P 1. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 58 of 62 00 72 05 , I Payment, indicate in writing Engineer's recommendation of payment and present the ' Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment I to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. IC. Payment Becomes Due: 1 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to Iliquidated damages, will become due and will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment I (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully Icompleted or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment I of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a Iwaiver of Claims. 14.09 Waiver of Claims 1 A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees I specified therein, or from Contractor's continuing obligations under the Contract Documents; and I 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. I 111 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 59 of 62 00 72 05 i 1 ARTICLE 15— SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: I 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer; or ' 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving , Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor: 1 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor(without liability to Contractor for trespass or conversion); 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 00 72 05 I remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor's services will not be terminated I if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter Il accrue. Any retention or payment of moneys due Contractor. by Owner will not release Contractor from liability. I F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B and 15.02.C. III 15.03 Owner Ma y Terminate For Convenience I A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents p rior to the effective date of termination, including fair and reasonable sums for overhead and 111 profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; I3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other ' economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate IA. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer ' fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 6l of 62 i00 72 05 1 upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration g Y rY Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: 1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: ' EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 62 of 62 00 72 05 I 1. delivered in person to the individual or to a member of the firm or to an officer of the Icorporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business Iaddress known to the giver of the notice. 17.02 Computation of Times IA. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period I falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies I available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by I other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. I17.04 Survival of Obligations I A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work Ior termination or completion of the Contract or termination of the services of Contractor. Controlling Law I17.05 A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. I I I I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 63 of 62 0072 OS 1 ISECTION 00 73 05 ISUPPLEMENTARY CONDITIONS I These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. C-700, 2007 Edition) and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated Ibelow, which are applicable to both the singular and plural thereof. The address system used in these Supplementary Conditions is the same as the address system used in the General Conditions,with the prefix"SC'added thereto. ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ISC-1.01.A26 Add the following language at the end of the definition of Milestone: The completion dates for Milestones are defined in Section 00 52 10, Agreement Form. ISC-1.01.A44 Add the following language at the end of the definition of Substantial Completion: The Work is considered Substantially Complete lete as stated in Section 00 52 10, Agreement Form. SC 1.02 Add the following new paragraph immediately after Paragraph 1.02.F: G. The Specifications are written in imperative mood and streamlined form.This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" are included by inference where a colon (:) is used within sentences or phrases. IARTICLE 2 - PRELIMINARY MATTERS SC-2.02 Owner shall furnish to Contractor 1 printed copy and 1 electronic (PDF) version of the Contract Documents. Additional printed copies may be obtained as directed in the Advertisement for Bids. Limitations of use of electronic and printed documents are described in the Instructions to Bidders, General Conditions. IARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS SC-4.02 Add the following new paragraphs immediately after Paragraph 4.02.B: C. The following reports of explorations and tests of subsurface conditions at or contiguous to the Site are known to Owner: 1. Report dated September 9, 2013, prepared by Braun Intertec Corporation I entitled "Geotechnical Evaluation Report, Various Streets, Oak Park Heights, Minnesota. SUPPLEMENTARY CONDITIONS ©2015 Stantec I 193801994-D 00 73 05- 1 I E. The reports and drawings identified above are not part of the Contract Documents, but the "technical data" contained therein upon which Contractor may rely, as expressly identified and established above, are incorporated in the Contract Documents by reference. Contractor is not entitled to rely upon any other information and data known to or identified by Owner or Engineer. SC-4.06 Delete Paragraphs 4.06.A and 4.06.B in their entirety and insert the following: I A. No reports or drawings related to Hazardous Environmental Conditions at the Site are known to Owner. B. Not Used. ARTICLE 5 - BONDS AND INSURANCE I SC-5.01 Add the following new paragraph immediately after Paragraph 5.01.C: D. Separate Performance and Payment Bonds should be submitted utilizing EJCDC Form C-610 and C-615 (2007 Edition) or a similar bond form if approved by Owner. SC-5.04 Add the following new paragraph immediately after Paragraph 5.04.B: I C. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation and related coverages under Paragraphs 5.04.A.1 and A.2 of the General Conditions a. State Statutory b. Applicable Federal (e.g., Longshoreman's) Statutory c. Employer's Liability $1,000,000 2. Contractor's General Liability under Paragraphs 5.04.A.3 through A.6 of the +� General Conditions, which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor a. General Aggregate $2,000,000 b. Products- Completed Operations Aggregate $1,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $2,000,000 e. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages where applicable. f. Excess or Umbrella Liability 1) General Aggregate $1,000,000 2) Each Occurrence $1,000,000 Umbrella excess liability shall be a combined single limit which shall provide excess liability insurance over Commercial General Liability, Comprehensive Automobile Liability, and Employers Liability. 3. Automobile Liability under Paragraph 5.04.A.6 of the General Conditions: a. Combined Single Limit- Bodily injury and property damage. All owned, non-owned, and hired vehicles. $2,000,000 I I SUPPLEMENTARY CONDITIONS ©2015 Stantec I 193801994-D 00 73 05-2 I 4. The Contractual Liability coverage required by Paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following I amounts: a. Bodily Injury: Each Person $1,000,000 Each Accident $1,000,000 I b. Property Damage: Each Accident $1,000,000 Annual Aggregate $1,000,000 II 5. The following persons or entities shall be included as additional insured on the Commercial Liability, Comprehensive Automobile Liability, and Umbrella Excess Liability. This coverage shall be primary and noncontributory: I a. Owner b. Engineer SC-5.06.A Amend the first sentence of Paragraph 5.06.A to read: 1 A. Contractor shall purchase and maintain during the entire construction period a Builders Risk Property Insurance Policy in the amount of the full replacement cost of the entire Work at the Site. The insurance policy shall comply with the provisions of I Paragraph 5.06.A1 through 5.06.A7. A minimum deductible of$1,000 each claim shall apply to this insurance and the risk of loss of the applicable deductible shall be born by Contractor, subcontractor, or others suffering such loss. In addition, the I provisions of Paragraphs 5.07, 5.09, and 5.10 shall apply with the exception that Contractor shall act as fiduciary for the insureds as their interest may appear and adjust the loss with the insurance company. ISC-5.06.A Add the following new item immediately after Item 5.06.A7: 8. The Builder's Risk Insurance required herein shall apply to projects involving I construction of structures and buildings only.The requirements of this Section shall be waived on projects involving only underground utilities, grading, street improvements, and similar construction work but any damage or loss to property shall be at the sole responsibility of Contractor until final acceptance of the Work. 9. Comply with the requirements of Paragraph 5.06C of the General Conditions. IARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES SC-6.06 Add the following new paragraphs immediately after Paragraph 6.06.G: IIH. Pursuant to Minnesota Statute, Contractor shall be fully responsible to pay subcontractors, suppliers, and other entities within 10 days of the Contractor's receipt of payment for undisputed services provided by the subcontractor, I' supplier, or other entity. Contractor shall pay interest of 1-1/2 percent per month or any part of a month to the subcontractor, supplier, or other entity on any amount not paid on time to the subcontractor, supplier, or other entity. The minimum 1 monthly interest penalty payment for an unpaid balance of$100 or more is $10. For an unpaid balance of less than $100, the Contractor shall pay the actual penalty due to the subcontractor, supplier, or other entity. A subcontractor, supplier, or I other entity who prevails in a civil action to collect interest penalties from a Contractor must be awarded its costs and disbursements, including attorney's fees included in bringing the action. I SUPPLEMENTARY CONDITIONS ©2015 Stantec I 193801994-D 00 73 05-3 I I. Owner may furnish to any Subcontractor or Supplier, to the extent practicable, information about amounts paid to Contractor on account of Work performed for Contractor by a particular Subcontractor or Supplier. SC-6.08.A Amend the first sentence of Paragraph 6.08.A by replacing the words "the Supplementary Conditions" with the words "Division 01." SC-6.17 Add the following new paragraphs immediately after Paragraph 6.17.E: I F. Contractor shall furnish required submittals with sufficient information and accuracy in order to obtain required approval of an item with no more than three submittals. Engineer will record Engineer's time for reviewing subsequent submittals of Shop Drawings, samples, or other items requiring approval and Contractor shall reimburse Owner for Engineer's charges for such time. G. In the event that Contractor requests a change of a previously approved item, Contractor shall reimburse Owner for Engineer's charges for its review time unless the need for such change is beyond the control of Contractor. I SC-6.19.A Delete the words "representation of" in the second sentence. ARTICLE 7 - OTHER WORK AT THE SITE I ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION SC-9.03 Add the following new paragraphs immediately after Paragraph 9.03.A: I B. Engineer shall furnish a Resident Project Representative ("RPR") to assist Engineer in observing progress and quality of the Work.The RPR may provide full time representation or may provide representation to a lesser degree. C. The duties and responsibilities of the RPR are limited to those of Engineer in the Agreement with the Owner and in the Contract Documents, and are further limited and described as follows: 1. General: RPR is Engineer's agent at the Site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding RPR's actions. RPR's dealings in matters pertaining to the Contractor's work in progress shall in general be with Engineer and Contractor, keeping Owner advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with Owner with the knowledge of and under the direction of Engineer. 2. Schedules: Review the progress schedule, schedule of Submittals, and schedule of values prepared by Contractor and consult with Engineer concerning acceptability. I 3. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings,job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. 4. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. b. Assist Engineer in serving as Owner's liaison with Contractor when Contractor's operations affect Owner's on Site operations. SUPPLEMENTARY CONDITIONS ©2015 Stantec I 193801994-D 00 73 05-4 I 1 c. Assist in obtaining from Owner additional details or information, when required for proper execution of the Work. II 5. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by Engineer. 6. Shop Drawings and Samples: a. Record date of receipt of Samples and approved Shop Drawings. b. Receive Samples,which are furnished at the Site by Contractor, and notify Engineer of availability of Samples for examination. I c. Advise Engineer and Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which RPR believes that the submittal has not been approved by Engineer. I 7. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to Engineer. Transmit to Contractor in writing decisions as issued by Engineer. 8. Review of Work and Rejection of Defective Work: a. Conduct on Site observations of Contractor's work in progress to assist Engineer in determining if the Work is in general proceeding in accordance I with the Contract Documents. b. Report to Engineer whenever RPR believes that any part of Contractor's work in progress will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not 1 i meet the requirements of any inspection, test or approval required to be made; and advise Engineer of that part of work in progress that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 9. Inspections,Tests, and System Startups: a. Consult with Engineer in advance of scheduled major inspections, tests, and systems startups of important phases of the Work. b. Verify that tests, equipment, and systems start-ups and operating and maintenance training are conducted in the presence of appropriate Owner's personnel, and that Contractor maintains adequate records I thereof. c. Observe, record, and report to Engineer appropriate details relative to the test procedures and systems startups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections, and report to Engineer. 10. Records: I a. Maintain at the Site orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, I additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site I SUPPLEMENTARY CONDITIONS I ©2015 Stantec 1 193801994-D 00 73 05-5 I visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to Engineer. c. Record names, addresses and telephone numbers of Contractor, subcontractors, and major suppliers of materials and equipment. d. Maintain records for use in preparing Project documentation. e. Upon completion of the Work, furnish original set of all RPR Project documentation to Engineer. 11. Reports: a. Furnish to Engineer periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Submittals. b. Draft and recommend to Engineer proposed Change Orders, Work Change Directives, and Field Orders. Obtain backup material from Contractor. c. Furnish to Engineer and Owner copies of all inspection, test, and system startup reports. d. Report immediately to Engineer the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. 12. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Engineer, noting particularly the relationship of the payment requested to the schedule of values, Work completed, and materials and equipment delivered at the Site but not incorporated in the Work. 13. Certificates, Operation and Maintenance Manuals: During the course of the Work, verify that materials and equipment certificates, operation and maintenance manuals and other data required by the Specifications to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have these documents delivered to Engineer for review and forwarding to Owner prior to payment for that part of the Work. 14. Completion: a. Before Engineer issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. b. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. c. Participate in a final inspection in the company of Engineer, Owner, and Contractor and prepare a final list of items to be completed or corrected. d. Observe whether all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance and issuance of the Notice of Acceptability of the Work. I D. Resident Project Representative shall not: 1. Authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or-equal" items). fi 2. Exceed limitations of Engineer's authority as set forth in the Agreement or the Contract Documents. 3. Undertake any of the responsibilities of Contractor, subcontractors, suppliers, or Contractor's superintendent. I SUPPLEMENTARY CONDITIONS ©2015 Stantec I 193801994-D 00 73 05-6 I I4. Advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of Contractor's work I unless such advice or directions are specifically required by the Contract Documents. 5. Advise on, issue directions regarding, or assume control over safety precautions and programs in connection with the activities or operations of Owner or I Contractor. 6. Participate in specialized field or laboratory tests or inspections conducted off Site by others, except as specifically authorized by Engineer. I, 7. Accept Shop Drawing or Sample submittals from anyone other than Contractor. 8. Authorize Owner to occupy the Project in whole or in part. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS SC-10.05.B Amend the first sentence of Paragraph 10.05.B by replacing the words "30 days" with the words "10 days." Amend the third sentence of Paragraph 10.05.8 by replacing the words "60 days" with the words "30 days." IARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK SC-1 1.01.A.5.c Delete Paragraph 1 1.01.A.5.c in its entirety and insert the following in its place: c. Construction Equipment and Machinery: 1)Rentals of all construction equipment and machinery, and the parts thereof in accordance with rental agreements approved by Owner I with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 2)Costs for equipment and machinery owned by Contractor will be paid at t in the [Use rate book appropriate a rate shown for such equipment he [U e r a pp riate for p I the Project]. An hourly rate will be computed by dividing the monthly rates by 176.These computed rates will include all operating costs. Costs will include the time the equipment or machinery is in use on the I changed Work and the costs of transportation, loading, unloading, assembly, dismantling, and removal when directly attributable to the changed Work.The cost of any such equipment or machinery, or parts I thereof, shall cease to accrue when the use thereof is no longer necessary for the changed Work. Equipment or machinery with a value of less than $1,000 will be considered small tools. iSC-11.03 Delete paragraph 11.03.D in its entirety and insert the following in its place: D. Payment for the Bid Items on a Unit Price basis under this Contract shall be on the basis of quantities actually used in the construction, regardless of the estimated I quantities shown in the Bid Form. No revision to the Contract Unit Prices for the Bid Items shall be considered or allowed due to variations of the actual quantities from the estimated amounts. I I SUPPLEMENTARY CONDITIONS I ©2015 Stantec I 193801994-D 00 73 05-7 I ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES SC-12.01.0 Contractor's Fee. Delete the semicolon at the end of GC 12.01.C.2.c, and add the following language: , provided, however, that on any subcontracted work the total maximum fee to be paid by Owner under this subparagraph shall be no greater than 27 percent of the cost incurred by the Subcontractor who actually performs the work. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK SC-13.07.A Amend the first sentence of Paragraph 13.07.A by striking out the words one year" and inserting the words "two years." ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION SC-14.02.B5 Add the following new item immediately after Item 14.02.B5d: I e. Contractor's failure to make acceptable submittals in accordance with the accepted schedules. ARTICLE 16 - DISPUTE RESOLUTION SC-16.01 Delete Paragraph 16.01.0 in its entirety and insert the following in its place: I C. If the claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C3 or 10.05.D shall become final and binding 30 days after termination of the mediation, unless within that time I period Owner or Contractor: 1. elects in writing to demand arbitration of the claim, pursuant to Paragraph SC-16.02, or 2. agrees with the other party to submit the claim to another dispute resolution process. SC-16.02 Add the following new paragraph immediately after Paragraph 16.01: 16.02 Arbitration A. All claims or counterclaims, disputes, or other matters in question between Owner and Contractor arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of Final Payment as provided by Paragraph 14.09), including but not limited to those not resolved under the provisions of Paragraphs SC-16.01.A and 16.01.B, will be decided by arbitration in accordance with the Construction Industry Dispute Resolutions Procedures of the American Arbitration Association then in effect subject to the conditions and limitations of this Paragraph SC-16.02.This agreement to arbitrate and any other agreement or consent to arbitrate entered into will be specifically enforceable under the prevailing law of any court having jurisdiction. B. The demand for arbitration will be filed in writing with the other party to the Contract and with the selected arbitrator or arbitration provider and a copy will be sent to Engineer for information.The demand for arbitration will be made within the , 30-day period specified in Paragraph SC-16.01.0 and in all other cases within a reasonable time after the claim or counterclaim, dispute, or other matter in question has arisen, and in no event shall any such demand be made after the SUPPLEMENTARY CONDITIONS ©2015 Stantec I 193801994-D 00 73 05-8 iidate when institution of legal or equitable proceedings based on such claim or other dispute or matter in question would be barred by the applicable statue of limitations. C. No arbitration arising out of or relating to the Contract Documents shall include by consolidation,joinder, or in any other manner any other individual or entity (includ- ing Engineer, Engineer's consultants and the officers, directors, partners, agents, employees, or consultants of any of them) who is not a party to this Contract, unless: III 1. the inclusion of such other individual or entity is necessary if complete relief is to Y p be afforded among those who are already parties to the arbitration; and 2. such other individual or entity is substantially involved in a question of law or I fact which is common to those who are already parties to the arbitration and which will arise in such proceedings. D. The award rendered by the arbitrator(s) shall be consistent with the agreement of I the parties in writing and include: (i) a concise breakdown of the award; (ii) a written explanation of the award specifically citing the Contract Document provisions deemed applicable and relied on in making the award. IE. The award will be final. Judgment may be entered upon it in any court having jurisdiction thereof and it will not be subject to modification or appeal, subject to provisions of the Controlling Law relating to vacating or modifying an arbitral Iaward. F. The fees and expenses of the arbitrators and any arbitration service shall be shared Iequally by Owner and Contractor. END OF SECTION I 1 ilk I I i i I I SUPPLEMENTARY CONDITIONS I ©2015 Stantec I 193801994-D 00 73 05-9 iSECTION 01 03 00 ALTERNATES PART 1 GENERAL I 1.01 SUMMARY , i A. This Section identifies each Alternate by number and describes the basic changes to be incorporated into the Work as part of that Alternate. Refer also to the Specifications and Drawings for information. 1 IIIB. Alternates may be accepted by the Owner in order and may be used to determine the low Bidder. I1.02 DESCRIPTION OF ALTERNATES A. Alternate No. 1 -Valley View Parking Lot: Furnish the materials and labor necessary to I reclaim the existing lot roadway, install concrete curb and gutter, grade and compact reclaim material, pave bituminous and restorations. B. Alternate No. 2-Valley View Parking Lot (less south lot): Furnish the materials and labor necessary to reclaim the existing lot roadway, install concrete curb and gutter, grade and compact reclaim material, pave bituminous and restorations. IA. Alternate No. 3-Oren Avenue Water Main: Furnish the materials and labor necessary to remove bituminous pavement and remove and replace existing water main and services. B. Alternate No. 4-65th Street North Street and Utility Improvements: Furnish the materials and labor necessary to remove the existing lot roadway, remove and replace existing water main and services, make spot repairs to sanitary sewer and storm sewer, install I concrete curb and gutter, grade and compact aggregate base, pave bituminous and restorations. C. Alternate No. 5-Osman Avenue N., 64th Street N. and Ozark Avenue N Street 1 Improvements: Furnish the materials and labor necessary to remove the existing lot roadway, install concrete curb and gutter, grade and compact aggregate base, pave bituminous and restorations. ID. Alternate No. 6-Panama Storm Sewer Improvements: Furnish the materials and labor necessary to install new storm sewer, connect to existing. IPART 2 PRODUCTS iNot Used. PART 3 EXECUTION Not Used. END OF SECTION I ALTERNATES ©2015 Stantec I 193801994-D 01 03 00- 1 1 ii I SECTION 01 10 00 SUMMARY 1 / 1 PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Basic description of the Project and Work restrictions. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment i 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 SUMMARY OF WORK 1 i A. Project Name: 2015 Street Reconstruction Project-Area D for the City of Oak Park Heights, Minnesota. B. Description of Work: Work consists of replacement of water main, services, spot replacement of sanitary sewer, sanitary sewer lining, storm sewer improvements, and street reconstruction in the City. 1.04 COMPLETION DATES A. Substantial Completion: Set forth in the Agreement. B. Final Completion: Set forth in the Agreement. i1.05 LIQUIDATED DAMAGES A. Provisions for liquidated damages, if any, are set forth in the Agreement. 1.06 WORK RESTRICTIONS I A. Use of Site 1. Location of construction facilities, staging areas, product stockpiles, material storage, and temporary construction shall be within project limits and city right of way. i 2. Contractor is responsible for restoration of all staging and/or stockpile areas. 3. Contractor responsible for snow removal and disposal from the Owner's property if necessary to maintain access and working space during construction. 4. Keep existing driveways and entrances clear and available to the public and to the Owner. 5. Contractor shall keep access to all residents and businesses. 6. If additional space is needed, obtain and pay for such space off Site. B. Access to Site 1. Construction traffic on other City owned residential streets not within the project area will not be allowed. SUMMARY 0 2015 Stantec I 193801994-D 01 10 00- 1 I 2. Residents shall have access to all side streets and driveways between 7 P.M. to 7 A.M. 1.07 OTHER WORK AT SITE A. Xcel Energy is planning to install new gas lines in several areas. B. The installation and revision of electric power, telephone lines, gas lines, and cable TV by private utilities is anticipated. C. Allow private utility crews free access to the Site and a reasonable amount of time to complete their work. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 1 I I I I I I I I SUMMARY ©2015 Stantec I 193801994-D 01 1000-2 i IIISECTION 01 20 00 IPRICE AND PAYMENT PROCEDURES I PART 1 GENERAL 1.01 SUMMARY I A. Section Includes 1. Administrative and procedural requirements for Alternates, pricing of Work, and request for payment procedures. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 ALTERNATES A. See Section 01 03 00, Alternates. B. Alternates may be accepted by the Owner in any order and may be used to determine the award of Contract consistent with the Instructions to Bidders. 11 1.04 BID UNIT PRICES A. Provide access and assist Engineer in determining actual quantities of Bid Unit Price work. B. Provide documentation to substantiate Bid Unit Price work. I C. If the Contractor delivers and places more of any material that is paid for on a Bid Unit Price basis than is required to perform the Work and thereby causes the materials to be wasted, the quantity wasted will be deducted from the final measurement for that Bid I Item. 1.05 PAYMENT PROCEDURES A. Engineer will provide initial Application for Payment Form. Contractor shall request the form if it is not provided at the Preconstruction Conference. LB. Submit 1 preliminary copy of progress payment application for review, consistent with Article 14 of the General Conditions.Submit 4 signed copies of Application for Payment to Engineer prior to the dates identified at the Preconstruction Conference. I C. Attach the following supporting documentation, in addition to the requirements of General Conditions Article 14: 1. Documentation to substantiate Bid Unit Price work. 1 2. Updated construction schedule consistent with Section 01 33 00. I PRICE AND PAYMENT PROCEDURES i ©2015 Stantec 1 193801994-D 01 20 00- 1 I PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION I I I I I I I I I I PRICE AND PAYMENT PROCEDURES ©2015 Stantec 1 193801994-D 01 20 00-2 I I SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. General requirements for overall Project coordination. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Excavation Special (Pothole Existing Utility). Measurement shall be made on the basis of each utility exposed: a. Measurement by Each shall be regardless of the depth of the existing utility or of the physical constraints or requirements in performing the excavation. b. Payment at the Bid Unit Price shall be considered compensation in full for all labor, equipment, and materials necessary to completely perform the task. c. No compensation shall be made to the Contractor to pothole existing utilities as required for their construction activities, nor to pothole existing utilities without the concurrence of the Engineer. 2. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 UTILITIES A. Notify Gopher State One Call before starting construction in a given area requesting utility locates in the Site. B. Project Utility Sources: Coordinate Work with the following utility owners.The following utilities are known to be on the Site and are shown on the Drawings in a general way: 1. Water: Owner. 2. Sanitary Sewer: Owner. 3. Storm Sewer: Owner. 4. Electric: Xcel Energy. 1 5. Gas: Xcel Energy. 6. Communications: CenturyLink, Comcast, Access Communication Tech. C. Owner requires a minimum 72-hour notice for all residential utility interruptions. No residential utility interruptions shall begin prior to 9 a.m. and maximum service interruption shall be 8 hours. D. Owner requires a minimum notice of 10 calendar days (excluding city recognized holidays) for utility interruptions to businesses, commercial properties, or for interruptions that will affect more than 10 properties. It may be required that these types of utility interruptions occur at night. E. Pothole Existing Utility: 1. A Bid Item for Pothole Existing Utility has been included in the Bid Form. I PROJECT MANAGEMENT AND COORDINATION ©2015 Stantec I 193801994-D 01 31 00- 1 I 2. The intent of this Bid Item is to locate and expose existing public or private utilities in advance of construction and to determine if there is a conflict with the proposed improvements.The purpose is to gather information so that alterations can be made in the proposed improvements that,while not changing the scope of the Work, will avoid potential conflicts and avoid delays to the Contractor and the Project schedule. 3. This Bid Item is not to be used for the location and exposure of existing private utilities as required by the construction activities to ensure the protection of the utility during the Work or the safety of the Contractor, their subcontractors, suppliers, and agents. Those activities are considered to be the responsibility of the Contractor and shall be done at the sole expense of the Contractor. 4. The locations of all potholes shall be determined by the Engineer: a. The Contractor in their review of the Project may also suggest locations for potholes to the Engineer. The Engineer shall review the suggestion and determine whether they concur that it is required. If the Engineer is in agreement that the pothole is necessary, direction will be given to the Contractor to proceed. 5. Use care and caution during the excavation activity to avoid damage to the existing utility. 6. Provide personnel and equipment to determine the location and elevation of the existing utility as required to determine whether it presents a conflict to the proposed improvements. I 1.04 PERMITS A. Apply for, obtain, and comply with the provisions of the following permits: I 1. MPCA Stormwater Discharges Associated With Construction Activities NPDES General Permit. 2. Washington County Right of Way Permit. B. Apply for, obtain, and comply with other permits, licenses, and approvals which may be required for the Project. I C. Contractor is responsible for all costs associated with obtaining the required permits. 1.05 SURVEYING AND CONSTRUCTION OBSERVATION A. Provide Engineer a minimum of 48-hour notice in advance of the need for establishing lines, grades, measurements, grade checks, and observation of Work. B. Notify Engineer prior to all special inspections. 1.06 PROJECT MEETINGS A. Administrative Requirements 1. Project Superintendent or persons designated by the Contractor to attend and participate in the Project meetings shall have all required authority to commit the Contractor to solutions agreed upon in the Project meetings. 2. Engineer will set the time, sites, and prepare the agenda for the meetings. 3. Engineer will prepare meeting minutes and distribute 1 copy to Contractor. Notify Engineer of inaccuracies or discrepancies in the meeting minutes within 5 calendar days of receipt of the minutes. 4. The attendance and cooperation of subcontractors and suppliers may be required. B. Preconstruction Conference PROJECT MANAGEMENT AND COORDINATION ©2015 Stantec l 193801994-D 01 31 00-2 I 1. Provisions for the Preconstruction Conference are set forth in the General Conditions. 2. Requirements for preconstruction submittals are set forth in the General Conditions. ISubmittal procedures shall be consistent with Section 01 33 00. C. Progress Meeting Procedures 1. Engineer will schedule construction progress meetings throughout the duration of the I Project to assess the progress of the Work, identify and discuss Project related issues, and discuss near-term construction activities. 2. Progress meetings are expected to occur once per week throughout the duration of Ithe Project, but may be scheduled at any time at the request of the Engineer. 1.07 CONSTRUCTION SCHEDULING IA. Sequencing and Scheduling: 1. It is anticipated that Work will begin shortly after the preconstruction meeting is held in I spring 2015, but not before suitable ground conditions exist (i.e. following spring thaw) as determined by the Engineer. Contractor shall coordinate with any private utility companies that may be performing repairs (see Section 01 10 00) throughout the Project in determining a start date. Contractor is free to choose the order of areas in I which Work is performed within the Project, except as specified below. 2. The CIPP work shall be completed prior to beginning street and open cut utility work. 3. Contractor will not be allowed to remove or reclaim all the streets at one time. Multiple I mobilizations will be required for the removal process. Contractor will be allowed to reclaim a maximum of 3,500 linear feet of street at a time. Reclamation of additional streets will not be allowed until the previously reclaimed streets have been paved to I the bituminous non-wearing course grade. Once existing bituminous surfacing has been reclaimed on a street, complete work on that street to a minimum of concrete curb, bituminous non-wearing course, and all driveway repairs within 25 working days from the date of reclamation of the existing bituminous surface: I a. If circumstances beyond the control of the Contractor will cause the time of disturbance to extend beyond those stated, Contractor shall notify the Engineer immediately of such circumstances. Engineer will review information and I determine length of additional time allowed for completion. b. If the Contractor shows that they can effectively manage a larger area, the Owner may consider increasing the limit on the amount of area that can be disturbed at I any time. 4. Contractor shall consider reconstructing access or haul roads last. 5. Construct drainage swales after adjacent roadway bituminous non-wearing course has been placed and prior to placement of bituminous wearing course. Complete the grading and all restoration within 10 working days of placement of the bituminous non- wearing course on each street segment: a. Engineer may waive this requirement if weather conditions prohibit successful I establishment of turf during the specified time frame. 6. Complete final bituminous wearing course by the date for Substantial Completion stated in the Agreement Form, Section 00 52 10: I,, a. Signing and final restoration of boulevards on a given street segment must be completed prior to paving the final bituminous wearing course on that street segment. b. Once the final wearing course pavement has been placed on a street, no construction traffic will be allowed on that street for the remainder of the Project. 7. Complete final punch list work and final clean up by the date for Final Payment stated in the Section 00 52 10. Final payment will be made following completion of this work: 1 PROJECT MANAGEMENT AND COORDINATION i ©2015 Stantec 1 193801994-D 01 31 00-3 I a. Complete intermediate punch lists within 30 days of receiving the punch list. I 8. The intermediate completion dates stated above shall be subject to liquidated damage penalties identified in Section 00 52 10. v- 9. Establish traffic control prior to start of Work per Section 01 50 00. li PART 2 PRODUCTS Not Used. I PART 3 EXECUTION Not Used. END OF SECTION 1 $ I I I I I I a I $ I I PROJECT MANAGEMENT AND COORDINATION ©2015 Stantec 1 193801994-D 01 31 00-4 1 I ISECTION 01 33 00 ISUBMITTAL PROCEDURES IPART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. General procedures and requirements for submittals during the course of construction. I1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 SEQUENCING AND SCHEDULING IA. Schedule submittals consistent with the Contractor's schedule of shop drawings. II PART 2 PRODUCTS Not Used. IPART 3 EXECUTION 3.01 CONSTRUCTION SCHEDULE IA. Submit preliminary schedule and progress schedule consistent with the General Conditions. B. Prepare schedules on 11 inch by 17 inch sheets showing overall sequence of construction. Organize the schedule by work activity. Identify separate stages of each work activity: 1. List work items in chronological sequence. Show beginning and completion dates of each activity. Include all activities with an estimated duration of 3 days or longer. 2. Format schedule as a horizontal bar chart. Provide separate bars for each activity or trade. 3. Provide space for revisions and notations. 4. Identify interrelations between activities. 5. Include estimated times for preparation of submittals by Contractor, processing and I review of submittals by Engineer, fabrication, delivery, installation, testing, start-up, instruction of Owner, and clean-up. $, C. As Work progresses, revise, update, and resubmit schedule as requested by Engineer. At a minimum, update schedule with each Application for Payment. Show all activities started or finished since previous schedule was submitted and show percentage of completion for each activity. I SUBMITTAL PROCEDURES i ©2015 Stantec 1 193801994-D 01 33 00- 1 I I 3.02 EMERGENCY CONTACT LIST A. Before any Work at the Site is started, submit a typed list on 8.5 inch by 11 inch paper I outlining 24-hour on-call contacts for the Project. This list shall include the Contractor's safety representative, key representatives from the Contractor, subcontractors, and suppliers. Include the following information for each contact: 1. Company name. 2. Contact person(s). 3. Local and mobile phone numbers. 4. Fax number. 3.03 SHOP DRAWINGS AND MANUFACTURERS' INFORMATION A. Conform to the requirements of the General Conditions, except as modified herein. B. The minimum sheet size shall be 8.5 inches by 11 inches. Non-legible copies will not be reviewed. C. Submit a minimum of 3 copies of shop drawings, plus the quantity of copies the Contractor wants returned. Each copy shall contain the following information: 1. Date of submission and date of any previous submittals. 2. Project Title. 3. Names Of: Contractor, subcontractor, supplier, and manufacturer. 4. Identification of product and Specification Section number. 5. Identification of revisions from previous submittals. 6. A 4 inch by 4 inch blank space for the Engineer's stamp. D. Engineer's review will be in conformance with the requirements of the General Conditions, except as modified herein. E. Engineer will stamp shop drawings and indicate requirements for Contractor's review or resubmittal as follows: 1. "Approved"-Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the Contract Documents and appears to be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. "Approved as Noted"-Appears that items covered by the submittal will, after installation or incorporation into the Work, conform to the Contract Documents and appears to be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents, except as noted by Engineer. 3. "Revise and Resubmit" -Appears that items covered by the submittal will not, after installation or incorporation into the Work, conform to the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Work cannot proceed until the submittal is revised and resubmitted conforming to the resubmittal procedures described in the General Conditions. 4. "Rejected" -Work covered by the submittal is not complete or it appears that items covered by the submittal will not, after installation or incorporation into the Work, conform to the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole as indicated by the I SUBMITTAL PROCEDURES ©2015 Stantec I 193801994-D 01 33 00-2 I IContract Documents. Contractor shall conform to the resubmittal procedures described in the General Conditions. 1 F. Engineer will return reviewed submittals to Contractor by email unless requested by the Contractor to use mail. If mailing is requested or required, it will be by U.S. Postal Service general delivery. If Contractor wants Engineer to expedite return delivery, Contractor shall Inotify Engineer in writing and reimburse Owner for delivery plus 15-percent mark-up. 3.04 TEST REPORTS IA. Submit 3 copies of all inspections, tests, and approvals required in the Specification. I3.05 MATERIAL AND SAFETY DATA SHEETS A. Furnish Owner with current copies of Material and Safety Data Sheets for all chemicals and products on Site. END OF SECTION I I 1 II I I I I I I . SUBMITTAL PROCEDURES i ©2015 Stantec 1 193801994-D 01 33 00-3 I I1.07 LABORATORY REPORTS IA. After each inspection and test, submit 3 copies of Laboratory Report to Engineer. B. Include: Date issued, Project title and number, name of inspector, date and time of I sampling or inspection, identification of product and Specifications Section, location in the Project, type of inspection or test, date of test, results of tests, and conformance with Contract Documents. I1.08 LABORATORY RESPONSIBILITIES A. Test samples and perform field tests. B. Prov i de qua lifi ed personnel. Cooperate with Engineer and Contractor in performance of services. IC. Ascertain compliance with the requirements of the Contract Documents. D. When requested by Engineer, provide interpretation of test results. 1.09 LIMITS ON TESTING LABORATORY AUTHORITY 11 A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. IB. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. iD. Laboratory has no authority to stop Work. 1.10 MANUFACTURER'S CERTIFICATES IA. If requested by Engineer, submit manufacturer's certificate with shop drawings certifying that products meet or exceed specified requirements executed by responsible officer. I1.11 MANUFACTURER'S FIELD SERVICES A. Provide qualified representative to observe field conditions; conditions of surfaces and I installation; quality of workmanship;start-up of equipment; and test, adjust, and balance of equipment. IPART 2 PRODUCTS Not Used. IPART 3 EXECUTION I Not Used. END OF SECTION I QUALITY REQUIREMENTS II ©2015 Stantec I 193801994-D 01 40 00-2 l -00 OP 10 a-766108 6 l I oa1ub1S S lOL O SIN3W3?JIn03?J AinvnO I 'Saldwos 4Sa} to bupno pub 6uuo4s J04 suol4oadsul pub sisal a4p4l1lo0} 'AJo4oiogoi of salduaos podsuoll I 'aoanos JO a4!S 40 salduaos alpuoq puo ulp4go o+Sal4lll3O4 puo aogol l01uappul apinOad '0 •suolpadsul Jpuo 51s04 6uulnbaa suo4paado ao4 awl} papadxa 04 aoud sanoL gp aaaul6u3 410N '8 'ulaaaLi pawpaw 30 4daoxa 'suol4lpu00 1paauaO ai-i4 40 s4uauaaalnbaa aLi4 o4 uaao4uo0 'y ISNO1103dSNI ONV S1S31 90'l I •d!Lisuoua>laoM aslpaad aaoua ao spJOpu04s pbu aaoua a4OOlpul s4uauaaalnbaa pa4pads ao sapuDaalo1 anl4pu4saa aaoua GJG M 4daoxa 'uol6a4 Gull 40 spa0pu0is Aaisnpul LiiIM AIduao3 'y dIHSMdW)I?JOM S0't 1 'aoUIDW104JOd JO loa4uoo A4gonb 4o salool4l4aaO s,aaan}p04nuOW •0 IssA)ouo ao silnsaa 4sai Aao4oaogpi '8 •aaaul6u3 Aq IpAOaddo 404 s4sa4 pawoads sno9on ao1 awou Aao40aogol 6ul4sa14luagns ')laoM 40 pp0is o4 aoud 'V 11 s1ViiIWBns 170.1 I •aaump 044 101 aaaul6u3 01 1 04 aa4aa 04 poolsaapun sl „aaaul6u3„ paonn aui•s4uauaalddns pup suols!Aaa 4uanbasgns Ho puo ('pads ioauW) uoq!p3 coot „'uo4ona4suo0 ao4 suol40pl1lpadS l01uaipalddnS qo-1 s10ua4oy4„ I 0L4 JO „uolpna4suo0 aoj suol1DOW0adS pappuo4s„ uoaua pegs apuaaalaa Lions 'suogoowoadS uo4p4aodsuDai 40 4uaua4apdaa 04osauuly\l 0 4 01 ap0W Sl a01.1aaa4aa aanauaIM 'V Sa21`daMdls 30N3213332I £0't p.8 i as0810401 0Li4 ul papnloul puo Pafoad 0(44 o4 l01uapoul aq IIOLis uol40oS s!q4 40 S4SOO pup)$JOM Hy •l I1uawAod puo 4U0W0ansoayi 'y S21na30O21d 1N3WAVd ONV 33I d Z0't I ')laoM 0Li4 40 aouOuaao4aad puo A4llpnb aq4 4aodaa puo aansoaua 04 saanpapoad •£ 'a3UOanssO A4!lpn0 •Z I s}uauaaalnbaa A4o40lnbaa 04 a3UDWJO4UOD J04 paalnba uol4OWao4Ul 'I sapnlpul uol}OaS 'y AdVwwns to't I1d113N39 i /11Vd IS1N3W311If103d All vno I00 OP 10 NO1103S 1 HI ISECTION 01 50 00 ITEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Temporary utilities and miscellaneous temporary facilities required during construction. B. Products furnished but not installed under this Section or products installed but not furnished under this Section. C. Related Sections 1. Section 31 23 00- Excavation and Fill. 2. Section 33 10 00-Water Utilities 3 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1 1. A Bid Item has been provided for Mobilization. Measurement is Lump Sum. This will be considered payment in full for all work and costs of this Bid Item. When the amount Bid for Mobilization exceeds 5 percent of the Total Base Bid, the Owner reserves the right I to withhold the portion in excess of 5 percent until 95 percent or more of the original Contract amount is earned. a. Partial payment of the Lump Sum Bid Item "Mobilization"will be made using a percentage based on the following: Cumulative Percent of Mobilization Item Paid First Partial Payment 50 I Percent of original contract amount earned-25 70 Percent of original contract amount earned-50 90 Percent of original Contract amount earned -100 100 1 2. By-Pass Pumping is considered incidental. All work and costs associated with this item shall be incidental to the Project. 3. A Bid Item has been provided for Temporary Water Service. Measurement will be per Lump Sum. Payment will include all cost related to providing, maintaining and removing temporary potable water service for the duration specified. 4. A Bid Item has been provided for Traffic Control. Measurement is Lump Sum. I a. This shall be considered payment in full for all labor, equipment, and materials associated with the required Traffic Control devices for the entire Project, and related Bid Part or Alternate. lb. This Bid Item shall include but not be limited to furnishing, installing, and relocating the Traffic Control due to various road closures, daily maintenance, and ultimate removal of all such devices used over the duration of the Contract or as directed 1 by the Engineer. I TEMPORARY FACILITIES AND CONTROLS ii ©2015 Stantec I 193801994-D 01 50 00- 1 I c. Partial payment of the Lump Sum Item "Traffic Control" will be made using a percentage based on the following: Cumulative Percent of Traffic Control Item Paid First Partial Payment 50 Percent of original contract amount earned-25 70 Percent of original contract amount earned-50 90 Percent of original Contract amount earned- 100 100 5. A Bid Item has been provided for Temporary Mail. Measurement is Lump Sum. a. This shall be considered payment in full for all labor, equipment, and materials associated with the required placement and maintenance of temporary mailbox banks during construction for the entire Project. b. This Bid Item shall include but not be limited to furnishing, installing, and relocating the temporary and existing mailboxes due to various road closures, daily maintenance, and ultimate removal of all. c. Contractor will coordinate with the US Postal Service to determine mailbox bank location on the site. d. Partial payment of the Lump Sum Bid Item "Temporary Mail" will be made using a percentage based on the following: Cumulative Percent of Traffic Control Item Paid First Partial Payment 50 Percent of original contract amount earned -25 70 Percent of original contract amount earned-50 90 Percent of original Contract amount earned- 100 100 6. No bid item has been provided for Sanitary Facilities. Sanitary Facilities shall be considered incidental to the Project with no direct payment made. 7. No Bid Item has been included for Temporary Sanitary Service. All work and costs associated with this item shall be incidental to the Project. 8. No Bid Item has been included for Dewatering. All work and costs associated with this item shall be incidental to the Project. 9. No Bid Item has been included for Bypass Pumping. All work and costs associated with this item shall be incidental to the Project. 10. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction" and I "Materials Lab Supplemental Specifications for Construction," 2005 Edition (MnDOT Spec.). B. The Minnesota Manual on Uniform Traffic Control Devices (MMUTCD), including the Field Manual on Temporary Traffic Control Zone Layouts-Latest edition. C. Minnesota Department of Transportation Traffic Engineering Manual. I I TEMPORARY FACILITIES AND CONTROLS ©2015 Stantec I 193801994-D 01 50 00-2 I 1.04 SUBMITTALS IA. Construction Staging Plan consistent with Section 01 33 00, including the following information: 1. Sequence of construction and traffic control. I 2. Streets closed or restricted during any stage of construction. 3. Provisions for routing any detoured traffic as permitted. 4. Specific signs, striping, and other traffic control devices to be utilized. IB. Traffic Management Plan consistent with Section 01 33 00, including the following information: I1. Haul and access routes. 2. Permits or applications required by local authorities. 3. Temporary facilities required. I C. Submit temporary water system layout and sizing plan consistent with Section 01 33 00. Plan shall include: 1. Water main and service sizes and type of pipe. I 2. Hydrant for water supply. 3. Street crossing locations. IPART 2 PRODUCTS 2.01 TEMPORARY WATER IA. All temporary water main and service pipes shall be "Aquamine" self-restraining joint, SDR-21, Class 200 pipe, or approved equal. B. All fittings, valves, bends, backflow prevention, etc. shall be supplied by the same manufacturer of the pipe. IC. All pipe and materials shall be potable water rated. PART 3 EXECUTION I3.01 MOBILIZATION A. Move personnel, equipment, materials, and all other items required to complete the Work Iat the Site. B. Establish Contractor offices, building, or other facilities necessary for Work on the Project. IC. Temporarily hold or relocate utilities and any miscellaneous structures, such as signs, power poles, guy wires, and mailboxes disturbed. 1 3.02 SIGNS, MAILBOXES, ETC. REMOVAL AND REPLACEMENT A. Remove, store carefully, and replace all non-City or County owned signs, posts, etc. that I may be within the Site as directed by Engineer. Owner will remove and replace Owner's signs. I TEMPORARY FACILITIES AND CONTROLS ©2015 Stantec I 193801994-D 01 50 00-3 I B. Remove existing mailboxes and posts, and temporarily install in locations determined by Engineer or as shown on Drawings. Replace mailboxes prior to Substantial Completion. Removal, temporary reinstallation, and replacement shall occur such that mail delivery is not interrupted. Mailboxes, posts, and appurtenances damaged during construction shall be replaced with new at no charge to Owner. C. Temporary mailbox location(s) and requirements are subject to approval of the Post Office responsible for delivery of the mail to the area. The Post Office may modify the list of addresses requiring the installation of a temporary mailbox. D. Reinstall mailboxes as detailed in Drawings. I 3.03 TEMPORARY WATER MAIN AND SERVICES A. During construction, the Contractor will be required to install and maintain temporary water main to all affected homes, apartments, and / or businesses.The temporary service will allow efficient removal of the existing water main and services, and installation of the new. City watermain record drawings may be requested. B. The temporary service shall provide adequate pressure and volume to properties. I C. Use a minimum of 3 inches diameter main line and 3/4-inch service line. D. The Contractor will be required to pressure test and bacteria test all temporary water lines 111 prior to making any connections to homes or terminating existing water service. E. The Contractor shall install backflow prevention at the connecting hydrant. F. The Contractor shall install any main line valves that may be required to shut off or isolate an area based on the Contractors schedule of work or temporary water system. G. Inform residents and Engineer at least 72 hours prior to any interruption of water service. H. Coordinate all work with the Engineer and City of Oak Park Heights Public Works. Provide I emergency phone numbers of personnel to call during evenings and weekends. Maintain, inspect, and adjust the temporary piping as needed or directed throughout the construction. If staging of the temporary system is necessary, provide a schedule and description of how this is to be accomplished. Submit a plan for temporary service for approval by the Owner. I. The Contractor shall be responsible for all items associated with the temporary water main, I including the following: coordinate all work with the City's Public Works; coordinate and communicate with property owners regarding connection to homes and location of service lines; inform residents when work is to take place and the potential for temporary disruption of service during the switch to the temporary system; provide ramping or shallow trenching at driveway and street crossings. J. Phase work so that fire protection is maintained at its current service level throughout construction. I TEMPORARY FACILITIES AND CONTROLS 0 2015 Stantec I 193801994-D 01 50 00-4 I I 3.04 TEMPORARY GATE VALVE A. City water main valves in the project area are limited. During construction, the Contractor I Y p J g will be required to install and maintain temporary gate valves that coincide with the I approved water main phasing construction schedule. B. All temporary valves are incidental to the Temporary Water Service bid item. I C. The Contractor shall install any main line valves that may be required to shut off or isolate an area based on the Contractors schedule of work or temporary water system. Only permanent valves to be installed are shown on the Drawings. Any valve not installed in its Ipermanent location shall be considered temporary. D. The Contractor will be required to adequately disinfect all temporary valves, piping and fittings prior to installation. E. All temporary valves will be required to be removed upon phasing completion. I3.05 TEMPORARY HYDRANT A. During construction, temporary hydrants may be required to maintain existing fire 1 projection, to serve as temporary water service feed points, as well as testing and flushing locations. The location determined by the contractor will coincide with the approved water main phasing construction schedule. IB. Only permanent hydrants to be installed are shown on the Drawings. Any hydrant not installed in its permanent location shall be considered temporary. 1 C. The Contractor will be required to adequately disinfect all temporary hydrants, valves, piping and fittings prior to installation. ID. All temporary hydrants will be required to be removed upon phase completion. E. All temporary hydrants are incidental to the Temporary Water Service bid item. I3.06 TEMPORARY SANITARY SERVICE A. The Contractor is responsible for maintaining all existing sanitary service lines during utility Iinstallation and prior to installing and connecting new sanitary services. B. The layout and processes for temporary sanitary service must be approved by the Owner. IC. The services shown on the Drawings are provided from televising tapes and reports. The contractor may view the tapes and reports at their discretion. ID. The Contractor shall provide a temporary service method that meets all current laws and regulations. I E. Sanitary sewer service must be maintained at all times. Main line flows must either be diverted around construction through bypass pumping or installation of a temporary gravity line. The contractor is responsible for all costs associated with these methods. The IContractor shall not have temporary lines entering new manholes. If a temporary TEMPORARY FACILITIES AND CONTROLS i ©2015 Stantec 1 193801994-D 01 50 00-5 I connection from an existing line to new line is required, this shall be completed with a wye and clean out. The wye and clean out will then be removed and the wye abandoned in place following construction. I 3.07 BYPASS PUMPING A. All bypass pumping shall be attended at all times by on site personnel. I B. Firm pumping capacity shall be required in the pumps provided. A back up pump shall be kept on-site and be operational and available in case of main pump failure. I C. The maximum allowable noise from the generator shall be measured at 76 decibels and 7 meters. D. The Contractor is responsible for protecting the bypass manhole and piping, as well as the discharge point. All signing or warning devices shall be included in the Bid Unit Price for Traffic Control. All protection of the piping such as aggregate bridging shall be included is considered incidental. E. All sanitary flows shall be pumped around areas with no spillage allowed. F. Any spill needs to be reported as required by law. 3.08 TEMPORARY UTILITIES I A. Provide and maintain all temporary facilities, utilities, and controls as long as needed for the safe and proper completion of the Work. Remove all temporary facilities, utilities, and p p p p rY controls as rapidly as progress will permit or as directed by Engineer. B. Temporary Water for Construction 1. Use of new or existing hydrants is prohibited, except for testing and flushing of newly installed mains. 2. Obtain water for construction from locations designated by the Owner. C. Tempo r ary Water for Construction a 1. Obtain water for construction from Owner at a hydrant. Obtain a meter and backflow prevent or assembly from Owner. Return to Owner at completion.There is no charge for meter use during construction. 2. Owner will pay for the costs of the water. 3.09 CONSTRUCTION FACILITIES I A. Sanita ry Facilities 1. Comply with all governing regulations, including safety and health codes, for sanitary fixtures and facilities. 2. Provide self-contained toilet units, or water and sewer connected temporary toilet facilities, consistent with governing regulations. Contractor may not use Owner's toilet facilities. 3. Provide and maintain adequate supply of toilet tissue, paper towels, paper cups, and similar disposable materials appropriate for each facility. Provide appropriate covered waste containers for used material. I TEMPORARY FACILITIES AND CONTROLS ©2015 Stantec 1 193801994-D 01 50 00-6 I I 3.10 TEMPORARY CONSTRUCTION IA. Pumping and Dewatering 1. Provide draining, pumping, dewatering, and cleaning operations necessary to complete the Work. 2. Provide all necessary pumping to remove all surface water and groundwater from structures as required for the Work. Provide erosion control measures for discharge of water. I 3. Protect Site and adjacent property to avoid damage. 4. Discharge water only at locations approved by Engineer. Never discharge storm water or groundwater into sanitary sewer facilities. / 3.11 TRAFFIC CONTROL A. General 1. The Contractor shall provide and maintain all traffic control devices in accordance with the approved Construction Staging Plan. All traffic control devices and other protective measures shall conform to MMUTCD. I 2. The Contractor shall designate a Work Zone Safety Coordinator who shall be responsible for safety and traffic control management in the Project work zone. The Work Zone Safety Coordinator shall be either an employee of the Contractor such as a I superintendent or a foreman, or an employee of a firm which has a subcontract for overall work zone safety and traffic control management for the Project.The responsibilities of the Work Zone Safety Coordinator shall include, but not be limited to: I a. Coordinating all work zone traffic control operations of the Project, including those of the Contractor, subcontractors and suppliers. b. Establishing contact with local school district, government, law enforcement, and emergency response agencies affected by construction before work begins. I 3. The Contractor will not be permitted to park vehicles as to obstruct a traffic control device. 4. The Contractor will not be permitted to store materials or equipment within 30 feet of I through traffic, unless approved by the Engineer. If materials or equipment must be stored within 30 feet of through traffic, the Contractor shall provide barricades or barriers, as directed by the Engineer, to warn and protect traffic. I 5. The Contractor shall conduct Work in a manner which will allow access to all properties within and adjacent to the Project by fire, police, and emergency vehicles. 6. The Contractor is responsible to maintain all unpaved surfaces. The surface shall be watered and bladed as directed by the Engineer, and residents shall have access to I driveways every evening, except as approved by the Engineer. 7. Stagecoach Trail North-Water Main Improvements: Maintain a minimum of one lane of access during construction, utilizing traffic signs and flaggers as conforming to the IMMUTCD. B. Construction Staging Plan I 1. Within 10 days following the approval of the Contract, the Contractor shall provide the Engineer with a Construction Staging Plan and a Traffic Management Plan.The Engineer may accept, reject, or suggest alterations to the plans.These plans shall reflect the following conditions: I a. The Contractor shall provide a method of protecting traffic from open excavation areas. b. The construction staging plan is shown in the Drawings. 1 TEMPORARY FACILITIES AND CONTROLS i ©2015 Stantec 1 193801994-D 01 50 00-7 1 c. With exception to the streets closed for construction, the minimum through-lane lane widths of 9 feet will be maintained at all times and 2-way traffic (1 lane in each direction) will be maintained at all times. d. Provide access for emergency vehicles and busses to all residences and businesses at all times. e. The Contractor will re-establish access to all driveways at the end of each working day. The Engineer may direct construction of temporary driveways as needed to maintain access to residences or businesses. f. The Contractor shall furnish, install, and maintain "ROAD WORK AHEAD"and "END ROAD WORK"signs in advance of and beyond each end of the construction limits. The Contractor shall also furnish, install, and maintain"ROAD WORK AHEAD"signs in advance of the construction limits on all intersecting roads and streets. g. The staging shall be undertaken to provide street access and local access to adjacent properties as directed by the Engineer. The Engineer may modify the requirements for traffic control as deemed necessary due to field conditions. h. Contractor shall remove traffic control devices at the conclusion of the Work. C. Vehicle Warning Light 1. All Contractors', subcontractors', and suppliers' mobile equipment, which are working in the lane closure or within 15 feet of the lane closure, shall be equipped with operable warning lights which meet the appropriate requirements of the SAE Specifications.This would include any vehicle which enters the traveled roadway at any time. The SAE Specification requirements are as follows: a. 360-Degree Rotating Lights -SAE Specification J845. b. Flashing Lights -SAE Specification J595. c. Flashing Strobe Lights-SAE Specification J1318. D. Temporary Lane Closures 1. Temporary Lane Closures shall conform to the following: a. A "short-term" lane closure or traffic restriction shall be one that is in-place only during the Contractor's work hours. b. Temporary"short-term"lane closures by the Contractor, consistent with time restrictions,will be permitted during those hours and at those locations approved by the Engineer. Requests for"short-term"lane closures shall be made at least 24 hours prior to such closures.The Contractor shall furnish, erect, and maintain all traffic control devices required for these closures. No direct compensation will be made for temporary lane closures. c. Application of traffic control devices shall be in accordance with the Field Manual. d. Lane closures will not be permitted during inclement weather, nor any other time when, in the opinion of the Engineer, the lane closures will be a hazard to traffic. e. When a temporary lane closure is used by the Contractor, the closure shall be incidental work and no direct compensation will be made therefore. E. Traffic Control Devices I 1. Daily inspect and insure that all traffic control devices required by the construction are in accordance with the MMUTCD. Any discrepancy between the actual devices in use and the required devices shall be immediately rectified. At least 1 nighttime inspection shall be made each week. 2. The Contractor shall furnish qualified flagpersons to adequately control traffic when needed or as directed by the Engineer. Qualified flagpersons shall comply with the requirements set forth in the Flagging Handbook Section of the Field Manual. 1 TEMPORARY FACILITIES AND CONTROLS ©2015 Stantec 1 193801994-D 01 50 00-8 I IFlagpersons are required to protect construction vehicles during unloading of construction materials. I 3. Furnish names, addresses, and phone numbers of at least 3 individuals responsible for the placement and maintenance of traffic control devices. At least 1 of these individuals shall be "on call" 24 hours per day, 7 days per week during the time any traffic control devices furnished and installed by the Contractor are in place. I 4. Respond to any request from the Engineer to improve or correct the usage of traffic control devices on or related to this Project within 1 hour of the time of notification. 5. Keep all traffic control signs and devices in a legible condition.This shall include but I not be limited to removing grime and dust deposited on any device by traffic, natural causes, or when requested by Engineer. 6. The Contractor shall store at least 10 extra Type 1 barricades with flashers, 5 extra Type 1 III barricades, and 10 extra drums, at a convenient location within the Project limits for use in an emergency, as approved by the Engineer. No direct compensation will be made to the Contractor for furnishing and erecting these traffic control devices. I F. Failure to Complete The Work On Time 1. The Contractor will be subject to an hourly charge for failure to maintain the traffic control devices. Non-compliance charges, for each incident, will be assessed at a rate I of$250 per hour for each hour or any portion thereof with which the Engineer determines that the Contractor has not complied. 2. The Contractor will be subject to an hourly charge for failure to remove temporary II lane restrictions within the permitted hours, unless authorized by the Engineer. Non- compliance charges, for each incident, will be assessed at a rate of$500 per hour for each hour or any portion thereof with which the Engineer determines that the IContractor has not complied. 3.12 TEMPORARY BARRIERS AND ENCLOSURES I A. Temporary Barriers 1. Install to protect trenches and other Work that may be hazardous or could be damaged by pedestrian or vehicle traffic. I 2. Provide/install temporary covers, enclosures, markers, and barriers as necessary to protect Work. 3. Damage to the Site caused by removal of temporary fencing, including postholes, I shall be promptly repaired by Contractor. During removal at no time shall the Work remain unattended if a dangerous condition exists because of incomplete removal or Site repairing. 3.13 ADDITIONAL TRAFFIC CONTROL DEVICES A. General I 1. In addition to the traffic control devices shown on the Traffic Control Layouts, the Engineer may require more traffic control as traffic conditions may warrant. 2. The Contractor shall furnish the additional traffic control devices as ordered by the I Engineer. 3. The devices shall be installed and maintained in a functional and/or legible condition at all times, to the satisfaction of the Engineer. IEND OF SECTION I TEMPORARY FACILITIES AND CONTROLS 10 2015 Stantec I 193801994-D 01 50 00-9 I TRAFFIC CONTROL CHECKLIST ITEM HOW MANY? 1. Are any devices missing? DYes 0 No Do any devices need repair? 0 Yes 0 No Were all replaced or repaired? 0 Yes 0 No 2. Are any lights (flashers, etc) not functioning? 0 Yes 0 No Were they all replaced or repaired [Wes 0 No 3. Are any devices improperly placed? 0 Yes 0 No Were all positions corrected? DYes 0 No 4. Do any devices need cleaning? 1:Yes 0 No Where all devices cleaned? DYes 0 No ADDITIONAL COMMENTS: I . I I I The above check was completed by (name/ title) on: at: DAM El PM (date) (time) I I I I I SECTION 01 57 13 TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 GENERAL 1.01 SUMMARY 1 A. Section Includes 1. Managing storm water runoff and other Project related water discharges to minimize sediment pollution during construction. 1.02 PRICE AND PAYMENT PROCEDURES i 1 A. Measurement and Payment 1. Bid Items have been provided for temporary measures to control soil erosion and sedimentation. Payment at the Bid Unit Price will be considered compensation in full for all Work necessary to complete the Bid Item in full, including installation, 1 maintenance, sediment removal, repairs, and removals. 2. Measurement will be based upon the units as listed below for Bid Items removed, abandoned, or salvaged complete as specified. No measurement will be made of i any removals that are not required. The actual quantity installed multiplied by the appropriate Bid Unit Price will be compensation in full for all Work and costs of the following Bid Items. 80-percent partial payment will be made upon installation and I 20-percent payment will be made upon removal and restoration. a. Silt Fence: Payment will be by lineal foot for each type. Measurement will be along the base of the fence, from outside to outside of the end posts for each section of fence. 1 b. Inlet Protection: Measurement will be by each. Includes in street and non-paved catch basin inlet protection. Each catch basin will receive payment for only one time during the project Work, regardless of the protection prior to or after paving. I c. Temporary Construction Entrance: Incidental to the Remove Bituminous Pavement bid item, in Section 02 41 13. Onsite reclaim and aggregate material shall be utilized for all temporary construction entrances as required. I d. Seeding, Including Seed, Fertilizer, and Wood Fiber Blanket: Payment will be by type installed. Measurement will by square yard. e. Hydraulic Soil Stabilizer:Shall be considered incidental for temporary placement purposes. f. Ditch Check:Shall be considered incidental for temporary placement purposes. g. Filter Logs:Shall be considered incidental for temporary placement purposes. h. Sediment Trap: Shall be considered incidental to the Project. I 3. A Bid Item has been provided for Water for Dust Control. Measurement will be per 1,000 gallons (MG) applied to the street. Payment will constitute compensation in full for all Work and cost to furnish and install the Water. This Bid Unit Bid Item is intended to pay for water used for dust control only and only at those times that it is requested by either the Engineer or Owner. a. Anticipate multiple mobilizations to perform this work. i b. Water used for the construction of the streets will be considered incidental to the I Project. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1 TEMPORARY EROSION AND SEDIMENT CONTROL i ©2015 Stantec I 193801994-D 01 57 13- 1 I B. Related Sections 1. Section 31 23 00-Excavation and Fill. 2. Section 32 92 00-Turf and Grasses. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2130-Application of Water for Dust Control. 2. 2573-Storm Water Management. 3. 2575-Establishing Turf and Controlling Erosion. B. MPCA's NPDES General Stormwater Permit for Construction Activity. 1.04 SUBMITTALS A. Completed application form for the MPCA's NPDES General Stormwater Permit for j Construction Activity (MN R 100001) conforming to Section 01 33 00. 1. NPDES permit inspection log resulting from weekly Site inspections. 2. Amendments to the Stormwater Pollution Prevention Plan (SWPPP) for the Project. 3. Completed form for MPCA's Notice of Termination. B. Contractor Prepared Schedules and Plans 1. Erosion Control Schedule: Conforming to MnDOT Spec. 1717.2C and submitted each week that construction is active. 2. Site plans in conformance with MnDOT Spec. 1717.2D a. Submitted when requested by the Engineer. by Contractor will indicate Contractor operations,b. Site plans prepared y C p , erosion and sediment control measures, and a schedule of starting and completion times. C. Certification and Sampling 1. Furnish a manufacturer's certification stating that the material supplied conforms to the requirements of this Section.The certification shall include or have attached typical results of tests for the specified properties, representative of the materials supplied. 1.05 QUALITY ASSURANCE I A. Erosion Control Supervisor: Provide an Erosion Control Supervisor to direct the erosion control operations and insure compliance with Federal, State, and Local ordinances and regulations. B. Certified Installers: Provide a certified installer to install or direct installation of erosion or sediment control practices. Certification shall be obtained through the University of Minnesota Erosion Control Inspector/Installer Certification program, or approved equal. 1.06 PERMITS A. Project disturbs 1 or more acres of total land area. Co-submittal with the Owner of a completed NPDES application form for the MPCA's General Stormwater Permit for Construction Activity and the appropriate fees to the MPCA is required. Submit a copy of the completed, signed, and dated application form to Owner. 1 TEMPORARY EROSION AND SEDIMENT CONTROL 0 2015 Stantec 1 193801994-D 01 57 13-2 IB. Permit coverage will become effective 7 days after the postmarked date of the completed application form. Or Permit coverage is anticipated to become effective I 30 days after the postmarked date of a completed application form and SWPPP submittal to the MPCA. 1.07 SEQUENCING AND SCHEDULING IA. Install sediment control measures prior to grading activities. I B. Schedule and coordinate the Work so that permanent erosion and sediment control BMPs, such as basin construction, rip rap placement, and permanent seeding, are directly incorporated into the supplement permanent erosion and sediment control BMPs with 1 temporary BMPs. Place temporary BMPs when permanent erosion control cannot be achieved. Coordinate construction operations so that erosion and sediment control measures (permanent or temporary) are installed and maintained concurrently with the rest of the Work of the Project. IC. Coordinate and schedule the Work of subcontractors such that erosion and sediment control measures are fully executed for each operation and in a timely manner over the 1 duration of the Project. Develop a chain of responsibility for all subcontractors and operators on the Project to ensure that permit provisions are adhered to. D. Infiltration areas and constructed infiltration systems should not be constructed until the contributing drainage area and/or adjacent construction has been completely stabilized. When this timing of construction is not possible, the Contractor shall insure sediment from I exposed soil areas of the Project does not enter into the infiltration area or system. E. Stabilization timeframes shall conform to the NPDES General Stormwater Permit for Construction Activity. F. Prior to Project shutdown for the winter or other periods of a week or more, the Site shall be adequately protected from erosion and off Site damage by covering exposed soils with Imulch and establishing perimeter controls. G. If the Contractor fails to install erosion or sediment measures, the Engineer may withhold I payment from related work until the control measures are undertaken by the Contractor 1. When the Contractor fails to conduct the quality control program, does not conduct the inspection required in the NPDES permit, or fails to take action ordered by the Engineer to remedy erosion or sediment control problems, the Engineer shall issue a Written Order to the Contractor. 2. The Contractor shall respond within 24 hours with sufficient personnel, equipment, materials, and conduct the required Work or be subject to a $1,000 per calendar day Ideduction for noncompliance. H. Establish permanent turf in accordance with Section 32 92 00 to prevent excessive soil Ierosion. PART 2 PRODUCTS 2.01 SILT FENCE: Conform to MnDOT Spec. 3886. A. Machine sliced. HI TEMPORARY EROSION AND SEDIMENT CONTROL ©2015 Stantec 1 193801994-D 01 57 13-3 1 I I 2.02 TEMPORARY CONSTRUCTION ENTRANCE 1. Utilize existing reclaim and aggregate base material from onsite. t 2.03 HYDRAULIC SOIL STABILIZER (HYDROMULCH) A. Conform to MnDOT Spec. 3884. B. Type 5- 100-percent wood fiber mulch. I 2.04 EROSION CONTROL BLANKET A. Conform to MnDOT Spec. 3885. 1 2.05 STORM DRAIN INLET PROTECTION A. Inlet protection for paved streets with concrete curb and gutter:The following methods are acceptable: 1. Conform to the details on the Drawings. 2. Catch Basin Inserts: a. Road Drain by Wimco, LLC (www.roaddrain.com). b. Lange Industries (www.langeindustries.com), or approved equal. 3. Rock Log: a. Conform to MnDOT Spec. 3897. b. Rock 3/4 to 1-1/2 inches crushed or natural rounded aggregate. B. Inlet protection for non paved surfaces without curb or areas where vegetation will be established, The following methods are acceptable: 1. Conform to the details on the Drawings. 2. Silt fence ring, or approved equal: a. Place wire mesh cage in a circular or square confirmation to form a minimum 5 foot diameter zone of protection. b. Geotextile shall be monofilament/monofilament meeting the requirements of MnDOT Spec. Heavy Duty, c. Loose aggregate or a rock log(s) around perimeter of ring to anchor geotextile. 3. Sediment control inlet hat conforming to MnDOT Spec. 3891.3C: a. InfraSafe Sediment Control Barrier by Royal Enterprises (http://www.royalenterprises.net/). 4. Pop-up head conforming to MnDOT Spec. 3891.3E. 5. Rock filter as shown on the Drawings. 2.06 FILTER LOGS: Conform to MnDOT Spec. 3897. A. Straw or wood fiber biorolls, 6 to 7 inches in diameter. B. Compost or rock logs, 6 to 8 inches in diameter. I 2.07 DUST CONTROL A. Water clear and free from suspended fine sediment. I I TEMPORARY EROSION AND SEDIMENT CONTROL ©2015 Stantec 1 193801994-D 01 57 13-4 I I 2.08 TEMPORARY SEED IA. Conform to Section 32 92 00. B. General -Sizing, configuration, capacity, and selection of dewatering sediment capture I techniques shall be based on Site and flow conditions.The Contractor shall submit the means and methods for review by the Engineer.Sizing of the sediment capture systems will have to be adjusted such that the ultimate discharge water is not visibly different from the Ireceiving water. 2.09 FLOCCULANTS: Conform to MnDOT Spec. 3898. IPART 3 EXECUTION 3.01 GENERAL IA. Comply with all applicable laws, ordinances, regulations, permit requirements, orders and decrees pertaining to erosion/sediment control and stormwater discharge during the Iconduct of the Work. B. Take necessary precautions against damage to the Project by action of the elements. IC. Implement the Project's NPDES Stormwater Pollution Prevention Plan (SWPPP) and take necessary actions to prevent off Site damage resulting from Work conducted on the Project or Project related stormwater runoff. D. Minimize the amount of disturbed land that is susceptible to erosion at any time. Delineate areas not to be disturbed. I 1. Exclude vehicles and construction equipment from area not to be disturbed to preserve natural vegetation. 2. Maintain and preserve riparian and naturally vegetated buffer strips (10 feet minimum Idistance) along water courses. 3.02 INSTALLATION A. General: Install temporary stormwater management and sediment control devices in conformance with the details, typical sections, and elevations shown on the Drawings. I B. The location of temporary stormwater and sediment control devices may be adjusted from that shown on the Drawings to accommodate actual field conditions and increase the effectiveness of the installation. IC. Silt Fence: Conform to MnDOT Spec. 2573.3B 1. Install in the locations shown on the Drawings using the machine sliced installation I method, unless directed otherwise by the Engineer. 2. Use additional measures, such as rock aggregate, placed along the base of the silt fence where the silt fence geotextile cannot be trenched in, i.e. tree roots, frost, bedrock. I 3. Use short sections of silt fence placed in J-hook patterns to: a. Supplement the perimeter silt fence at corner locations and areas where sediment deposition will occur. No more than 100 feet of silt fence shall be installed per 1/4 acre of drainage. TEMPORARY EROSION AND SEDIMENT CONTROL ©2015 Stantec I 193801994-D 01 57 13-5 I b. Break up flow path along silt fence running across contours to be no more than 100 feet between hooks or as directed by the Engineer. 4. Silt fence longer than 600 feet shall be constructed in separate independent units with each unit having a length less than 600 feet. Avoid splices whenever possible. If necessary, make splices at an opposing fence post and according to the manufacturer's specifications. D. Temporary Construction Entrance 1. Install at locations at entrances as needed. 2. Construct construction entrance before grading begins on the Site. 3. Inspect construction entrance daily for mud accumulation to minimize vehicle tracking of sediment onto public roadways. Remove fugitive rock or wood mulch from adjacent roadways daily. E. Hydraulic Soil Stabilizer (Hydromulch) 1. Apply hydromulch in conformance with MnDOT Spec. 2575.3E. 2. Raking or harrowing of soil/seed and slope (cat) tracking shall be done before installation of hydromulch. 3. Apply hydromulch in at least 2 opposing directions so that a shadowing effect leaving the back side of a soil clod unprotected is minimized. 4. Application Rate for Slopes Steeper Than 1:4: 2,800 lbs per acre. 2 applications may be necessary. All other slopes apply at a rate of 2,100 lbs per acre. F. Erosion Control Blanket I 1. Install immediately following seeding in accordance with MnDOT Spec. 2575.3J, and as modified below. 2. Install as shown on Drawings. 3. Raking or harrowing of soil/seed shall be done before installation of erosion control blanket. 4. Install blanket parallel to the direction of flow. 5. If permanent seeding is not available at the time of blanket installation, this material will have to be removed, re-seeded, and installed again as a permanent erosion control measure. If permanent seeding is available at the time of initial installation, a 1-time proper installation is acceptable. G. Storm Drain Inlet Protection 1. Provide effective storm drain inlet protection over the life of the Project until all sources with potential for discharging to inlets have been paved or stabilized. 2. Place devices so that driving hazards or obstructions are not created.The devices must be cleaned out regularly and all devices must have an emergency overflow to reduce flooding potential. H. Temporary Sediment Basins 1. Sediment basins shall be excavated as a first priority when grading begins on the Project. The location and outlet configuration are shown on the Drawings. I. Temporary Sediment Traps I 1. Temporary sediment traps are excavated in conjunction with other grading activities. Temporary traps are approximately 2 feet or less in depth with a length to width ratio of 2:4. 2. Effectiveness of sediment traps can be increased by placing a rock weeper at the outlet. J. Ditch Checks and Velocity Checks: Reference detail on Drawings. I TEMPORARY EROSION AND SEDIMENT CONTROL 0 2015 Stantec 1 193801994-D 01 57 13-6 I 3.03 MAINTENANCE A. Conform to MnDOT Spec. 2573.3P, NPDES permit, and as follows: 1. Inspect, maintain, and repair any washouts or accumulations of sediment that occur as a result of the grading or construction. Restoration consists of grade repair, turf re- establishment, and street sweeping of mud and debris tracked from the Site. 2. Inspection of all erosion and sediment control items will take place immediately after each runoff event and at least daily during prolonged rainfall. Any required repairs shall be made immediately. 3. The Contractor shall maintain the temporary sediment control devices until they are no longer necessary and are removed: a. Maintenance consists of keeping the devices functioning properly. b. The Contractor shall repair or replace plugged, torn, displaced, damaged, or non- functioning devices. 4. Upon final acceptance of the Project and establishment of permanent erosion control measures, the Contractor shall remove all temporary erosion control measures. 5. Temporary mulching and temporary seeding/mulching are very effective at controlling erosion. However, these are considered temporary measures. These measures may need to be re-established several times throughout the duration of the Work. 6. Floatation silt curtain shall remain in place until such time that water contained within is free from turbidity: 1 a. The curtain shall be removed within 72 hours after this determination has been made. b. At the completion of the Project, the floatation silt curtain shall be removed in such a manner so as to minimize release of sediment adhering to the turbidity curtain. B. Sediment Removal: Conform to MnDOT Spec. 2573.3P.4 1. If an erosion control device has been reduced in capacity by 30 percent or more, the Contractor shall restore such features to their original condition. C. Control dust blowing and movement on Site and roads as directed by Engineer to prevent exposure of soil surfaces, to reduce on and off Site damage, to prevent health hazards, and to improve traffic safety. 3.04 DUST CONTROL A. Engineer or Owner may issue directive to Contractor regarding application of water to surface of street(s) under construction to control dust: 1. Sufficient quantity of water to suppress dust. 2. Application of water made using water truck. B. Compliance with Directive: 1. Comply with directive within 4 hours of receipt: a. Requirement applies to evening,weekend, and holiday directives, as well as those during normal working hours. 2. Failure to comply with directive within specified time frame will result in application of payment deduction of$100 for each 4-hour period work remains incomplete as observed by Engineer. END OF SECTION 1 TEMPORARY EROSION AND SEDIMENT CONTROL 0 2015 Stantec 1 193801994-D 01 57 13-7 , 1 SECTION 01 70 00 IEXECUTION REQUIREMENTS PART 1 GENERAL I1.01 SUMMARY IA. Section Includes 1. Requirements for overall execution of the Work and closeout of the Contract for Final Payment. II1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1 1. A Bid Item has been provided for Street Sweeper (With Pickup Broom). Measurement will be by the units of hours that sweeper is operating to remove sediment and other deposits from adjacent streets. Street sweeping shall be at the direction of the I Engineer on site. No payment shall be made for street sweeping required due to lack of sediment and erosion control of the site. 2. All other Work and costs of this Section shall be incidental to the Project and included Iin the Total Base Bid. 1.03 SUBMITTALS 1 A. Submit the following items consistent with the Conditions of the Contract and Division 01 Sections: 1. Record Documents. I 2. Written Notification of Substantial Completion. 3. Executed Certificate of Substantial Completion. 4. Written Notification of Final Completion. I 5. Final Application for Payment, including accompanying documentation. 6. IC-134 Form. 7. Receipt and Waiver of Mechanic's Lien Rights. IPART 2 PRODUCTS Not Used. IPART 3 EXECUTION I3.01 EXAMINATION A. Acceptance of Conditions: By commencing Work, Contractor construes acceptance of the adjacent work as satisfactory to receive subsequent work. IB. Existing Conditions: Before commencing Work, inspect work completed by others that is adjacent to Work. If adjacent conditions prevent completion of Work, Contractor will not Icommence Work until the conditions are corrected. C. Inspect each product immediately prior to installation. Remove damaged products from 1 Site. EXECUTION REQUIREMENTS i ©2015 Stantec I 193801994-D 01 70 00- 1 S 3.02 GENERAL INSTALLATION REQUIREMENTS A. Comply with the manufacturer's instructions for installation of manufactured products to the extent that these instructions are applicable and more explicit or more stringent than requirements indicated in the Contract Documents. B. Secure Work true to line and level,within recognized industry tolerances. 1 C. Install each element of work during weather conditions and Project status that ensure coordination of the Work. Protect and/or isolate each element of work as necessary to prevent deterioration. D. Record installation details and prepare Record Documents consistent with the General Conditions. 3.03 SIT E MAINTENANCE A. Maintain stockpiles, excavations, access roads, and all other work areas free from dust. Employ dust abatement techniques whenever a dust nuisance or hazard occurs, or as directed by Engineer. Comply with local ordinances. B. Protect hazardous work areas and hazardous material storage areas. C. Protect trees, unless specifically indicated on Drawings. 1 D. Clean access roads and haul routes with mechanical street sweeper. E. If Contrac t or fails to maintain Site, Engineer will provide Written Notice of Contractor's defective Work. Contractor will be given 12 hours from the Notice to clean Site. After the 12-hour period, Owner may correct the defective Work consistent with Article 13.09 of the Conditions of the Contract. 3.04 CLEANING AND PROTECTION A. Clean and protect Work in progress and adjoining Work during handling and installation. Apply protective covering on installed Work where it is required to ensure freedom from damage or deterioration. B. Clean and perform maintenance as frequently as necessary throughout construction period. Adjust and lubricate operable components to ensure operability without damage effects. 3.05 CUTTING AND PATCHING A. Complete all cutting, fitting, and patching as necessary to join the new Work to existing conditions. B. Remove or cut existing work only as necessary to join the new work to the existing construction or as required by the Contract Documents. C. Patch defective and incomplete surfaces caused or exposed by Work of the Project. D. Repair any damage to existing conditions and patch to match. EXECUTION REQUIREMENTS ©2015 Stantec I 193801994-D 01 70 00-2 E. Existing construction designated by the Contract Documents to remain that is loosened, cracked, or otherwise damaged or defaced beyond repair as a result of Work by the Contractor will be considered unsuitable for the use intended and shall be removed and replaced by the Contractor. 3.06 CERTIFICATE OF COMPLIANCE WITH MINNESOTA STATUTES 290.92 AND 290.97 A. Upon completion of the Project and prior to Final Payment, the Contractor and all subcontractors shall complete Minnesota Department of Revenue Revised Form IC-134. This form, Affidavit for Obtaining Final Settlement of Contract with the State of Minnesota and any of its Political or Governmental Subdivisions, is to be signed by a Department of Revenue representative and forwarded to the Owner. Copies of this form can be obtained by writing to the Minnesota Department of Revenue, 600 North Robert Street, St. Paul, MN 55101 or by calling (651) 282-9999 or 1 (800) 657-3594. They are also available on their website:www.revenue.state.mn.us, or via email at withholding.tax @state.mn.us. 3.07 RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS A. Upon completion of the Project and prior to Final Payment, the Contractor and all subcontractors shall complete the Receipt and Waiver of Mechanic's Lien Rights. Copies of this form are shown on the following page and can be obtained from the Project Engineer. END OF SECTION 1 I I I I I I I i EXECUTION REQUIREMENTS ©2015 Stantec I 193801994-D 01 70 00-3 I RECEIPT AND WAIVER OF MECHANIC'S LIEN RIGHTS Dated: I The undersigned hereby acknowledges receipt of the sum of$ from The City of Oak Park Heights CHECK ONLY ONE: 1) as partial payment for labor, skill and material furnished 2) _ as payment for all labor, skill and material furnished or to be furnished (except the sum of$ retainage or holdback) 3) as full and final payment for all labor, skill and material furnished or to be furnished to I the following described real property: (legal description, street address or project name) Oak Park Heights Oak Park Heights, MN 55082 And for value received, hereby waives all rights acquired by the undersigned to file or record mechanic's liens against said real property for labor, skill or material furnished to said property (only for the amount paid if Line 1 is checked, and except for the retainage shown if Line 2 is checked). The undersigned affirms that all material furnished by the undersigned has been paid for, and all subcontractors employed by the undersigned have been paid in full, EXCEPT NONE By: NOTE: If this instrument is executed (Title) by a corporation, it must be signed by an officer, and if executed by a partnership, it must (Address) be signed by a partner. I I 1 I I I I ISECTION 02 41 13 SELECTIVE SITE DEMOLITION PART 1 GENERAL I1.01 SUMMARY I A. Section Includes 1. Complete or partial removal and disposal or salvage of at grade, above grade, and below grade structures and miscellaneous items. IB. Related Sections 1. Section 31 23 00- Excavation and Fill. I1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I1. Bid Items have been provided for removal items. Payment at the Bid Unit Price will be considered compensation in full for all Work necessary to complete the Bid Item in full, including removal, salvage, storage, disposal, and reinstallation. I 2. Measurement will be based upon the units as listed below for items removed, abandoned, or salvaged complete as specified. No measurement will be made of any removals that are not required.The actual quantity removed multiplied by the I appropriate Bid Unit Price will be compensation in full for all Work and costs of the following Bid Items: a. Remove Landscaping: Lump Sum. Includes miscellaneous landscaping removals required to construct the Work such as landscape rock, fencing, mulch, edging, I yard signs, plantings, etc., as encountered within the right of way. b. Remove Sign: Per each. Payment shall be made on each sign removed including sign panel, post, and anchor system, as well as typical street signs which include up I to three name blades, and payment shall be made by each pole being removed for street signs. c. Salvage and Reinstall Sign: Per each. Payment shall be made on each sign I salvaged and replaced, regardless of size. Payment shall include installation of new anchor post. d. Remove Retaining Wall: Lump Sum. Includes removal of miscellaneous retaining walls required to construct Work, as encountered within the right of way. I e. Remove Roadway Barriers: Lump Sum. Includes removal of all Roadway Barriers located on the east side of the intersection of Peabody Ave. N. and Upper 61St St. N. as shown in the Drawings.This includes the posts, footings, barriers and any other work or items associated with their removal. f. Remove Bituminous Pavement: Per square yard without regard to thickness, including integral bituminous curb. I 1) Material produced from removals, millings, reclaimed aggregate base, etc., shall be used for temporary access during construction and is considered incidental to this bid item. If existing material is hauled off site, the Contractor shall be responsible to haul on and provide any material necessary to correct any temporary access issues as directed by the Engineer incidental to this item. g. Sawing Bituminous Pavement-Street: Per lineal foot along the saw cut line as marked. I SELECTIVE SITE DEMOLITION a 0 2015 Stantec I 193801994-D 02 41 13- 1 1 h. Remove Concrete Curb and Gutter: Per lineal foot, regardless of type. Saw cut is considered incidental. i. Remove Bituminous Driveway Pavement: Per square foot without regard to thickness. Saw cut is considered incidental. j. Remove Concrete Driveway Pavement: Per square foot without regard to thickness.Saw cut is considered incidental. Any existing reinforcement found during demolition of the shall be considered incidental. k. Remove Concrete Walk: Per square foot without regard to thickness.Saw cut is considered incidental. Any existing reinforcement found during demolition of the shall be considered incidental. I. Remove Gravel Driveway: Per square foot without regard to thickness. m. Remove Water Service: Per lineal foot. Includes the removal of pipe, corporation stop, curb stop and box, and all associated fittings. n. Remove Hydrant: Per each. Includes the removal of the hydrant and adjacent hydrant valve. o. Remove Valve and Box: Per each.This item does not include existing hydrant valves. p. Remove Sanitary Sewer Casting and Rings: Per each. Includes removal of all existing casting and rings. q. Remove Storm Sewer Casting and Rings: Per each. Includes removal of all existing casting and rings. r. Remove Pipe: Per lineal foot of the type specified and regardless of size, measured from center of junction fittings, catch basins, curb stops, or manholes, and will include the length of any aprons. s. Remove Catch Basin or Manhole: Per each of the type specified.The casting and ring removal is provided as a separate bid item. t. Reclaim Bituminous Pavement: Per square yard of pavement reclaimed without regard to thickness. Includes reclamation, excavation, spreading, shaping, and compaction of the reclaim material on the Valley View Park Parking Lot. 1) Reclaim depth: 5 to 6 inches. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES I A. Minnesota Department of Transportation Standard Specifications for Construction," 2 00 5 Edition (MnDOT Spec.) 1. 2104- Removing Pavement and Miscellaneous Structures. 1.04 DEFINITIONS I A. Remove:To take away or eliminate from the Site by any method selected by the Contractor, including disposal of material. I B. Salvage:To dismantle, disassemble, or remove carefully without damage so the item can be re-assembled, replaced, or reused in a workable condition equal to that existing before removal. I C. Abandon:To fill, bulkhead, or close off pipes and structures so that no settlement or flow can occur. I 1 SELECTIVE SITE DEMOLITION ©2015 Stantec 1 193801994-D 02 41 13-2 I 1.05 REGULATORY REQUIREMENTS A. Conform to MnDOT Spec. 2104.3C,with the following modifications: 1. Dispose of all materials designated for removal outside the Site at locations selected by Contractor. 2. Stockpile or temporarily store materials designated for salvage at locations provided by Contractor. 1.06 SCHEDULING A. Prior to starting Work, submit for review by the Engineer and approval by the Owner, a schedule showing the commencement, order, and completion dates of the various parts of this Work. B. Fill holes or depressions resulting from removal or salvage immediately. C. Provide temporary surface restoration for traffic continuity where removal or salvage operations are completed within streets, driveways, or parking lots. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 GENERAL A. Dispose of all items removed, except for those items identified to be salvaged or recycled. Said disposal shall be in accordance with all laws, regulations, statutes, etc. B. Perform removal work without damage to adjacent retained work. Where such Work is damaged, the Contractor shall patch, repair, or otherwise restore same to its original condition at no expense to the Owner. C. Remove debris from the work area as often as necessary, but not less than at least once at the end of each workday. Debris shall be placed in approved containers to prevent the spread of dust and dirt. D. Execute the Work in a careful and orderly manner with the least possible disturbance to the public and occupants of buildings. E. Fill holes resulting from removals consistent with Section 31 23 00. 3.02 EXAMINATION A. Meet with owners of signs to determine requirements for salvage, storage, and replacement. B. Develop plan acceptable to Engineer and postal service for maintaining mail service. Temporary relocations of mailboxes will be necessary. I SELECTIVE SITE DEMOLITION O 2015 Stantec 1 193801994 D 024113-3 I I 3.03 PROTECTION A. Take all necessary precautions to adequately protect personnel and public and private I property in the areas of Work. All Site fencing shall be in place prior to the start of any removal work. B. All street signs, traffic control signs, guy wires, mailboxes, posts, wood fence, etc.which may interfere with construction shall be removed, stored safely, and replaced. C. Approved barriers or warning signs shall be provided as necessary. I D. Provide and maintain temporary protection of existing structures designated to remain where removal work is being done, connections made, materials handled, or equipment moved. E. Do not close or obstruct walkways or roadways. Do not store or place materials in passageways or other means of egress. Conduct operations with minimum traffic interference. F. Take reasonable precautions to limit damage to existing turf. 1 G. Holes or depressions created by removals shall not be left open for more than 1 day. Any hole within 10 feet of sidewalks shall be filled, suitably marked, or covered immediately. I H. Avoid disturbance to any material beyond the limits required for new construction. 3.04 SAWING PAVEMENT A. Concrete Pavement:Saw along the removal line full depth of existing pavement. B. Bituminous Pavement:Saw along the removal line full depth of existing pavement. 3.05 REMOVE CONCRETE PAVEMENT I A. Remove in accordance with MnDOT Spec. 2104.3.C.2, except as modified below: 1. Saw cut concrete pavement and concrete base prior to mechanical pavement removal equipment. Remove concrete in such a manner that the remaining pavement is not damaged. 2. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 3.06 REMOVE BITUMINOUS PAVEMENT, PATH, DRIVEWAY A. Remove in accordance with MnDOT Spec. 2104.3.C.2, except as modified below: 1. Saw cut bituminous pavement at the removal limits prior to that removal, unless otherwise approved by the Engineer. 2. Contractor shall select method of removal. 3. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 1 SELECTIVE SITE DEMOLITION ©2015 Stantec I 193801994-D 02 41 13-4 I I 3.07 REMOVE CURB AND GUTTER 1 A. Saw cut at removal limits. B. Concrete Curb and Concrete Curb and Gutter: Do not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). C. Bituminous curb shall be removed with bituminous pavement. No separate payment will be made for bituminous curb removal. 3.08 PAVEMENT MILLING A. Bituminous 1. Saw cut at removal limits prior to milling process. 2. Mill bituminous surface to the depth specified as shown on the Drawings or as directed by the Engineer. 3. If milling is selected by contractor as the method of bituminous pavement removal, there will be no adjustments to payment for varying bituminous thickness. 3.09 REMOVE CONCRETE SURFACING A. Work includes sidewalks, pedestrian ramps, medians, and driveways. B. Saw cut concrete surfacing prior to removal. C. Remove concrete in such a manner that the remaining surfacing is not damaged. D. When removing existing sidewalks, the Contractor shall not disturb any material beyond the limits required for new construction (assumed as 6 inches maximum beyond and 8 inches maximum below existing grade). E. When removing existing driveways, the Contractor shall not disturb any material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new Work and 6 inches beyond the edge of new driveways). F. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. 1 3.10 REMOVE BITUMINOUS SURFACING A. Work includes pathways and driveways. B. Saw cut bituminous surfacing to full depth at the limits of partial removal prior to that removal, unless otherwise approved by the Engineer. C. Remove bituminous in such a manner that the remaining surfacing is not damaged. ' D. Prior to restoring trench areas, the edges of the trench shall be trimmed back to a vertical face on a straight line which is parallel with the centerline of the trench. I SELECTIVE SITE DEMOLITION 0 2015 Stantec I 193801994-D 02 41 13-5 1 E. When removing existing pathways and driveways, the Contractor shall not disturb any I material beyond the limits required to form for new construction (assumed 12 inches maximum from the back of new work and 6 inches beyond the edge of new driveways). 3.11 REMOVE MANHOLES AND CATCHBASINS A. Remove entire structure, including base slab. I B. Remove all castings from the site. C. Protect existing storm sewer pipe connecting to new manholes. I 3.12 REMOVE SECTIONS OF EXISTING PIPE A. Remove existing pi e entirely as shown in the Drawings. B. All materials that are no longer in operation shall be removed entirely, unless noted for abandonment in the Drawings. 3.13 ABANDON EXISTING PIPE A. Pipes to be abandoned shall be bulkheaded with brick and non-shrink concrete grout at the upstream ends and at the downstream ends. B. Schedule 40 PVC stand pipes required are i p q uired at each end. C. Pipe to be abandoned shall be filled with suitable material as directed by the Engineer. I D. Contractor shall notify the Engineer when pipe is being filled so Engineer can verify the filling operations were completed. E. Following abandonment operations, PVC standpipes shall be cut off at the bulkhead and the opening filled with non-shrink concrete grout. F. Pipe to be abandoned shall be removed if the top of pipe is within 3 feet of final surface elevation. 3.14 SALVAGE AND REINSTALL A. Signs 1. In no case shall a traffic sign or street sign be removed or disturbed by Contractor without prior notification being given to Engineer and then only after satisfactory arrangements have been made for a temporary installation or its disposition. a. Street identification signage shall be maintained at all times due to its importance to the 911 Emergency Response System. b. Remove and salvage all posts, A-frame angle brackets, stringers, as well as the nuts, bolts, and washers. c. Exercise reasonable care against damage to in-place signs during storage and installation. d. Remove signs damaged during construction and replace with new signs. I I SELECTIVE SITE DEMOLITION ©2015 Stantec 1 193801994-D 02 41 13-6 I I B. Mailboxes 1 1. Remove and salvage existing mailboxes that interfere with the Work or whose access is restricted by the construction activities. 2. Place at temporary locations as directed by the local postal service. 3. Removal, temporary re-installation, and replacement shall occur such that mail I delivery is not interrupted. 4. Reinstall in locations as shown on Drawings or as directed by Engineer. 5. Mailboxes, posts, and appurtenances damaged during construction shall be replaced 1 with new at no charge to Owner. 3.15 FIELD QUALITY CONTROL IA. Items damaged during removal or salvaging operations shall be replaced with new material of equal type and quality of the damaged item when it was new. 1 B. If salvaged items are damaged during removal, the reinstalled final product shall be of the same shape, dimension, location, and quality as the original item prior to construction. I3.16 DISPOSING OF MATERIAL A. Dispose of all materials outside off the Site at disposal location selected by Contractor in I compliance with state and local regulations. Burying of material and debris is not allowed within the Site. END OF SECTION I II I I I I I 1 SELECTIVE SITE DEMOLITION I0 2015 Stantec I 193801994-D 02 41 13-7 I SECTION 31 10 00 SITE CLEARING ' PART 1 GENERAL 1.01 SUMMARY ' A. Section Includes 1. Removal and trimming of vegetation and trees, and stripping and stockpiling of sod and topsoil. B. Related Sections 1. Section 31 23 00- Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measure and Payment I1. Remove Tree: Per each tree. Includes removal of all trees 4 inch and larger, and stump removal. Any trees removed 4" to 8" as measured 2 feet above the grounds surface that share the same base shall be considered as one tree. 2. A Bid Item has been provided for Clearing and Grubbing, Including Large Stump Removal. Measurement will be by Lump Sum. Includes clearing and grubbing of brush and trees less than 4 inches in diameter, as well as the stump removal of large stumps within the right of way. 3. Stripping and Stockpiling of Soil:This Work shall be considered incidental to other Work in the Contract. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2101 -Clearing and Grubbing. 2. 2571 - Plant Installation and Establishment. 1.04 DEFINITIONS A. Brush: All bushes, shrubs, and other vegetation that can be cut with a brush scythe or mowing machine, including small isolated trees having a diameter of 4 inches or less. rB. Clearing: Cutting, removing, and disposing of trees, shrubs, bushes,windfalls, and other vegetation in the designated areas. C. Grubbing: Removing and disposing of stumps, roots, and other remains in the designated areas. 1 D. Tree Trimming/Pruning: Cutting broken, damaged, or obstructing branches and installing wound dressing. 1 SITE CLEARING ©2015 Stantec I 193801994-D 31 10 00- 1 1 1 1.05 QUALITY ASSURANCE A. Burning 1. Onsite burning is not allowed. 2. Acquire Minnesota Pollution Control Agency (MPCA) and all required State Permits. 3. Conform to all local regulations. 1.06 SITE CONDITIONS A. Work consists of removing trees within the project limits. B. The Drawings do not specifically show all trees to be removed or transplanted. C. Protect specimen trees close to Work that are designated to remain but may be damaged by Work. 1.07 SEQUENCING AND SCHEDULING A. Install temporary erosion control measures prior to Work of this Section. 1 B. Complete before or sufficiently ahead of on-going rough grading, excavation, backfill, and installation of utilities. PART 2 PRODUCTS 2.01 WOUND DRESSING I A. Asphalt base tree paint. B. Other acceptable materials per Engineer's approval. PART 3 EXECUTION 3.01 GENERAL A. Review removals in the field with the Engineer prior to doing Work. Clearing limits will be clearly marked by the Engineer. B. Assume multiple mobilizations for the Work of this Section. 1 C. Stockpile soil to eliminate contamination with other on Site materials. 3.02 CLEARING AND GRUBBING I A. Clearing Trees: Cut off, remove, and dispose of trees and brush in the areas designated as a clearing operation. When grubbing is not required, the point of cut off shall be 6 inches above the ground. B. Clearing Brush: Brush removal may require cutting at ground level. Remove to a minimum depth of 6 inches below finished grade or 18 inches below subgrade under any hard surfacing. I SITE CLEARING ©2015 Stantec I 193801994-D 31 10 00-2 I 1 C. Grubbing: Remove brush, stumps, roots, and other remains to a minimum depth of 18 inches below subgrade for all proposed sections. ID. Backfill all depressions resulting from the grubbing operations in accordance with Section 31 23 00. I3.03 TRIMMING AND PRUNING A. As directed by the Engineer, trim trees that are to be saved but interfere with the Iproposed construction. Paint all cuts with wound dressing. 3.04 STRIPPING IA. After clearing and grubbing have been completed, strip sod and topsoil to a line 2 feet outside of areas to be occupied by structures,walks, roadways, areas to be excavated or filled, and other areas shown. IB. Stockpile sufficient topsoil to re-spread at a uniform depth of 4 inches to all disturbed areas identified for seeding or sodding: ' 1. Do not strip within the drip line (branch spread) of trees identified to remain. 3.05 DISPOSAL IA. Dispose of all cleared and grubbed material and debris outside the right-of-way at a location selected by the Contractor, except for trees and logs to be salvaged. B. Disposal site should be a properly designated landfill area as determined by appropriate governmental agencies or lands under direct control of the Contractor. C. Stripped materials not used for embankments shall be disposed off Site. D. On Site burial of any debris is not permitted. II 3.06 PROTECTION A. Conduct operations so as not to damage surrounding private property. ' B. Protect trees intended to be saved from injury or defacement during operations 1. Restrict widths of utility trenches. Utilize trench boxes as necessary to protect trees and 1 I other property. 2. Provide protective bracing, sheeting, or box to insure safe Work conditions as incidental to Contract. C. Exercise care to keep salvaged material as clean as possible during operations. D. Install temporary fencing at the construction limits and drip lines of trees to be protected Iprior to any construction activities in order to protect vegetation (Incidental). I END OF SECTION I I SITE CLEARING I ©2015 Stantec I 193801994-D 31 10 00 3 I ' SECTION 31 23 00 EXCAVATION AND FILL ' PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Excavation and fill for roadways and other areas. B. Related Sections 1. Section 01 57 13-Temporary Erosion and Sediment Control. 2. Section 02 41 13 -Selective Site Demolition. 3. Section 31 10 00-Site Clearing. 4. Section 31 23 13- Subgrade Preparation. 5. Section 32 92 00 -Turf and Grasses. 6. Section 33 05 05 -Trenching and Backfilling. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for various excavation materials, borrow materials, and salvage materials. Measurement and payment shall be at the Bid Unit Price consistent with MnDOT Spec. 2105.4 and 5, except as modified in the following. 2. A Bid Item has been provided for Common Excavation (P). Measurement will be by volume of material in its original position, based on pre-construction cross sections and the design grading grade profile as shown in the Drawings as performed by the Engineer. Quantity shall be calculated and computed as indicated in the Drawings. Payment will include placing and compacting suitable material on Site and disposal of excess material off Site. 3. A Bid Item has been provided for Subgrade Excavation (CV). Measurement will be by compacted volume of actual material excavated below the Grading Grade. Payment will include placing and compacting suitable material on Site and disposal of 1 excess material off Site. 4. No Bid Items have been provided for common excavation of trail, sidewalk, or driveways. These items shall be considered incidental. 5. A Bid Item has been provided for Select Granular Borrow (Modified). Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to the Engineer. Payment will include all costs related to furnishing and installing the material complete in place as specified. ' a. If the aggregate backfill material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of plan thickness. Said quantities shall be based on material weighing 110 pounds per square yard of area per inch of thickness. 6. A Bid Item has been provided for Select Topsoil Borrow. Measurement will be by the Ton of material placed as determined from weight tickets delivered to the Engineer. All hauling, placement, blading, grading, shaping, and compacting of Topsoil Borrow shall be incidental to this Bid Item. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1 EXCAVATION AND FILL ©2015 Stantec 1 193801994-D 31 23 00- 1 I 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction" and "Materials Lab Supplemental Specifications for Construction," 2005 Edition (MnDOT Spec.). 1. 2105- Excavation and Embankment. 2. 3149 - Granular Material. 3. 3877-Topsoil Material. ' 1.04 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: 1 1. Gradation tests for borrow materials. 2. Topsoil Borrow test indicating material content, organic content, and ph levels. 1.05 DEFINITIONS A. The definitions of the different classifications of excavation and borrow material shall conform to MnDOT Spec. 2105.2, or as modified herein. 1. Grading Grade: Bottom of the fully excavated design section as shown on the Drawings.The select granular borrow material, if needed, is below the Grading Grade. 2. Common Excavation: Excavation above the grading grade that has not been classified as another form of excavation in this Section. 3. Subgrade Excavation: Excavation below the grading grade that has not been classified as another form of excavation in this Section. 1.06 QUALITY ASSURANCE A. Assist testing laboratory by excavating for density tests. Assist testing laboratory with obtaining material samples. 1.07 SEQUENCING AND SCHEDULING 1 A. Perform excavation as soon as possible after construction of sewer,water, storm sewer and other utilities. B. Complete subgrade for streets, driveways, and walks immediately after trench backfill and compaction. C. Complete finish grading of turf areas within 5 calendar days after backfill. PART 2 PRODUCTS , 2.01 MATERIALS A. Select Granular Borrow (Modified): Conform to MnDOT Spec. 3149.2.B.2, except as modified herein by the following gradation requirements: Sieve Size Percent Passing #40 O to 40 #200 O to 5 I 1 EXCAVATION AND FILL ©2015 Stantec 1 193801994-D 31 23 00-2 1 A B. Select Topsoil Borrow: Conform to MnDOT Spec 3877.2.B except as modified herein. I1. Material shall be screened and pulverized. PART 3 EXECUTION I3.01 GENERAL A. Conform to MnDOT Spec. 2105.3.A, or modified herein. I1. Establish traffic control prior to excavations. 2. Establish the specified erosion control devices according to Section 01 57 13 prior to all excavations. I 3. Notify utility companies of progress schedule so they can accomplish relocations, removals, and holding of lines. 4. Perform removals consistent with Section 02 41 13. 5. Strip topsoil consistent with Section 31 10 00. I3.02 PREPARATION OF EMBANKMENT IA. Conform to MnDOT Spec. 2105.3.B, or as modified herein. 1. Engineer's approval is required of all areas where preparation works has been performed prior to the placement of the embankment or fill material. r3.03 EXCAVATION OPERATIONS A. Conform to MnDOT Spec. 2105.3.C, or as modified herein. 1. Excavation of unstable material below grade shall be done under the direction of the Engineer as the subsurface conditions are disclosed. 2. Notify Engineer immediately of any large boulders or ledge rocks encountered so I proper measurement or profile can be made for pay quantities. 3. No solid rock will be allowed within 12 inches of the subgrade. 4. Provide and maintain temporary drainage facilities until permanent facilities are Icompleted. 3.04 DISPOSITION OF EXCAVATED MATERIAL 1 A. Conform to MnDOT Spec. 2105.3.D, or as modified herein. 1. Reclaim materials may be temporarily used only as specified in the Drawings or as directed by the Engineer. 1 2. No disposition of bituminous will be permitted within the Project limits. 3.05 PLACING EMBANKMENTS rA. Conform to MnDOT Spec. 2105.3.E. 3.06 COMPACTING EMBANKMENTS 1 I A. Conform to MnDOT Spec. 2105.3.F, or as modified herein. 1. Compaction required for embankment materials shall conform to the Specified Density r Method with the testing location and rates being determined by the Engineer. 2. Clayey or silty soil used as fill will need to be placed at a water content sufficient to attain compaction (near the "optimum water content" defined in ASTM D698). It is the IContractor's responsibility to moisture condition the soil (wet or dry) to a uniform EXCAVATION AND FILL r ©2015 Stantec I 193801994-D 31 23 00-3 I condition.Some on Site soils may require watering or drying to meet compaction , requirements, and the Contractor shall not claim that this is a changed condition. 3. Backfilling of embankments shall be performed using on Site materials: If the Contractor is unable to meet the specified density requirements using that material due to excess moisture content, they shall immediately notify the Engineer of this condition. 4. The Contractor shall recognize that inclement weather (sometimes heavy) occurs during the construction season and the Contractor shall be responsible for protecting the moisture condition of soils during the construction phase.Such protection measures include sloping of exposed surfaces to promote runoff (avoid ponding) and compacting exposed surfaces prior to rain events to minimize infiltration. 3.07 FINISH OPERATIONS A. Conform to MnDOT Spec. 2105.3.G, or as modified herein. 1. Finish grading of subgrade prior to placement of an aggregate base course shall conform to the following tolerances: I a. Not vary by more than 0.05 feet above or below the prescribed elevation at any point where a measurement is made. 2. Finish grading of subgrade prior to placement of a granular borrow shall conform to the following tolerances: a. Not vary by more than 0.10 feet above or below the prescribed elevation at any point where a measurement is made. 3. Finish grading of granular borrow prior to placement of an aggregate base shall conform to the following tolerances: a. Not vary by more than 0.10 feet above or below the prescribed elevation at any point where a measurement is made. 4. Grading of the soils beneath the proposed topsoil shall be reviewed and approved by the Engineer prior to the start of the topsoil placement. END OF SECTION 1 1 I 1 I 1 EXCAVATION AND FILL ©2015 Stantec I 193801994-D 31 23 00-4 I SECTION 31 23 13 SUBGRADE PREPARATION ' PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Grading, shaping, and compacting subgrade prior to placing a base or surface course. rB. Related Sections 1. Section 31 23 00- Excavation and Fill. 2. Section 33 05 05-Trenching and Backfilling. 1.02 PRICE AND PAYMENT PROCEDURES ' A. Measurement and Payment 1. No Bid Item has been provided for subgrade preparation.Subgrade preparation and all related Work shall be considered incidental to the Project with no direct compensation made therefore. Subgrade preparation shall be completed in accordance with these Specifications, including shaping, grading, compacting, tolerancing, and test rolling. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction" and "Materials Lab Supplemental Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2105 - Excavation and Embankment. 2. 2111 -Test Rolling. 3. 2112-Subgrade Preparation. 1.04 SEQUENCING AND SCHEDULING A. Subgrade preparation shall be performed prior to placement of the aggregate backfill material. B. Complete subgrade for streets, driveways, walks, and parking lots immediately after installation of pipe as part of trench backfill and compaction. PART 2 PRODUCTS Not Used. 1 1 SUBGRADE PREPARATION ©2015 Stantec I 193801994-D 31 23 13- 1 I PART 3 EXECUTION 3.01 GENERAL A. Subgrade preparations shall be performed to produce the required density, grade, and cross-section. 3.02 PREPARATION A. Inspection of subgrade by test rolling conforming to MnDOT Spec. 2111, or as modified herein. 1. The equipment used for test rolling shall be a Tandom Truck with a gross weight of 45,000 pounds. 2. The road bed will be considered unstable if yielding and rutting is greater than 1-1/2 inches. 3.03 COMPACTION I A. Conform to MnDOT Spec. 2105.3.F.1, or as modified herein. 1. For the Specified Density Method, the Engineer will sample and test the soils to determine the Maximum Density and Optimum Moisture. 2. Density and moisture tests will be taken on the compacted subgrade at the location and testing rates designated by the Engineer. Nuclear density testing shall be considered an approved method. 3.04 FINISH OPERATIONS A. Subgrade tolerance shall conform to MnDOT Spec. 2105.3.H, or as modified below. 1. Not vary by more than 0.05 feet above or below the prescribed elevation at any 1 point where a measurement is made. ' END OF SECTION 1 I 1 SUBGRADE PREPARATION ©2015 Stantec 1 193801994-D 31 23 13-2 ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions ii not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in 1 the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. IB. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for $ temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawin g s: The Supplementary Conditions identify: 11 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and I 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, Ipartners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawin gs for Contractor's purposes, including, bu t not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 1 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any"technical data" or any such other data, interpretations, opinions, or information. t EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 11 of 62 00 72 OS I it 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled i to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to re a require change in the Contract Documents; or 1 q g 3. differs materially from that shown or indicated in the Contract Documents; or I 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract it Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the II subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. iii B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer's fmdings and conclusions. C. Possible Price and Times Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, I/ however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or II b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and EJCDC C-700 Standard General Conditions of the Construction Contract ' Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 12 of 62 00 72 05 I Agreement. In no event will the Contract Times commence to run later than the sixtieth day $ after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. I2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless I otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and I 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference;Designation of Authorized Representatives I A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, Y � Y Iand others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, irender decisions relative to the Contract, and otherwise act on behalf of each respective party. 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to IEngineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 7 of 62 1 00 72 05 i I complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. I 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. I 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. I` 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 —CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if '- required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations ` 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific I or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their officers, directors, members, partners, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 8 of 62 00 72 05 employees, agents, consultants, or subcontractors, any duty or authority to supervise or idirect the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: i. 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract IDocuments and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of and Ishall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. It2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in I writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. fl3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: I a. the provisions of any standard, specification, manual, or code, or the instruction of any I Supplier (whether or not specifically incorporated by reference in the Contract Documents); or I b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). g3.04 Amending and Supplementing Contract Documents I A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 9 of 62 I00 72 05 I B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: I. A Field Order; 2. Engineer's a pp roval of a Shop Drawing or Sample (subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: Y pp 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or q Y g p other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. I B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees '- that it will perform acceptance tests or procedures within 60 days, after which the receiving art shall be deemed to have accepted the data thus transferred. Any errors detected within the party P Y 60-day acceptance period will be corrected by the transferring party. I C. When transferring documents in electronic media format, the transferring party makes no r ep resentations as to long term compatibility, usabilit y, or readability o f documents resulting ng from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 62 00 72 05 I 9.02 Visits to Site 38 i 9.03 Project Representative 39 9.04 Authorized Variations in Work 39 9.05 Rejecting Defective Work 39 I9.06 Shop Drawings, Change Orders and Payments 39 9.07 Determinations for Unit Price Work 40 I 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work 40 9.09 Limitations on Engineer's Authority and Responsibilities 40 9.10 Compliance with Safety Program 41 Article 10-Changes in the Work; Claims 41 10.01 Authorized Changes in the Work 41 R 10.02 Unauthorized Changes in the Work 41 10.03 Execution of Change Orders 41 10.04 Notification to Surety 42 II10.05 Claims 42 Article 11 -Cost of the Work; Allowances; Unit Price Work 43 I 11.01 Cost of the Work 43 11.02 Allowances 46 11.03 Unit Price Work 46 1 Article 12-Change of Contract Price; Change of Contract Times 47 12.01 Change of Contract Price 47 I 12.02 Change of Contract Times 48 12.03 Delays 48 Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work 49 13.01 Notice of Defects 49 13.02 Access to Work 49 13.03 Tests and Inspections 49 13.04 Uncovering Work 50 13.05 Owner May Stop the Work 51 I 13.06 Correction or Removal of Defective Work 51 13.07 Correction Period 51 13.08 Acceptance of Defective Work 52 1 13.09 Owner May Correct Defective Work 52 Article 14-Payments to Contractor and Completion 53 14.01 Schedule of Values 53 14.02 Progress Payments 53 14.03 Contractor's Warranty of Title 56 I14.04 Substantial Completion 56 14.05 Partial Utilization 57 I 14.06 Final Inspection 58 14.07 Final Payment 58 14.08 Final Completion Delayed 59 I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iii 00 72 05 14.09 Waiver of Claims 59 Article 15— Suspension of Work and Termination 60 15.01 Owner May Suspend Work 60 15.02 Owner May Terminate for Cause 60 15.03 Owner May Terminate For Convenience 61 15.04 Contractor May Stop Work or Terminate 61 Article 16—Dispute Resolution 62 16.01 Methods and Procedures 62 Article 17 —Miscellaneous 62 17.01 Giving Notice 62 17.02 Computation of Times 63 17.03 Cumulative Remedies 63 17.04 Survival of Obligations 63 17.05 Controlling Law 63 17.06 Headings 63 I I I I I I I I I I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iv 00 72 05 1 SECTION 31 32 19 GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Geotextile fabric used for street construction. B. Related Sections 1. Section 31 23 00-Excavation and Fill. 2. Section 31 23 13-Subgrade Preparation. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Geotextile Fabric. Measurement will be based upon units of square yards of actual surface area covered by Geotextile Fabric. Payment at the Bid Unit Price shall include all materials, installation, and protection of installed ' Geotextile Fabric as specified. The required overlap joint or joint sewing shall be incidental to this fabric item with no direct payment being made. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 3733-Geotextiles. 1.04 SUBMITTALS A. Manufacturers Certificate of Compliance which includes the following information: 1. Full product name by trademark and style number. 2. Geotextile polymer type(s). 3. Geotextile physical properties. IB. Samples of the Geotextile 1. The geotextile machine direction shall be marked on each sample submitted for testing. PART 2 PRODUCTS 2.01 GEOTEXTILE FABRIC A. Conform to the requirements of MnDOT Spec. 3733, Type 5 (non -woven), except as modified below: 1. Materials: The fabric installed on top of the road subgrade shall consist of a polypropylene or polyester filament or yarn, non-woven, needle punched. The fabric GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION ©2015 Stantec 1 193801994-D 31 32 19- 1 1 shall be inert to commonly encountered chemicals, resistant to ultraviolet radiation, 1 and conform to meet the following minimum Specifications: Geotextile Spec. Test Method Value 1 Grab Tensile Strength ASTM D4632 200 either principal direction, lbs. Grab Tensile ASTM D4632 50 Elongation, Percent, Max. Ultra Violet Light Stability ASTM D4355 70-Percent Retained* Burst Strength ASTM D3786 400 p.s.i., min. (Diaphragm Method) Trapezoid Shear ASTM D4553 80 Strength, lbs. min. (any direction) I Puncture Strength ASTM D4833 130 lbs., min. I Permittivity (sec-1) ASTM D4491 1.5 Flow Rate ASTM D4491 95 , Gal./Min./ft.2 Minimum Fabric Weight 8 oz/sy AOS (U.S. Sieve) ASTM D4751 70 to 100 *Percent retained of specified fabric strength as determined by ASTM D4632 (Grab Tensile) when exposed for 150 hours as per ASTM D4355. PART 3 PART 3 EXECUTION t 3.01 PREPARATION A. Excavation: Conform to Section 31 23 00. B. Subgrade Preparation: Conform to the requirements of Section 31 23 13.Subgrade shall be toleranced and approved before geotextile placement. 3.02 INSTALLATION ' A. Conform to MnDOT section 3733.2A except as modified below. B. Place geotextile immediately ahead of the covering operation. 1. No geotextiles shall be left exposed to sunlight during installation for a total of more than 7 calendar days. 2. The geotextile shall be laid smooth without excessive wrinkles. 3. The geotextile shall not be dragged through mud or over sharp objects which could damage the geotextile. 1 GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION ©2015 Stantec i 193801994-D 31 32 19-2 C. All adjoining sections of the geotextile shall be overlapped a minimum of 18 inches or sewn using mechanical machine. ' D. Secure fabric in place by means of stone weights to prevent displacement. E. If geotextile is torn or punctured, the damaged area shall be repaired or replaced. 1 1. The patch shall overlap the existing geotextile a minimum of 3 feet from the edge of any part of the damaged area. 3.03 FILL PLACEMENT A. Only granular spreading methods that will not tear the fabric shall be used. B. Granular borrow shall not be dropped on the fabric from a height greater than 3 feet 1. Place a minimum of 8 inches of granular borrow on the geotextile prior to the movement of construction equipment. Carefully monitor turning movements. 2. Tracked or wheeled equipment shall not be permitted to drive directly on the fabric. 3. Any ruts occurring during construction shall be filled with additional granular borrow and compacted to the specified density. C. Compaction of first lift above the geotextile shall be limited to routing of placement and spreading equipment only. No vibratory compaction will be allowed on the first lift. END OF SECTION 1 I I GEOSYNTHETIC SOIL STABILIZATION AND LAYER SEPARATION ©2015 Stantec 1 193801994-D 31 32 19-3 I SECTION 32 11 23 1 AGGREGATE BASE COURSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Requirements for aggregate base course on a prepared subgrade. I B. Related Sections 1. Section 31 23 00-Excavation and Fill. 2. Section 31 23 13-Subgrade Preparation. I3. Section 32 12 01 -Flexible Paving (Municipal Projects). 1.02 PRICE AND PAYMENT PROCEDURES I A. Measurement and Payment 1. A Bid Item has been provided for Aggregate Base, Class 5. Measurement will be by the ton of material compacted in place as determined from weight tickets delivered to I the Engineer. a. If the aggregate base course material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of Drawing I thickness. Said quantities shall be based on material weighing 110 pounds per square yard of area per inch of thickness. b. Milled or reclaim materials, or existing on-site aggregate base shall not be used in ultimate design section. i 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. I1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction" and 1 "Materials Lab Supplemental Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2211 - Aggregate Base. 2. 3138-Aggregate for Surface and Base Courses. 1 1.04 SUBMITTAL A. Submit gradation report on sample of aggregate base to be used. 1.05 SEQUENCING AND SCHEDULING 1 A. Construct aggregate base only after all of the following have been completed: 1. Subgrade has been corrected for instability problems and successfully passed a test rolling test performed by the Contractor and witnessed by the Engineer. 2. Subgrade has been checked for conformance to line and grade tolerances I (stringline). I AGGREGATE BASE COURSES ©2015 Stantec I 193801994-D 32 1 1 23- 1 I I PART 2 PRODUCTS 2.01 MATERIALS , A. Aggregate Base: Conform to MnDOT Spec. 3138, Class 5 aggregate, except as modified herein. 1. For any failing aggregate tests, the Engineer, at his/her discretion, may require corrective action or may allow for monetary price adjustments per 2211.5. 2. Corrective action for failing aggregate tests may include removal and replacement of all non-conforming materials. 3. Onsite recycled materials shall not be used. PART 3 EXECUTION I 3.01 PREPARATION A. Prepare the subgrade in accordance with Section 31 23 13. B. Subgrade to be completed and approved by the Engineer prior to installation of aggregate base. 3.02 CONSTRUCTION REQUIREMENTS A. Conform to MnDOT Spec. 2211.3 1. Compact aggregate base by mechanical means to 100-Percent Standard Proctor Density. 2. Compaction for aggregate base on driveways, sidewalks, and trails shall be done by the Quality Compaction Method. 3. Install aggregate base in accordance with details on Drawings. 4. Deliver weight tickets to Engineer daily. 3.03 FIELD QUALITY CONTROL A. The Owner shall have an independent testing laboratory sample the aggregate base materials, determine the moisture/density relationships and gradation, and perform field moisture/density tests at locations determined by Engineer. B. Line and Grade Tolerance: The final aggregate base surface will be checked for conformance to specified tolerances by the "stringline" method prior to approval to pave the surface. Grade shall be±0.03 feet of grade. 3.04 PROTECTION A. Protect aggregate base until it is covered by surface pavement. • Y p B. Kee p aggregate irregularities re ate base free of ruts and irre ularities until covered by surface paving. C. Place water on aggregate base for dust control as required to eliminate nuisance conditions for adjacent properties. I END O F SECTION I AGGREGATE BASE COURSES ©2015 Stantec I 193801994-D 32 11 23-2 II SECTION 32 12 01 FLEXIBLE PAVING (MUNICIPAL PROJECTS) PART 1 GENERAL li II 1.01 SUMMARY I A. Section Includes 1. Hot plant mixed asphalt-aggregate mixtures for wearing and non-wearing pavement courses. 2. Bituminous tack coat. B. Related Sections 1. Section 32 11 23- Aggregate Base Courses. 2. Section 32 16 13- Concrete Curbs and Gutters. 3. Section 33 05 17- Adjust Miscellaneous Structures. I1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I 1. Method of Measurement and Payment shall conform to MnDOT Section 2360.5, except as modified herein. 2. A Bid Item has been provided for bituminous material for Bituminous Material for Tack Coat. Ia. Measured by volume in gallons at 60 degrees F. b. Payment for bituminous material used for Tack Coat includes compensation in full for all costs incidental to the furnishing and application at the Bid Unit Price per 111 gpp p gallon. c. Cleaning of all debris and dirt from the previous bituminous surfaces prior to placement of Tack Coat is included in the Bid Unit Price for Tack Coat. d. Payment for tacking exposed edges of existing bituminous surfaces and concrete curb and gutter in conjunction with non wearing course placement is considered incidental to the placement of the non-wearing course. 3. Bid Items have been provided for Type SP 12.5 Non Wearing Course Mixture (2,B),Type SP 12.5 Wearing Course Mixture (2,C) and Type SP 9.5 Bituminous Mixture for Driveways (2,B). a. Measured by the weight in tons of material placed and accepted for each I specified Bid Item as stated in the Bid Form. Payment shall be made in accordance with the acceptance and payment schedules provided in the MnDOT 2360 Plant Mixed Asphalt Pavement. b. The Bid Unit Price includes both the bituminous course mixture and asphalt binder material. c. Partial payment will not exceed 70 percent of the total calculated payment until the required testing and product documentation is received and found to be acceptable to the Engineer. 4. Preparation of Bituminous Non Wearing: Measurement and Payment shall be considered incidental and shall include the following: a. Final clean up of the bituminous non wearing course with a power pickup broom. b. Final adjustment of the structures to conform to Section 33 05 17. I FLEXIBLE PAVING(MUNICIPAL PROJECTS) i0 2015 Stantec I 193801994-D 32 12 01 - 1 5. Bituminous sawcutting and/or milling that is required for joint construction will be paid I per Section 02 41 13. 6. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction" and "Materials Lab Supplemental Specifications," 2005 Edition (MnDOT Spec.) 1. 2360- Plant Mixed Asphalt Pavement. a. Within this document replace the words "Department Bituminous Engineer" or "District Materials Engineer" with the word "Engineer." 2. 2357- Bituminous Tack Coat. 3. 2535 - Bituminous Curb. 4. 3139 - Graded Aggregate For Bituminous Mixtures. 1.04 SUBMITTALS I A. Submit mixture design report to the Engineer. Conform to MnDOT Spec. 2360.2.F and 2360.2.G.8, and Division 01. B. Contractors shall submit mix design report for all projects, regardless of the size of the project. C. Contractor shall submit Q/C results in accordance with MnDOT Spec. 2360.2.G.8 and MnDOT's most recent Materials Control Schedule. 1.05 SEQUENCING AND SCHEDULING A. Aggregate base and concrete curb and gutter to be completed and approved by the Engineer prior to placement of bituminous surfaces. B. The Contractor shall provide a 72-hour notice for scheduling and noticing of the residents prior to paving operations. fi C. Adjust structures prior to placement of bituminous wearing course as specified in Section 33 05 17. 1 D. Bituminous cores for testing shall be taken 12 to 48 hours after paving operations. PART 2 PRODUCTS I 2.01 MATERIALS A. Mixture Designation: Conform to MnDOT 2360.1.A, except as modified in the typical section Detail Drawing and Bid Form.Conform to MnDOT Section 2360.2, except as modified herein. 1. Recycled Asphalt Shingles are not allowed in wear or non wear course pavements. 2. Sewage Sludge Ash (SSA) is not allowed in wear or non-wear course pavements. C. Bituminous Tack Coat 1. Bituminous Material: Conform to MnDOT Spec. 2357 a. Emulsified Asphalt, Cationic: CSS-1 or CSS-1 H. FLEXIBLE PAVING(MUNICIPAL PROJECTS) ©2015 Stantec 1 193801994-D 32 12 01 -2 I D. Mixture Quality Management (Quality Control/Quality Assurance): Conform to MnDOT Spec. 2360.2.G, except as modified herein. I 1. Quality Control (QC) Testing:The Contractor will be allowed to provide historical testing data from the previous 3 days of production for each mixture type to meet the Production Sampling and Testing Rates indicated in Table 2360-11 for Course Aggregate Angularity and Fine Aggregate Angularity. The Contractor will be allowed I to provide historical testing data from the previous 10 days of Contractor production for each mixture type to meet the Production Sampling and Testing Rates indicated in Table 2360-11 for TSR, Aggregate Specific Gravity, and Asphalt Binder Content. I 2. Quality Assurance testing will be completed at the discretion of the Engineer, testing rates will not exceed Table 2360-10 and 2360-11. a. A verification sample will be taken by the Engineer. The Contractor will be required Ito use the verification companion sample as part of the QC testing program. PART 3 EXECUTION 3.01 GENERAL A. Conform to the requirements of MnDOT Spec 2360.3, except as modified herein. B. The Contractor to review the proposed paving sequence with the Engineer prior to placement of each bituminous course (lift). IC. The proposed sequence shall address the: longitudinal seams, compaction, traffic control, hauling routes, and placement of pavement markings. ID. Preparation of Bituminous Non Wear Course 1. Final clean up of the bituminous surface with the use of a power pickup broom and front end loader is required. 2. Adjust structures conforming to the requirements of Section 33 05 17. E. Joints: Where new construction meets existing bituminous surfacing, the existing surface I shall be uniformly milled or saw-cut straight, and bituminous tack coat applied prior to placement of each bituminous course (lift). 1. For joint construction, an existing bituminous surface shall be considered to include any I bituminous surface not paved on the same day as the new construction.The Owner may require milling or sawcutting on surfaces paved the same day, if, in the opinion of the Owner, the mix has cooled to a point where a new milled or sawed edge is necessary. I 2. Construct 2-foot wide (min.) ramp where new construction does not match existing construction (i.e.wearing course to non-wearing course). I3.02 RESTRICTIONS A. Conform to MnDOT Section 2360.3A, except as modified herein. IB. All street surfaces must be checked and approved by the Engineer prior to paving. C. Existing bituminous surfaces must be dry prior and during placement of any bituminous Ipavements. D. Wearing course shall not be placed when the air temperature in the shade and away from Iartificial heat is 50 degrees or less, unless otherwise approved by the Engineer. FLEXIBLE PAVING(MUNICIPAL PROJECTS) ©2015 Stantec I 193801994-D 32 12 01 -3 1 3.03 EQUIPMENT 1 A. Conform to MnDOT Section 2360.3.B. 3.04 TREATMENT OF SURFACE A. Bituminous Tack coat shall conform to MnDOT Spec. 2357, except as modified herein. B. Restrictions 1. The tack coat shall not be applied when the road surface is wet or when the weather conditions are unsuitable. 2. The area for tack coat application shall be limited as directed by the Engineer. 3. The Contractor shall have sole responsibility of claims of tack coat on personal property due to lack of notification or signage of the area being tack coated. C. Equipment: Conform to MnDOT Spec. 2357.3.B. D. Road Surface Preparation: Conform to MnDOT Spec. 2357.3.C. E. Application 1. At a uniform rate conforming to MnDOT Spec. 2357.3.D, but not greater than 0.05 gallon per square yard. 2. Along the front edge of the concrete curb and gutter, prior to placement of bituminous base. 3.05 PAVEMENT DENSITY A. Conform to MnDOT Section 2360.3.D, except as modified herein. 1. Pathways, Driveways, Small Parking Lots, Leveling Courses, and Patching shall conform to Section 2360.3.D.2-Ordinary Compaction Method. 2. All other Pavement Density shall conform to Section 2360.3.D.1 -Maximum Density Method. B. Vibrating steel drum roller and a pneumatic tired roller employed in conjunction with each other during compaction of all wear courses. 3.06 THICKNESS AND SURFACE SMOOTHNESS REQUIREMENTS I A. Conform to MnDOT Section 2360.3.E, except as modified herein. 1. Table 2360-26, Final wear adjacent to fixed structures for manholes and valves shall conform to Section 33 05 17. 2. The sentence"In addition to the list the above the pavement surface must meet requirements of 2399 (Pavement Surface Smoothness) requirements.' is deleted from 2360.3.E Surface Requirements. Section 2399 will not apply to this Project. 3. Structure Adjustment-Conform to Section 33 05 17 for tolerances. END OF SECTION 1 1 FLEXIBLE PAVING(MUNICIPAL PROJECTS) ©2015 Stantec I 193801994-D 32 12 01 -4 I SECTION 32 13 14 CONCRETE WALKS, MEDIANS, AND DRIVEWAYS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Cast-in-place concrete walkways, medians, driveways, and valley gutters. B. Related Sections 1. Section 31 23 00- Excavation and Fill. 2. Section 31 23 13-Subgrade Preparation. 3. Section 32 11 23 - Aggregate Base Courses. 4. Section 32 12 01 - Flexible Paving (Municipal Project). 5. Section 32 16 13 - Concrete Curbs and Gutters. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Item for Concrete Walk has been included in the Bid Form.This item is intended for carriage walk tie-ins. Measurement shall be on the basis of in-place square feet. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Subgrade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement. 7) Backfilling. b. Excavation for concrete sidewalk shall be considered incidental. c. Any existing reinforcement found during demolition of the Concrete Walk shall be considered incidental. Reinforcement of the new Concrete Walk shall be installed to match existing and shall be considered incidental. d. Aggregate base beneath concrete sidewalk shall be measured and compensated per Section 32 11 23. 2. A Bid Item for Concrete Steps has been provided.This item is intended for carriage walk tie-ins as deemed necessary by changing street grades. Measurement shall be on the basis of square foot of step constructed as shown on the Drawings, regardless of height. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Sub grade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement (keyway substitution). 7) Backfilling. b. Excavation for concrete sidewalk steps shall be considered incidental. I CONCRETE WALKS,MEDIANS,AND DRIVEWAYS 0 2015 Stantec I 193801994-D 32 13 14- 1 i c. Any existing reinforcement found during demolition of the Concrete Walk Steps 1 shall be considered incidental. Reinforcement of the new Concrete Walk Steps shall be installed to match existing and shall be considered incidental. d. Aggregate base beneath concrete steps shall be measured and compensated per Section 32 11 23. 3. A Bid Item for 6 Inch Concrete Driveway has been included in the Bid Form. Measurement shall be on the basis of in-place square feet. a. Payment of the Bid Item shall include the following: 1) Concrete materials. 2) Sub grade and base preparation. 3) Placement of materials. 4) Finishing. 5) Curing and protection. 6) Reinforcement (keyway substitution). 7) Backfilling. b. Excavation for concrete driveway apron shall be considered incidental. c. Any existing reinforcement found during demolition of the Concrete Driveway shall be considered incidental. Reinforcement of the new Concrete Driveway shall be installed to match existing and shall be considered incidental. d. Aggregate base beneath concrete driveway apron shall be measured and compensated per Section 32 11 23. 4. A Bid Item for Custom Concrete Driveways/Walks-Match Existing Pattern/Color has been included in the Bid Form.This Bid Item is intended for the replacement and matching of existing concrete driveways or walks already in place. Measurement shall be on the basis of in-place square feet. a. Payment of the Bid Item shall include the following: 1) Concrete materials including color additive to match existing. 2) Sub grade and base preparation. 3) Placement of materials. 4) Finishing including any non-typical stamping or joint pattern. 5) Curing and protection conducive to the desired finished appearance. 6) Reinforcement (keyway substitution). 7) Backfilling. b. Custom Concrete Driveways/Walks patterns, colors,joints, thickness, reinforcement and any other materials to accomplish matching the existing driveway or walk shall be considered incidental. c. Excavation for concrete driveway apron shall be considered incidental. d. Any existing reinforcement found during demolition of the Custom Concrete Driveway/Walks shall be considered incidental. Reinforcement of the new Custom Concrete Driveway/Walks shall be installed to match existing and shall be considered incidental. e. Aggregate base beneath concrete driveway apron shall be measured and compensated per Section 32 11 23. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES I A. American Society of Testing Materials (ASTM) 1. C260 - Air-Entraining Admixtures for Concrete. 1 I CONCRETE WALKS,MEDIANS,AND DRIVEWAYS ©2015 Stantec 1 193801994-D 32 13 14-2 I B. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.). III 1. 2211 - Aggregate Base. 2. 2461 -Structural Concrete. 3. 2521 - Walks. 4. 2531 - Concrete Curbing. 5. 3702- Preformed Joint Filers. 6. 3754- Membrane Curing Compound. 1.04 SUBMITTALS A. Submit one 7-day and two 28-day concrete test results for all concrete pours in any given day. B. Submit MnDOT approved design mix for each concrete mix designation used. If a MnDOT Iapproved mix design is unavailable, the Engineer will establish the job mix proportions. 1.05 SEQUENCING AND SCHEDULING II A. Construction of pedestrian curb ramps shall be completed following the placement of the bituminous walk or .athwa p Y jB. Construction of the concrete driveway apron shall begin no sooner than 24 hours after placement of the adjacent concrete curb and gutter with completion within 5 days of curb placement. C. Construct concrete medians no sooner than 72 hours after placement of the concrete curb and/or walks. PART 2 PRODUCTS 2.01 MATERIALS 1 A. Concrete to conform to MnDOT Spec. 2461, except as modified herein. 1. Portland Cement: Conform to MnDOT Spec. 3101. a. Type 3 air-entraining concrete produced by using Type I Portland Cement. 2. Air-Entraining Admixtures: conform to MnDOT Spec.3113. a. Conforming to ASTM C260. b. Not to be added to the concrete mixtures in the field without approval from Engineer. 3. Mix Designation and Classification. a. Sidewalk and Residential Driveways. 1) Manual Placement Mix No. 3A32A. 2) Slip Form Placement Mix No. 3A22A. B. Preformed Joint Filler: Conform to MnDOT Spec. 3702. C. Curing Compound: Conform to MnDOT Spec. 3754. 1. Curing compound shall contain a fugitive dye. I 2. Only MnDOT approved membrane curing compounds will be allowed for use. MnDOT shall pre-approve all curing compounds.The most current approved lots and batches with product expiration dates are available from the MnDOT Products website. All curing compounds shall comply with the requirements of the MnDOT Curing CONCRETE WALKS,MEDIANS,AND DRIVEWAYS i ©2015 Stantec I 193801994-D 32 13 14-3 I Compound Manufacturer Approval Program, including pre-testing of all materials by the manufacturer. D. Sub-Grade Base Material. I Granular 1. Select r a a nul r Material: Conform to Section 31 23 00. r t Base: Conforming 2. Aggregated as o g to Section 32 11 23. PART 3 EXECUTION 3.01 GENERAL t� A. Provide copies of batch tickets for concrete mix at the time of material delivery. B. Construct concrete walkway, median, driveways, and valley gutters at the locations and elevations indicated on the Drawings. C. Construct walkways and medians to conform to the typical section shown on the I Drawings. D. Construct concrete steps to conform to the Drawings. E. Construct concrete driveway aprons to conform to the Drawings. F. Construct concrete valley gutters to conform to the Drawings. 1 G. Construct concrete curb ramp to conform to the Drawings. H. Verify locations with Engineer in the field prior to construction. I. The completed concrete work shall give the appearance of uniformity in surface contour and texture, and shall be accurately constructed to line and grade.The required joints, edges, and flow lines shall show neat workmanship. J. Retempering of concrete which has partially hardened with or without additional 1 materials or water is prohibited. K. Concrete washout locations shall conform to the requirements of the NPDES. I 3.02 FOUNDATION PREPARATIONS A. Placement of the aggregate base or granular material to support the concrete work shall i conform to Section 32 11 23 or Section 31 23 13. Compaction of subgrade base shall conform to MnDOT Spec. 2211.3C1. B. The foundation shall be approved by the Engineer prior to placement of concrete material. 3.03 FORMS A. Conform to MnDOT Spec. 2521.38. I CONCRETE WALKS,MEDIANS,AND DRIVEWAYS ©2015 Stantec I 193801994-D 32 13 14-4 I I 3.04 JOINT CONSTRUCTION IA. Conform to MnDOT Spec. 2521.3C2, except as modified herein. 1. Maximum spacing of expansion joints for walkways shall be 60 feet. I 2. Match joints of adjacent concrete work. 3.05 METAL REINFORCEMENT IA. Conform to MnDOT Spec. 2531.3D, except as modified herein. 1. Install three No. 4 steel reinforcing rods in lower portion of the valley gutter section with minimum 2-inches coverage on all sides. i3.06 PLACING AND FINISHING A. Conform to MnDOT Spec. 2521.3C1 and 2531.3F for slip form or 2531.3K for manual placement, except as modified herein. 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10-foot straight edge,will be considered unacceptable. I 2. Any surface area allowing the entrapment of water at a depth 1/8 inch or greater will be considered unacceptable. 3. Unacceptable work shall be removed and replaced with acceptable Work as directed by the Engineer. Acceptance of Work by price reduction will not be allowed. 3.07 CONCRETE CURING AND PROTECTION I A. Conform to MnDOT Spec. 2521.3C3 and 2521.3C3b (Membrane Curing Method), except as modified herein. 1. Coat all surfaces with membrane curing compound within 30 minutes after finishing at I the specified rate. 2. The membrane-curing compound must contain a fugitive dye and be applied at 2 different directions perpendicular to each other. I 3. A second application of membrane curing compound shall be applied 4 to 8 hours after the first application at the specified rate. 4. Cold weather curing,when temperatures fall below 40 degrees F during placement or I within the following 24 hours, shall conform to MnDOT Spec. 2521.3C3a blanket curing method, except as modified below: a. If temperatures are projected to fall below 32 degrees within 24 hours of concrete placement, insulated blankets shall be using for curing. I b. All costs associated with blanket curing shall be incurred by the Contractor. 5. The freshly finished surface shall be protected, surfaces pitted by rain will be considered unacceptable. I 6. Removal and replacement of any concrete section damaged by traffic, rain, cold weather, or other causes occurring prior to final acceptance shall be the responsibility of the Contractor. 1 3.08 HIGH EARLY CONCRETE A. Conform to MnDOT Spec. 2461.3C, except as modified herein. I 1. High early concrete shall be designed to provide a maximum water/cementitous ratio of 0.40. 2. High early concrete shall be designed to provide a minimum flexural strength of 500 psi Iand a minimum compressive strength of 3,000 psi in 48 hours. CONCRETE WALKS,MEDIANS,AND DRIVEWAYS ©2015 Stantec I 193801994-D 32 13 14-5 I 3. High early concrete may be included as a separate Bid Item or as an Engineer I ordered material. In absence of a separate Bid Item for high early strength concrete, compensation will be at an agreed upon price not to exceed 20 percent above the Contract cubic yard price for standard strength concrete for the quantity ordered by the Engineer. The price shall be agreed upon prior to placement. 3.09 BACKFILLING A. Conform to MnDOT Spec.2521.3E, except as modified herein. 1. Perform backfilling to protect the concrete no sooner than 72 hours after placement of the concrete. END OF SECTION I I 1 I I I I I I �I CONCRETE WALKS,MEDIANS,AND DRIVEWAYS ©2015 Stantec I 193801994-D 32 13 14- i ISECTION 32 16 13 ICURBS AND GUTTERS PART 1 GENERAL I1.01 SUMMARY I A. Section Includes 1. Cast-in-place concrete curbs, and concrete curb and gutter. I B. Related Sections 1. Section 32 11 23- Aggregate Base Courses. 2. Section 32 12 01 - Flexible Paving (Municipal Projects). I 3. Section 32 13 14- Concrete Walks, Medians, and Driveways. 1.02 PRICE AND PAYMENT PROCEDURES I A. Measurement and Payment 1. Bid Items have been provided for B618 Concrete Curb and Gutter and Surmountable Concrete Curb and Gutter. Measurement of curb and gutter shall be by the lineal foot I measured along the face of the curb at the gutter line for each type. Payment shall include materials, preparation, placement, finishing, curing, protection, reinforcement adjacent to the catch basins, and backfilling. Measurement shall not include I frames/castings that are located along the face of curb. 2. No separate measurement or payment for modifications at curb ramps or transition sections. 3. B618 Curb installed at catch basins and radii shall be considered as Surmountable I Curb payment. 4. B618 Curb shall be measured and paid for the following areas as indicated on the Drawings: I a. Peacan Avenue North- East side only. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. I1.03 REFERENCES A. American Society of Testing Materials (ASTM) 1. C260- Air-Entraining Admixtures for Concrete. B. Minnesota Department of Transportation "Standard Specifications for Construction" and I "Materials Lab Supplemental Specifications for Construction," 2005 Edition (MnDOT Spec.). 1. 2461 -Structural Concrete. 2. 2531 - Concrete Curbing. I 3. 3101 - Portland Cement. 4. 3113 -Admixtures for Concrete. 5. 3301 - Reinforcement Bars. 6. 3702- Preformed Joint Fillers. 1 7. 3754- Poly-Alpha Methylstyrene (AMS) Membrane Curing Compound. 1 CURBS AND GUTTERS 0 2015 Stantec I 193801994-D 32 16 13- 1 I I 1.04 SUBMITTALS A. Submit MnDOT approved design mix for each concrete mix designation used. If a MnDOT I approved mix design is unavailable, the Engineer will establish the job mix proportions. 1.05 SEQUENCING AND SCHEDULING I A. Install concrete curb and gutter within 1 week after aggregate base has been completed and approved. B. Concrete curb and gutter construction precedes installation of pavement. Allow for sufficient curing time. C. Coordinate notifications of restricted driveway access with Engineer and Property Owners. Minimizing inconvenience to businesses and residents is a necessity to the success of the Project. I PART 2 PRODUCTS 2.01 MATERIALS 1 A. Concrete to Conform to MnDOT Spec. 2461, except as modified herein. 1. Portland Cement: Conform to MnDOT Spec. 3101. a. Type 3 air-entraining concrete produced by using Type I Portland Cement. 2. Air-Entraining Admixtures: Conform to MnDOT Spec. 3113. a. Conforming to ASTM C260. b. Not to be added to the concrete mixtures in the field without approval from Engineer. 3. Mix Designation and Classification for Concrete Curb and Gutter. a. Manual Placement Mix No. 3A32C. b. Slip Form Placement Mix No. 3A22C. B. Reinforcement Bars (Epoxy Coated): Conform to MnDOT Spec. 3301. 1 C. Pre-Formed Joint Filler: Conform to MnDOT Spec. 3702. D. Curing Compound: Conform to MnDOT Spec. 3754. 1. Curing compound shall contain a fugitive dye. 2. Only MnDOT approved membrane curing compounds will be allowed for use. MnDOT shall pre-approve all curing compounds.The most current approved lots and batches with product expiration dates are available from the MnDOT Products website. All curing compounds shall comply with the requirements of the MnDOT Curing Compound Manufacturer Approval Program, including pre-testing of all materials by the manufacturer. PART 3 EXECUTION I 3.01 GENERAL A. Provide copies of batch tickets for concrete mix at the time of material delivery to Site. B. Construct concrete curb and gutter at the locations and elevations indicated on the Drawings. CURBS AND GUTTERS 0 2015 Stantec 1 193801994-D 32 16 13-2 I C. Construct the style or type of curb and gutter as shown on the Drawings. I D. Construct intersection curb radii and transitions sections to conform to the detail on the Drawings. E. Construct transition sections at inlet structures to conform to the detail on the Drawings. detail F. Construct concrete curb ramp depressions to conform to the deta on the Drawings. I G. Construct curb transitions for driveways to conform to the detail on the Drawings. Locations to be verified by Engineer at the time of construction. H. The completed concrete work shall give the appearance of uniformity in surface contour and texture, and shall be accurately constructed to line and grade. The required joints, edges, and flow lines shall show neat workmanship. I. Retem erin of the concrete which has partially hardened with or without additional p g p Y materials or water is prohibited. IJ. Concrete washout locations shall conform to the requirements of the NPDES. 3.02 FOUNDATION PREPARATIONS IA. Support on a compacted aggregate base. 1. Conform to typical sections as shown on the Drawings. 2. Conform to Section 32 11 23. 1 3. Aggregate base shall be approved by Engineer prior to curb and gutter placement. 3.03 FORMS IA. Conform to MnDOT Spec. 2531.3B. I3.04 JOINT CONSTRUCTION A. Conform to MnDOT Spec. 2531.3E, except as modified herein. I 1. Maximum spacing of expansion joints for slip formed shall be 200 feet. 3.05 METAL REINFORCEMENT I A. Conform to MnDOT Spec. 2531.3F, except as modified herein. 1. Where required, install two epoxy coated No. 4 steel reinforcing rods in lower portion of the curb section with a minimum of 2-inch coverage on all sides. Ia. Placement at catch basins shall conform to the details on the Drawings. 3.06 PLACING AND FINISHING I A. Conform to MnDOT Spec. 2531.3, except as modified herein. 1. The top surface of the curb and gutter shall have a brush finish at right angles to the curb line. 3.07 CONCRETE CURING AND PROTECTION I A. Conform to MnDOT Spec. 2531.3.G and 2531.3.G.1.a (Membrane Curing Method), except as modified herein. CURBS AND GUTTERS 1 02015 Stantec I 193801994-D 32 16 13-3 I 1. All surfaces shall be coated with membrane curing compound within 30 minutes after finishing at the specified rate. 2. The membrane-curing compound must be applied in 2 different directions perpendicular to each other. 3. A second application of membrane curing compound shall be applied 4 to 8 hours after the first application at the specified rate. 4. Cold weather curing when temperatures fall below 40 degrees during placement or within the following 24 hours shall conform to MnDOT Spec. 2531.3.G.3, except as modified below: a. If temperatures are projected to fall below 32 degrees within 24 hours of concrete placement, insulated blankets shall be used for protection. b. All costs associated with blanket protection and cold weather curing shall be incurred by the Contractor. 5. The freshly finished surface shall be protected, surfaces pitted by rain or irregularities caused from blanket will be considered unacceptable. 6. Removal and replacement of any curb section damaged by traffic, rain, cold weather, or other causes occurring prior to final acceptance shall be the responsibility of the Contractor. 3.08 BACKFILLING I A. Conform to MnDOT Spec. 2531.3.H, except as modified herein. 1. Initial Backfilling a. Follow the 72-hours curing period with completion within 6 days of original placement. b. Tolerance within 0.3 feet to the top of curb elevation. 2. Final Grading a. Following completion of private utility work. 3. Curb damaged during backfilling is the responsibility of the Contractor. 3.09 HIGH EARLY CONCRETE I A. Conform to MnDOT Spec. 2461.F.1.b, except as modified herein. 1. High early concrete shall be designed to provide a maximum water/cementitous ratio of 0.40. 2. High early concrete shall be designed to provide a minimum flexural strength of 500 psi and a minimum compressive strength of 3,000 psi in 48 hours. 3. High early concrete may be included as a separate Bid Item or as an Engineer ordered material. In absence of a separate Bid Item for high early strength concrete, r above compensation will be at an agreed upon price not to exceed 20 percent ab e the Contract cubic yard price for standard strength concrete for the quantity ordered by the Engineer.The price shall be agreed upon prior to placement. 3.10 WORKMANSHIP AND FINISH A. Conform to MnDOT Spec. 2531.3.1, except as modified herein. 1. Any deviation in the design curvature of concrete edges in excess of 3/8 of an inch, measured with a 10-foot straight edge, will be considered unacceptable. 2. Acceptance of Work by price reduction will not be allowed. END OF SECTION I CURBS AND GUTTERS ©2015 Stantec I 193801994-D 32 16 13-4 I SECTION 32 17 23 PAVEMENT MARKINGS PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Pavement markings for control and guidance of traffic. B. Related Sections 1. Section 32 12 01 - Flexible Paving (Municipal Projects). 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for 12" Solid White Stop Bar. a. Shall be measured by the lineal foot on the basis of length actually applied, at 12 inch width. b. The second application shall be considered incidental to the payment of the first application. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.). 1. 2582- Permanent Pavement Markings. 2. 3591 - High Solids Water Based Traffic Paint. 3. 3592- Drop-On Glass Beads. 4. The Application Specification for Conventional Pavement Marking Materials. 5. 3-Minute Dry Alkyd and High Solids Latex. 1.04 SUBMITTALS A. 1 copy of the chosen paint lot or batch formulation. B. Pavement Marking Contractor Qualifications/Certifications. C. MnDOT Certification approvals. 1.05 SEQUENCING AND SCHEDULING A. Conform to the requirements of MnDOT Specifications. 1 I PAVEMENT MARKINGS ©2015 Stantec 1 193801994-D 32 17 23- 1 1 I PART 2 PRODUCTS 2.01 MATERIALS I A. Paint 1. High Solids Water Based a. Free of toxic heavy metals, including lead, mercury, and cadmium. b. Track Free Time -3 minutes or less. c. Yellow Prime Pigment- Colour Index Pigment Yellow No. 65 or No. 75. d. White Color- Flat white. e. Yellow Color- Color No. 33538 of Federal Standard 595. 2. 3-Minute Dry Alkyd a. Free of toxic heavy metals, including lead, mercury, and cadmium. b. Track Free Time -3 minutes or less. c. Yellow Prime Pigment- Color Index Pigment Yellow No. 65 or No. 75. d. White Color- Flat white. e. Yellow Color- Color No. 33538 of Federal Standard 595. B. Glass Beads 1. Conform to MnDOT Spec. 3592. 2.02 EQUIPMENT A. General 1. Vehicles used shall be deployed and equipped with traffic control devices set forth in the "Minnesota Manual on Uniform Traffic Control Devices, Field Manual." 2. Shadow vehicle with truck-mounted attenuator shall be used on streets with posted speed equal to or greater than 40 m.p.h. or ADT greater than 1,500 vehicles per day. 3. Equipment used for spray applications shall be capable of applying glass beads by a pressurized system at a rate of at least 25 lbs/gal. 4. Capable of accumulating footage applied per gun. 5. Stainless steel components in the delivery system required for water-based materials. I PART 3 PART 3 EXECUTION 3.01 GENERAL I A. The pavement marking crew shall include at least 1 technical expert knowledgeable in each of the following areas: 1. Equipment operation. 2. Application techniques. 3. Traffic control. 4. Safety regulations. B. The filling of tanks, pouring of materials, or cleaning of equipment shall not be performed on unprotected pavement surfaces, unless adequate provisions are made to prevent spillage of material. 3.02 SCHEDULE I A. Paint Pavement Markings 1. Place following completion of bituminous wear course: PAVEMENT MARKINGS ©2015 Stantec I 193801994-D 32 17 23-2 I IIIa. No sooner than 24 hours after placement of bituminous. b. Within 5 working days of completion of bituminous placement. 1 3.03 PREPARATION A. Locations 1. In general accordance with the Drawings. a. Location of marking designating no passing zones to be coordinated with corresponding traffic signs. I 2. The Engineer will place necessary"Spotting"at appropriate points. a. Horizontal control. b. Starting and stopping points. c. Broken line intervals will not be marked. d. Longitudinal joints, pavement edges, and existing markings shall serve as horizontal control when so directed. I e. Contractor shall notify Engineer at least 48 hours in advance when requesting spotting locations. 3. Edge lines and lane lines are to be broken only at intersections with public roads and at private entrances if they are controlled by a yield sign, stop sign, or traffic signal. I 4. The break point is to be at the start of the radius for the intersection or at marked stop lines or crosswalks. I B. Street Surface 1. Engineer may direct cleaning of surface as necessary immediately prior to marking application. I a. Brushing with non-metallic rotary broom. b. Other cleaning method approved by Engineer. c. Air blast following cleaning. 2. Surface must be dry. t3. Minimum surface temperature is 50 degrees F. 3.04 APPLICATION IA. General 1. Tolerance a. Width: A tolerance of 1/4 inch under or 1/4 inch over the specified width will be allowed for striping provided the variation is gradual and does not detract from the general appearance. b. Length: Broken line segments may vary up to 2-3/4 inches from the specified I lengths provided the over and under variations are reasonably compensatory. c. Alignment: Deviations from the control guide shall not exceed 2 inches. d. Establishment of application tolerances shall not relieve the Contractor of his I responsibility to comply as closely as practicable with the planned dimensions. 2. Material shall not be applied over longitudinal joints. 3. 4-inch broken line consists of 10 feet of paint and 40 feet space (1 cycle). 4. If same equipment used for different color material with change in color, an amount of material equal to fifteen 10-foot long stripes shall be wasted prior to beginning application with the new color. 5. Conditions i a. Markings shall not be applied when wind or other conditions cause a film of dust to be deposited on the pavement surface after cleaning and before the marking material can be applied. I PAVEMENT MARKINGS ©2015 Stantec I 193801994-D 32 17 23-3 I b. Except when used as a temporary marking, pavement markings shall only be I applied in seasonable weather when air temperature is 50 degrees F or higher. B. Paint I 1. Minimum thickness 15 mil. 2. In accordance with the appropriate MnDOT Spec. 3. Painted lines on the bituminous base course shall be applied once. 4. Painted lines on the bituminous wearing course shall be applied twice. C. Glass Beads 1. Shall be applied immediately after application of paint or epoxy markings. 2. Rate of application shall be 8 lbs. per gallon. 3.05 CORRECTION OF DEFECTS I A. All pavement markings not conforming to the requirements of the Specifications shall be removed and replaced, or otherwise repaired to the satisfaction of the Engineer. I B. Where yield computations show a deficiency in material usage of not more than 20 percent, Owner may require satisfactory repair or may accept the Work at a reduced Bid Unit Price that is in direct proportion to the percent of the deficiency. C. Where yield computations show a deficiency in material usage in excess of 20 percent, Owner will require removal and replacement to the satisfaction of the Engineer, unless other means are approved by the Engineer. D. If removal and replacement is required, at least 90 percent of the deficient line shall be removed. E. Width of removal shall be 1 inch wider on all sides than the nominal width of the marking to be removed. F. Removal of unacceptable Work shall be accomplished with suitable blasting or grinding equipment, unless other means are authorized by the Engineer. Bituminous street surfacing shall not be damaged by the removal operation. END OF SECTION 1 I I I I I PAVEMENT MARKINGS ©2015 Stantec 1 193801994-D 32 17 23-4 I SECTION 32 92 00 TURF AND GRASSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Restoration of construction area by installation of topsoil, seed, sod, soil amendments, mulch, and erosion control. B. Related Sections 1. Section 01 57 13 -Temporary Erosion and Sediment Control. 2. Section 31 23 00- Excavation and Fill. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Hydroseed With Mulch. Measurement will be based upon square yards. No additional payment shall be made for temporary seed, or additional applications to establish permanent seed. 2. A Bid Item has been provided for Seeding, Including Seed, Fertilizer, and Wood Fiber Blanket. Measurement will be based upon units of square yards for each type of blanket installed in place as specified. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.). B. Minnesota Department of Transportation Seeding Manual 2007 (MnDOT Seeding Manual). 1.04 SUBMITTALS A. Provide the following submittals consistent with Section 01 33 00. B. Provide source and invoice for seed to be used for this Project. C. Producer's certificate of compliance-Written documentation verifying compliance of mixture of seed furnished. Include percentage of various seed species, year of production, germination rate, seed bag tags, and weed seed content.Submit to the Engineer at least 5 days prior to delivery. D. Species within native seed mixes species shall have their origin documented by the Minnesota Crop Improvement Association (MCIA) to certify that the product is a local ecotype plant. I TURF AND GRASSES ©2015 Stantec I 193801994-D 32 92 00- 1 I 1 1.05 PLANT ESTABLISHMENT PERIOD A. The Establishment Period for plants shall begin for immediately after installation, with the approval of the Engineer, and continue until the date that the Engineer performs a final inspection. 1. The establishment period for seeded areas is 1 year. 1.06 FIELD QUALITY CONTROL A. Provide Engineer with seed bag tags used for identification purposes. I PART 2 PRODUCTS 2.01 TOPSOIL:Topsoil Borrow Conforming to MnDOT Spec. 3877.2B. 2.02 FERTILZER I A. Provide plant fertilizer that is commercial grade and uniform in composition and conforms to applicable state and federal regulations. B. Slow release fertilizer. A minimum of 70 percent of the nitrogen component shall be a slow release water insoluble nitrogen. C. Fertilizer shall contain a minimum percentage by weight 10-10-10 (NKP). 2.03 SEED: Conform to MnDOT Spec. 3876. 1 A. Lawns: MnDOT Mixture 270. B. Temporary Spring Cover: MnDOT Mixture 110. C. Temporary Fall Cover: MnDOT Mixture 100. D. Temporary Mix: MnDOT Mixture 130. 2.04 MULCH: Conform to Section 01 57 13. 1 2.05 HYDRAULIC SOIL STABILIZER (HYDROMULCH): Conform to Section 01 57 13. 2.06 EROSION CONTROL BLANKET r A. Conform to MnDOT Spec.3885. 2.07 EROSION STABILIZATION MAT: Conform to MnDOT Spec. 3888. PART 3 EXECUTION I 3.01 EXAMINATION A. Review restoration areas with the Engineer. Determine locations for seed or sod. Schedule for restoration of areas may be revised to fit field conditions. 1 TURF AND GRASSES ©2015 Stantec 1 193801994-D 32 92 00-2 I IB. Notify the Engineer at least 3 days in advance of hauling topsoil borrow on Site so the Engineer may visually inspect and sample for testing if deemed necessary. IC. Finish grades are to be inspected and approved by the Engineer prior to start of restoration. 3.02 DELIVERY AND STORAGE A. Delivery I 1. Notify the Engineer of the delivery schedule in advance so the plant material may be inspected upon arrival at the Site. Remove unacceptable plant material from the Site immediately. I 2. Deliver fertilizer and lime to the Site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis, name, trade name or trademark, and in conformance to state and federal law. In lieu of containers, fertilizer and lime may I be furnished in bulk and a certificate indicating the above information shall accompany each delivery. 3. During Delivery: Protect seed from contamination. I B. Storage 1. Keep seed, lime, and fertilizer in dry storage away from contaminants. I3.03 PREPARATION A. General: Conform to MnDOT Spec. 2575.3A. B. Soil Preparation: Conform to MnDOT Spec. 2575.3B. C. Fertilizers and Conditioners: Conform to MnDOT Spec. 2575.3C I 1. Apply fertilizer at a rate of 400 lbs. per acre (9.2 lbs./1,000 sq. ft.). 2. Where soil pH is lower than 5.5, apply lime at 3 tons per acre (140 lbs./1,000 sq. ft.). I3.04 SOWING SEED A. Seeding Dates: Conform to MnDOT Spec. 2575.3 for the mixes specified. IB. Seeding Preparation and Application: Conform to MnDOT Spec. 2575.3 for the mixes specified. . 3.05 EROSION CONTROL BLANKET A. Erosion control blanket shall be installed immediately following seeding in accordance Iwith MnDOT Spec. 2575.3J, and as modified below. B. Raking or harrowing of soil/seed shall be done before installation of erosion control Iblanket. C. Blanket shall be installed parallel to the direction of flow in all cases. D. If permanent seeding is not available at the time of blanket installation, this material will have to be removed, re-seeded, and installed again as a permanent erosion control measure. If permanent seeding is available at the time of initial installation, a 1-time proper Iinstallation is acceptable. TURF AND GRASSES i ©2015 Stantec 1 193801994-D 32 92 00-3 1 3.06 HYDRAULIC SOIL STABILIZER (HYDROMULCH) A. Conform to Section 01 57 13. 3.07 MAINTENANCE A. Restored areas that have been satisfactorily completed and are disturbed by additional I construction activity required by the timing and sequencing of the Work shall be restored over to the same requirements of the original work. B. Seed maintenance shall be done in conformance with the MnDOT Seeding Manual- Maintenance Requirements for year 1. C. Watering of seed areas shall be done for a minimum period of 30 days from installation I sufficient to ensure establishment of permanent vegetation. 3.08 INSPECTION AND ACCEPTANCE I A. Seeding and turf work will be inspected for acceptance in parts agreeable to the Engineer, provided Work offered for inspection is complete, including maintenance for the portion in question. B. At the conclusion of the establishment period(s), a final inspection of planting(s) will be made to determine the conditions of areas specified for landscaping. C. When inspected landscape work does not comply with requirements, replace rejected Work and continue specified maintenance until re-inspected by Engineer and found to be acceptable. Remove rejected materials from the Site. D. Seed evaluation at the conclusion of the establishment period shall be based on at least 1 species per square foot and 90 percent of seeding per square foot is of the permanent seed species within the applied mix. END OF SECTION 1 1 1 I 1 I I TURF AND GRASSES 0 2015 Stantec 1 193801994-D 32 92 00-4 I SECTION 33 01 38 PIPE REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP) PART 1 GENERAL 1.01 SECTION INCLUDES A. Rehabilitation of deteriorated and leaking gravity pipe sections by installation of a thermosetting resin impregnated flexible felt fiber tube into a cured-in-place-pipe (CIPP). B. Related Sections 1. Section 33 08 31 -Sanitary Sewer Televising, Cleaning and Inspection. 1.02 PRICE AND PAYMENT PROCEDURES tA. Measurement and Payment 1. Bid Items have been provided for Sewer Rehabilitation With CIPP. Measurement will be per each liner installed in place per diameter. Payment will constitute full compensation for all work and costs to furnish and install the liner complete in place, including cleaning, line clearing, dewatering, sealing the liner at the ends, service reconnects, testing, and pre-and post-installation television inspection and all other work associated with this Bid Item. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D638-Test Method for Tensile Properties of Plastics. 2. D790-Test for Flexural Properties of Plastics. 3. F1216- Rehabilitation of Existing Pipelines by the Inversion and Curing of a Resin Impregnated Tube. 1.04 SUBMITTALS A. Manufacturer's certification of compliance. B. License of certificate verifying manufacturer's/licensor approval of installer. C. Construction Sequence. D. Product data and manufacturer's recommended installation procedures. E. Cure summary after the approved curing schedule is completed. F. Installer Completed Project List Which Includes: Project name, the number, total length and locations of inversions installed to date, and the names and phone numbers of the facility owners. I PIPE REHABILITATION BY CURED-IN-PLACE-PIPE(CIPP) 0 2015 Stantec 1 193801994-D 33 01 38- 1 I PART 2 PRODUCTS 2.01 CURED-IN-PLACE PIPE MATERIALS A. Felt Tube: 1. The tube shall be supplied by the system licensor conforming to ASTM F1216. 2. The tubing shall be properly sized to the diameter of the pipe and the length of the pipe to be rehabilitated and be able to stretch to fit irregular pipe sections. 3. Physical Characteristics: a. Cured Pipe Physical Strength: Property ASTM Test Vinyl Ester Polyester Filled Polyester Method System System System Flexural Strength D790 5,000 psi 4,500 psi 4,500 psi Flexural Modulus D790 300,000 psi 250,000 400,000 psi (Initial) psi Flexural Modulus (50 D790 180,000 psi 125,000 200,000 psi year) psi 4. The felt tubular material shall be lined on 1 side with a translucent waterproof coating, such as polyurethane, polyethylene or polyvinylchloride (PVC), and be fully impregnated with a liquid thermosetting polyester or vinylester resin and catalyst system compatible with the inversion process. 5. No materials shall be included in the tubes which are subject to delamination in the cured CIPP. 6. The layer of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any 2 layers with a probe; nor shall separation of the layers occur during testing performed under the requirements of this Specification. B. Resin/Catalyst: 1. The liquid thermosetting resign used to impregnate shall be polyester, vinylester, or epoxy resin compatible with the approved liner and a compatible catalyst system. 2. The resign shall not contain fillers or additives, except those required for viscosity control,fire retardant, modulus enhancement, chemical resistance, or extension of pot life. 3. Thixotropil agents that will not interfere with visual inspection may be added for viscosity control. C. Structural Requirements: 1. The CIPP thickness shall be calculated and designed based upon the following physical condition of the existing pipe to be rehabilitated: a. All pipes shall be considered fully deteriorated. b. All pipes shall be subjected to soil load of 120 lbs./cu.ft.with applicable live lead and water table below the top of the ground. c. All pipes shall have a minimum of 2-percent ovality in the circumference. d. Any pipelines running under highways, city streets, or other roadways shall be assumed to carry highway live loads of (16,000 lbs.). 2. Conditions may change after the TV report for later case by case design calculations. I I PIPE REHABILITATION BY CURED-IN-PLACE-PIPE(CIPP) ©2015 Stantec I 193801994-D 33 01 38-2 I I PART 3 EXECUTION 3.01 PRE-INSTALLATION PROCEDURES A. Complete all required pipe and structure improvements as shown on the Drawings prior to Icompleting pipe cleaning and pre-televising for CIPP installation. B. Remove roots and clean existing pipe i by removing interior debris by bucketing,jetting, or Y g I other appropriate methods before the pre-installation television inspection at a cost incidental to the Project. See Section 33 08 31 for televising, cleaning and inspection requirements. C. Inspect existing sewer pipe by remote TV camera immediately before installation to locate breaks, obstructions, and defects. Allow the Engineer to review TV inspection DVD's. Verify whether service wyes and connections are active with pan and tilt TV camera inspection. D. Provide for flow of sewage around the sections of pipe to be rehabilitated. E. Clear line of obstructions. Obstructions may include but not necessarily be limited to solids, dropped joints, protruding service connections, or collapsed pipe. 3.02 RESIN IMPREGNATION A. The Contractor shall designate a location where the felt tube will be impregnated. I B. The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. tC. Impregnate tube prior to installation.The Engineer shall be advised of time and location of vacuum impregnation and shall be allowed to witness procedure, unless impregnation is Icompleted offsite. Contractor to provide 24-hour notice before Work is to begin. 3.03 INVERSION USING HYDROSTATIC HEAD I A. Insert impregnated tube through manhole by means of an inversion process. Insert tube into the inversion standpipe with impermeable plastic membrane side out.Turn tube inside out at the lower end of the inversion standpipe and attach to the standpipe to create a leak proof seal. Apply hydrostatic head sufficient to fully extend tube to termination point. Adjust the inversion head to be of sufficient height to cause the impregnated tube to invert from manhole to manhole and hold the tube tight to the pipe will produce dimples 1 at side connections and flared ends at the manholes. Use lubricant as necessary. B. Care shall be taken not to overstress the felt tube at the elevated during temperatures which may cause damage or failure prior to cure. 3.04 CURING USING CIRCULATED HEATED WATER 11 A. After the inversion process is completed, the Contractor shall supply a suitable heat source and water throughout the section to uniformly raise the water temperature above the temperature required to affect a cure of the resin. The resin/catalyst system manufacturer Ishall recommend the temperature. PIPE REHABILITATION BY CURED-IN-PLACE-PIPE(CIPP) I0 2015 Stantec 1 193801994-D 33 01 38-3 I B. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be placed between the layers of the impregnated felt tube in the upstream, downstream, and intermediate manholes to determine the temperature during curing. C. Water temperature in the line during the curing period shall be as recommended by the resin manufacturer. I D. Initial cure may be considered complete when the exposed portions of the felt tube pipe appear to be hard and the remote sensing device indicates the temperatures to be adequate as recommended by the resin/catalyst system manufacturer. E. Curing using steam rather than using heated water is acceptable. Precautions should be taken to supply sufficient steam pressure, to minimize steam condensation resulting in water build-up in the inside bottom of the resin liner being cured or as an alternative provide for the discharge of the condensate through a small tube inserted at the low point of the resin liner. 3.05 COOLING DOWN A. Cool the hardened cured in place pipe to a temperature below 100 degrees F before I relieving the water column: 1. Cool water may be added to the water column while draining hot water from a small hole at the end of the cured in place pipe so that a constant water column height is maintained until cool down is completed. B. Careful attention shall be taken not to cool too quickly to eliminate the possibility of I thermo-shock. 3.06 SERVICE CONNECTION I A. After curing reconnect existing services: 1. Service reconnects must be accomplished as soon as possible, and within a minimum of 24 hours of beginning the inversion process. 2. Maintain sanitary sewer service during the installation process. B. Reconnection shall be done without excavation from the interior of the pipe by means of a television camera and a cutting device that reinstates the service to not less than 90 percent of their original capacity: 1. The Contractor shall certify that there is a minimum of 1 complete working unit plus spare key components on the site before each inversion. 3.07 FINAL/FINISH I A. The liner shall make a tight seal at the manhole opening with no annular gaps. This procedure shall be completed before proceeding to the next manhole section. B. The finished pipe shall be continuous over the entire length of the sewer section. The finished liner shall tightly conform to the walls of the existing pipe. C. No gap or annular space between the finished liner and the host pipe shall be allowed or be visible at the manhole, sewer service connection, or other exposed points within the finished liner section. 1 PIPE REHABILITATION BY CURED-IN-PLACE-PIPE(CIPP) ©2015 Stantec l 193801994-D 33 01 38-4 I I3.08 QUALITY CONTROL A. Televise interior of pipe after completion of work and provide submittals to Owner as described in Section 33 08 31. B. Test samples of the cured material for physical strength specified herein before a sample I will be taken from the wet out tube, clamped between flat plates, and cured in the down- tube. I C. All CIPP pipes should be tested using an exfiltration test methods where the CIPP is plugged at both ends and filled with water.This test should take place after the CIPP has cooled down to ambient temperature.This test is limited to pipe lengths with no service I laterals and diameters of 36 inches or less. The allowable water exfiltration for any length of pipe between termination points should not exceed 50 U.S. gallons per inch of internal pipe diameter per mile per day, providing that all air has been bled from the line. During I exfiltration testing, the maximum internal pipe pressure at the lowest end should not exceed 10 ft (30 m) of water or 4.3 psi (29.7 kPa), and the water level inside of the inversion standpipe should be 2 ft (0.6 m) higher than the top of the pipe or 2 ft (0.6 m) higher than groundwater level, whichever is greater.The leakage quantity should be gaged by the I water level in a temporary standpipe placed in the upstream plug.The test should be conducted for a minimum of 1 hour. 1 END OF SECTION I I I I I I I I I PIPE REHABILITATION BY CURED-IN-PLACE-PIPE(CIPP) I ©2015 Stantec I 193801994-D 33 01 38-5 1 SECTION 33 01 39 MANHOLE REHABILITATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Rehabilitation of manhole walls by cementitious spray on coating. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. A Bid Item has been provided for Sanitary Sewer Manhole Rehab. Measurement will be per linear foot of depth rehabilitated as specified. Payment at the Bid Unit Price will be considered compensation in full for all Work necessary to complete the Bid Item in full, including setting up, cleaning, preparing the surface of the structure, removing steps, patching the structure, applying the spray liner to the manhole walls and doghouses, and providing certification of product application as specified. 2. No Bid Item has been provided for bench and invert repair. All Work necessary to prepare the bench and invert, including setting up, preparing the surface of the bench and invert, and applying the specified coating shall be incidental to the Rehab Sanitary Sewer Manhole Bid Item. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Bid. 1.03 SUBMITTALS A. Submit the following items prior to the start of construction: 1. License of certificate verifying manufacturer's/licensor approval of installer. 2. Construction Sequence. 3. Product data and manufacturer's recommended installation procedures. 4. Installer completed project list which includes the project name and the names and telephone numbers of the facility owners. 1.04 QUALITY ASSURANCE A. Applicator's Qualifications: 1. Applicator of products shall be approved by product manufacturer. B. Certification of Product Application: 1. Upon completion of surface coating, an inspection shall be made by a representative of the manufacturer to ascertain that the product has been applied according to the manufacturer's published specifications and detail. C. Warranty: 1. Contractor shall warrant the workmanship and products for 1 full year after final Project acceptance. 2. Warranty shall cover manhole coating deterioration, spalling of concrete or other failure of the coating. 1 MANHOLE REHABILITATION ©2015 Stantec 1 193801994-D 33 01 39- 1 I 3. Failures during the warranty period shall be repaired by the Contractor at no charge to the Owner. PART 2 PRODUCTS I 2.01 SPRAY LINER A. Hydrogen sulfide and corrosion resistant liner shall be used such as Quadex Dynastone, Strong Seal High Performance Mix, or Permaform MS-10,000 with Con Shield. 2.02 INFILTRATION CONTROL I A. Conform to Section 33 01 30.61 -Sewer and Pipe Joint Sealing. 2.03 BENCH AND INVERT REPAIR A. Corrosion resistant product shall be used such as Strong Seal Bench Mix, or approved equal. PART 3 EXECUTION I 3.01 STRUCTURE SURFACE PREPARATION A. Prepare existing surfaces per manufacturer's recommendations prior to the installation of spray on liner. 1. Remove mineral deposits and roots from manhole walls. 2. Patch manhole walls as necessary using products compatible with the supplied spray on liner. 3. Inject chemical grout to seal all infiltration areas per manufacturer's recommendations. 4. Remove all steps flush with inside wall. B. All materials left as a result of the cleaning shall be removed from the manhole prior to lining. C. Any exposed, oxidized rebar must be cleaned to a "white metal" SSPC-SP5 finish profile by sandblasting. 3.02 SPRAY LINER A. Apply sulfide resistant coating per manufacturer's recommendations. I B. Coat all interior surfaces with a minimum 1/2-inch liner thickness. 3.03 BENCH AND INVERT REPAIR A. Apply corrosion resistant product per manufacturer's recommendations. I END OF SECTION MANHOLE REHABILITATION ©2013 Stantec 1 193801994-D 33 01 39-2 I SECTION 33 01 44 ' PIPE BURSTING PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Pipe restoration by bursting of the host pipe and inserting new 6" PVC, C900 Water Main, Including Dual Tracer Wire. B. Related Sections 1. Section 01 33 00-Submittal Procedures. 2. Section 01 50 00-Temporary Facilities and Control. 3. Section 33 10 00-Water Utilities. 4. Section 33 12 12-Water Services. 5. Section 33 31 00-Sanitary Utility Sewer Piping. 1 6. Section 33 40 00-Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Pipe Bursting of 6" CIP w/ 6" PVC, C900 Water Main, Including Dual Tracer Wire with measurement based on units of lineal feet. Payment will constitute full compensation for all Work and costs to furnish and install the pipe complete in place, including: line clearing, dewatering and testing.The actual quantity installed multiplied by the appropriate Bid Unit Price will be considered ' compensation in full for all Work and costs to furnish and install material in place.No payment will be made for PVC to DIP connections. 2. All other Work and costs of this Section shall be incidental to the Project and included Iin the Total Base Bid. 1.03 REFERENCE STANDARDS A. American Society of Testing and Materials (ASTM) 1. C618- Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture In I Portland Cement Concrete. 2. D638-Standard Test Method for Tensile Properties of Plastics. 3. D1784-Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 4. D2152-Standard Test Method of Adequacy of Fusion of Extruded Poly (Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion. 5. F1674-Standard Test Method for Joint Restraint Products for Use with PVC Pipe. 6. ASTM D1238-Measuring Flow Rates of Thermoplastics By Extrusion Plastometer. 7. ASTM Dl 248-Specification for Polyethylene Plastics Molding and Extrusion Materials. 8. ASTM D1505- Density of Plastics By the Density-Gradients Technique. 9. ASTM D1693 Test for Environmental Stress-Cracking of Ethylene Plastics. 10. ASTM D2657-Standard Practice for Heat Fusion Joining Polyolefin Pipe and Fittings. 11. ASTM D2837 Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. 12. ASTM D3350-Specification for Polyethylene Plastic Pipe and Fittings. PIPE BURSTING ©2015 Stantec 1 193801994-0 33 01 44- 1 I 13. ASTM F714-Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based On Outside Diameter (3-Inch IPS and Larger). B. American Iron and Steel Institute (AISI) 1 1. Type 316 stainless steel. C. American Petroleum Institute (API) I 1. API 13A- Oil Well Drilling - Fluid Materials. 1.04 SUBMITTALS I A. Submit the following items consistent with Section 01 33 00: 1. Certificates of Training: a. By the pipe bursting systems manufacturer stating that the operators have been fully trained in the use of the proposed pipe bursting equipment by an authorized representative of the equipment manufacturer. b. By the pipe fusion equipment manufacturers that the operators have been fully trained in the use of the fusion equipment by an authorized representative of the equipment manufacturer. 2. Detailed construction procedures and layout drawings to include sequence of construction. 3. Locations, sizes, and construction methods for the service reconnection pits. Methods of construction, reconnection, and restoration of existing service laterals. 4. Detailed procedures for the installation and bedding of pipe in launching and receiving pits. 5. Certification of Compliance for each diameter of pipe. 6. Manufacturer's technical data containing complete information on material composition, physical properties, and dimensions of the new pipe and fittings. Manufacturer's recommendations for transport, handling, storage, and repair of pipe and fittings shall be included. 7. Engineering calculations for the design of the HDPE pipe thickness. Loads used in calculation will include soil dead load, applicable live load, pressure from high water level, and the maximum pushing and/or pulling force imposed by pipe bursting equipment. 8. Contingency Drawings for the following Potential Conditions: a. Unforeseen obstruction(s) causing burst stoppage, such as unanticipated change(s) in host pipe material, repair section(s), concrete encasement(s) or cradle(s), buried or abandoned manhole(s), or changes in direction not depicted on maps provided by the Contracting Authority. b. Substantial surface heave occurring due to depth of the existing pipe vs. the amount of upsizing. c. Damage to existing service connections and replacement pipeline's structural integrity and methods of repair. d. Damage to other existing utilities. e. Loss of and return to line and grade. f. Soil heaving or settlement. QUALITY ASSURANCE QUAL SSU RANCE A. The Contractor shall be certified by the pipe bursting system manufacturer as a fully trained user of the proposed pipe bursting system.The pipe bursting system shall be I PIPE BURSTING ©2015 Stantec 1 193801994-D 33 01 44-2 I 111 operated by personnel trained by a qualified representative of the pipe bursting system manufacturer. IB. Polyethylene pipe jointing shall be performed by personnel trained in the use of butt-fusion equipment and recommended methods for new pipe connections. I1.06 DELIVERY, STORAGE, AND HANDLING A. Prevent damage to the pipe when loading, transporting, and unloading. Do not drop I pipe. B. Do not use chains or wire ropes in handling PVC pipe. IC. Inspect all pipe and materials during unloading process. D. Handle and store material in accordance with manufacturer's recommendations. E. Notify Engineer of any cracked, flawed, or otherwise defective material. IPART 2 PRODUCTS 2.01 PVC PIPE AND FITTINGS IA. General: Pipe shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of AWWA C900 (4 inches to 12 inches diameter pipe). B. Fusible PVC Pipe: 8-Inch PVC C900 DR 18, DIPS, for potable water. I C. Marking: Conform to AWWA C900 and C905. D. Fittings: Ductile iron fittings conforming to Section 33 10 00. E. Joint Restraint: Approved for use on PVC pipe conforming to Section 33 10 00 and ASTM IF1674. 2.02 TRACER WIRE FOR WATER MAIN AND/OR FORCEMAIN IA. Conform to the applicable requirements of NEMA WC3, WC5, and WC7. B. Shall be Underwriters Laboratories (UL) listed for use in direct burial applications (e.g. USE, IUF, or tracer wire). Conductor: Minimum AWG No. 8 in copper or AWG No. 12 stainless steel rated to 30 volts. IC. D. Identification: Volts (or V), AWG size, UL and designation (example: "tracer wire"). IE. Attach to bolt on break off flange of hydrants and valves. F. 2 wires required for directionally drilled pipe. I2.03 EQUIPMENT A. Certified by manufacturer for intended purpose, diameter of pipe, and expected Iloadings. I PIPE BURSTING i ©2015 Stantec I 193801994-D 33 01 44-3 I 2.04 SOURCE QUALITY CONTROL A. Manufacturer's Certifications: Provide certification of all testing performed by the pipe manufacturer at the manufacturing site documenting compliance with the Specifications under which the pipe is manufactured. Certifications shall include but not limited to pipe thickness, pipe strength, static pressure tests, material composition, and gasket test requirements. B. The fusion technician shall be qualified by the pipe supplier to install the fusible PVC. 1 PART 3 EXECUTION 3.01 PREINSTALLATION PROCEDURES 1 A. Notify the Owner and the Engineer at least 7 days in advance of the planned start of Work. 1 B. Water Control 1. Keep drilling pit subgrades continuously free from ground and surface waters during 111 operations. Implement additional groundwater controls on short notice as required. Observed water levels prior to construction are to be below the invert elevation of the pits. 2. Direct discharge from dewatering operations into approved receiving basins in accordance with all applicable regulatory requirements as required. C. Operations 1. It is not necessary to complete drilling work in 1 continuous, non-stop, operation. If Work is interrupted or stopped prior to completion at the Contractor's discretion without prior Owner approval, the Contractor shall bear all costs related to the stoppage and restarting operations without additional payment. 2. Operate to prevent settlement, movement, or cracking of adjacent structures. If any movement or settlement occurs which cause or might cause damage to the structures over, along, or adjacent to the Work, stop drilling operations immediately, except for those activities which will assist in making the Work secure and prevent further movement, settlement, or damage. 3. Resume drilling operation only after all necessary precautions have been taken to prevent further movement, settlement, or damage. 3.02 PIPE JOINING 1 A. Pipe Joining Method 1. Joining method shall be per the pipe manufacturer's recommendations. 2. For fused PVC, the fusion technician shall be certified by the pipe manufacturer/ supplier. 3. Place chlorine tablets or powder in pipe as needed for disinfection. B. The butt-fused joint shall be true alignment and shall have uniform rollback beads resulting from the use of proper temperature and pressure. The joint shall be allowed adequate cooling time before removal of pressure.The fused joint shall be watertight and shall have tensile strength equal to or greater than that of the pipe. All joints shall be subject to acceptance by the Engineer prior to insertion. 1 PIPE BURSTING ©2015 Stantec 1 193801994-D 33 01 44-4 1i C. Cut out and replace defective joints. Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in depth than 10 percent of the wall thickness (ASTM 585) shall not be used and must be removed from the Site. However, a defective area of the pipe may be cut out and the joint fused in accordance with the procedures s tated above. In addition, an y sec tio n of the pipe having other defects, such as concentrated ridges, discoloration, excessive spot roughness, pitting, variable wall I thickness, or any other defect of manufacturing or handling as determined by the Engineer, shall be discarded and not used. 1 D. Terminal sections of pipe that are joined within the insertion pit shall be connected with a mechanical coupling (e.g. a full circle stainless repair clam p), Electro Fusion Couplings (e.g. Central Plastics, or equivalent), or a non-shear restraint coupling. All connections shall Ibe in conformance with the manufacturer's installation procedures. E. be in conformance with the manufacturer's installation procedures. I3.03 PIPE BURSTING AND PIPE INSTALLATION A. Excavation of launch pits shall be situated to provide minimum inconvenience to residents, I businesses, or traffic. Launch pits shall not be located in easement areas and private property without permission of the property owner and the Engineer. IB. The Contractor shall record the general progress. C. Cleaning Pipe Ends 1. After pulling pipe, clean exposed ends for installation of fittings. D. Fittings for Fused PVC 1. Install ductile iron fittings as required for attachment of adjacent sections of pipe. Use I joint restraints approved for use with PVC pipe. Do not connect adjacent sections of pipe by beveling pipe ends. Wrap fittings with pipe encasement in conformance with Section 33 10 00. 1 2. Install approved tracer box as needed for locating. 3.04 QUALITY CONTROL IA. See Section 33 10 00- Water Utilities for testing requirements. END OF SECTION 1 I 1 1 I I PIPE BURSTING I ©2015 Stantec I 193801994-D 33 01 44-5 I ISECTION 33 05 05 ITRENCHING AND BACKFILLING PART 1 GENERAL I 1.01 SUMMARY I A. Section Includes 1. Trenching requirements for underground piping and appurtenances, including requirements for excavation, backfill, and compaction. IB. Related Sections 1. Section 31 10 00- Site Clearing. 2. Section 33 10 00 Water Utilities. 3. Section 33 31 00-Sanitary Utility Sewer Piping. 4. Section 33 40 00-Storm Drainage Utilities. I1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I 1. Trench Excavation: Excavation and backfilling of trench shall be included in the price of pipe provided. 2. Pipe Bedding: Considered incidental and shall be included in the price of pipe I furnished and installed. 3. Rock Excavation: Measured from the top of the rock to a point 12 inches below the outside barrel of the pipe and 12 inches from each side of outside diameter of pipe (at bell).The minimum trench width of Rock Excavation shall be 48 inches. For I measurement purposes, cubic yard volume will be computed based on vertical walls for the width specified above. Payment for Rock Excavation shall be at the Unit Price per cubic yard. Any additional Rock Excavation required for shelving or OSHA I Standards will not be measured for payment and will be considered incidental to the Rock Excavation bid Item: a. The estimated Rock Excavation shown in the various parts of the Bid Form were I calculated as described above, and are based on past experience with water main breaks and other excavations. No variation from the Unit Price for Rock Excavation will be considered or allowed due to quantity variation. b. Separate Bid Items have been provided for Rock Excavation-Weathered Rock I and Hard Rock. Payment will be made based on the method or rock excavation actually used in the field. Any excavation performed with a standard backhoe bucket will not be considered rock excavation. Ic. Payment for Rock Excavation shall include hauling and disposing of the excess rock off of the Site. 4. A Bid Item has been provided for Sand Cushion. Measurement shall be by the units of linear feet for pipe within the Rock Excavation. Payment will include a minimum width of 3 feet and depth of 12 inches below the pipe to pipe invert. 5. Improved Pipe Foundation: At the Bid Unit Price per lineal foot for each 6-inch layer placed below the pipe bedding, not including the first 6 inches. I a. For example, say 2 feet of foundation material is required under a pipe installed with C-2 bedding. Because 6 inches of material is required for Class C-2 pipe I TRENCHING AND BACKFILLING ©2015 Stantec 1 193801994-D 33 05 05- 1 I bedding (and therefore incidental), payment will be made for 3 lineal feet of pipe foundation material, 6 inches deep per foot of pipe installed. b. No payment will be made without the knowledge or consent of the Engineer. c. No payment will be made for subgrade rock installed for de-watering purposes only, unless specified. d. No payment will be made for disposing of excavated material offsite that has been created by placement of improved pipe foundation. 6. Temporary Bracing and Sheeting: Considered part of the excavation costs with no additional compensation to Contractor, unless provided for otherwise. 7. Density Tests a. Passing Tests: All costs paid by Owner. b. Failing Tests: All costs charged to and paid by the Contractor. 8. Dewatering: No explicit, direct payment is made for this work. Costs for this work are to be included in the Bid Unit Price for the pipe or structure installed. 9. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. Minnesota Department of Transportation "Standard Specifications for Construction" and "Materials Lab Supplemental Specifications for Construction," 2005 Edition (MnDOT Spec.). 1. 2105- Excavation and Embankment. 2. 2451 -Structure Excavations and Backfills. 3. 3149 - Granular Material. B. American Society of Testing Materials (ASTM) 1. C1479 -Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard Installations. 2. D2321 -Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications. 3. D698 -Test Method for Laboratory Compaction Characteristics for Soil Using Standard Effort (12,400 ft-lbf/ft). 1.04 SUBMITTALS I A. Provide the following submittals consistent with Section 01 33 00: 1. Product Data for each Borrow Material: a. Name and location of source. b. Results of gradation tests. 1.05 DEFINITIONS I A. Bedding:The soil material adjacent to the pipe which makes contact with the pipe foundation,walls of the trench, and upper level of backfill.The purpose of bedding is to secure the pipe to true line and grade, and to provide structural support to the pipe barrel. B. Foundation:Soil material beneath the pipe bedding. C. Improved Pipe Foundation: Foundation provided by importing material from sources outside the Site. Required when foundation is soft or unstable. D. Filter Aggregate: Free draining mineral product used around drain tile pipe. TRENCHING AND BACKFILLING ©2015 Stantec I 193801994-D 33 05 05-2 I 1 E. Rock Excavation (Hard Rock): Includes such rocks that are not decomposed, weathered, or shattered, and which will require blasting, hydro-hammering, barring,wedging, or use of I air tools for removal. Also included are any boulders, concrete, or masonry structure (except concrete pavement, curb and gutter, and sidewalk) exceeding 1 cubic yard. F. Rock Excavation (Soft Rock): Includes such rocks that are decomposed,weathered, or I shattered, and which will require the use of ripping equipment, such as rock buckets and ripper hooks. I G. Pipe Zone:That part of the trench below the pipe to a distance of 1 foot above the top of the pipe. I H. Sand Cushion: Aggregate bedding material used around pipe in areas where rock excavation is encountered, where pipe insulation is used, and when crossing existing utilities. 1.06 SEQUENCING AND SCHEDULING A. Known existing underground utilities are shown on the Drawings in a general way. Owner ' does not guarantee the locations as shown on the Drawings. Contractor shall anticipate variations in both the vertical and horizontal locations of underground utility lines from those shown on the Drawings. IB. Uncover utilities and verify both horizontal and vertical alignments sufficiently in advance of construction to permit adjustments in the Work. Determine location of existing utilities and identify conflicts before excavating trench for pipe installation. IC. Notify Gopher State One Call before starting construction in a given area, requesting utility locations in the field. 1 t D. Provide continuance of flow of existing sewer and other facilities. IE. Backfill and compact all trench excavations promptly after the pipe is laid. 1.07 WARRANTY I A. Trench settlements that occur during the correction period and are greater than 1/2 inch as measured from the beginning to the end of the settlement, as determined by the Engineer,will be repaired in a manner acceptable to the Owner at the Contractor's Iexpense. PART 2 PRODUCTS I2.01 PIPE BEDDING MATERIAL A. Polyvinyl Chloride (PVC) Pipe and High Density Polyethylene (HDPE) Pipe. 1 1. Comply with MnDOT Spec. 3149.2.B.1 for Granular Borrow. a. 1 inch maximum aggregate size. b. No on the Site granular material encountered during construction may be used. IB. Ductile Iron Pipe (DIP) and Reinforced Concrete Pipe (RCP) 1 1. Class C-1 Bedding Ia. Onsite material. TRENCHING AND BACKFILLING ©2015 Stantec I 193801994-D 33 05 05-3 I t b. No rocks larger than 3 inches shall be placed within pipe zone. , 2.02 IMPROVED PIPE FOUNDATION MATERIAL A. Comply with MnDOT Spec. 3149.2.H Modified. 1. Crushing Requirements: At least 50 percent of the material by weight retained on the No. 4 sieve shall have 1 or more crushed faces. 2.03 FILTER AGGREGATE MATERIAL A. Comply with MnDOT Spec. 3149.2.J. I 2.04 SAND CUSHION MATERIAL A. Comply with MnDOT Spec. 3149.2.B.1 for Granular Borrow. 1. No on Site granular material encountered during construction may be used without the permission of the Engineer. 2. 1 inch maximum aggregate size. 2.05 BACKFILL MATERIAL A. Suitable materials selected from the excavated materials to the extent available and practical. B. Suitable materials are mineral soils free of rubbish, trees, stumps, branches, debris, frozen soil, oversize stone, concrete and bituminous chunks, and other similar unsuitable material. C. Boulders larger than 12" shall not be used as backfill material and shall be removed from the site. PART 3 EXECUTION I 3.01 EXAMINATION A. Prior to construction, insp ect existin g utility structures and surface features, and document condition. B. Re-inspect foundation soils if rain fall or snow has occurred after initial inspection but prior to placing pipe and bedding. 3.02 PREPARATION , A. Notify Utility Owners to field mark their utility locations. B. Protect as necessary surface features, such as utility poles, trees, structures, pavement, etc., that are not designated on the Drawings to be removed. C. Notify utility companies of progress schedule so they can accomplish any necessary relocations and removals that they have agreed to relocate, remove, or support. D. Implement traffic control. ' I TRENCHING AND BACKFILLING ©2015 Stantec I 193801994-D 33 05 05-4 1 1 E. Complete temporary removal or relocation of surface features, such as fences, shrubs, signs, and mailboxes. F. Strip off existing topsoil soil from within the trench excavation limits and stockpile. Separate vegetative stri pp in g s fr om salvageable t o soi t and dispose of appropriately. I G. Crossing Under Existing Utility Lines. 1. Use extreme care when excavating in the vicinity of underground utility lines to avoid damage to protective coatings or surfaces. I 2. Where possible and as authorized by the utility, temporarily remove the utility line, install the new pipe, and reinstall the utility line. 3. Where existing line cannot be removed or is not feasible to remove, securely support, I excavate under, backfill under and around the utility line to 100-Percent Standard Proctor Density. 4. Report and repair damaged lines prior to backfilling trench. 1 3.03 CONSTRUCTION A. Conform to ASTM D2321, or modified herein. IB. Trench Excavation. 1. Excavate trench to alignment and grade shown on the Drawings. 111 2. The trench width at the surface may vary and depends on the depth of trench and nature of the excavated material encountered. However, it shall be of ample width to permit the pipe to be laid and jointed properly and the backfill to be placed and compacted properly. I 3. Correct any part of the trench that is inadvertently excavated below grade with approved material compacted to 100-Percent Standard Proctor Density. 4. Brace, shore, or sheet trench and provide drainage. Comply with applicable State I Regulations relating to industrial safety to a safe angle of repose. Angle of repose may be no less than that required by the Accident Prevention Division of the State Industrial Commission or the requirements of the Occupational Safety and Health Act (OSHA), 1 whichever is most restrictive. 5. Pile all excavated material in a manner that will not endanger the Work or obstruct sidewalks, driveways, gutters, etc. I 6. Segregate soils in the excavated material that are not suitable for trench backfill and dispose of in a manner that is consistent with the requirements specified herein under "Backfill Above Pipe Zone." 7. Dispose of excess excavated materials off of right-of-ways and easements in a suitable I site selected by the Contractor. 8. Haul materials, other than natural soil materials that are suitable as backfill material, to an approved landfill as directed by the Engineer. 1 C. Water Control 1. Dewater the ground as necessary to excavate the trench and install the pipe. All pipe and structures shall be laid in a dry condition prior to backfill. Maintain groundwater Ilevel a minimum of 1 foot below the pipe invert. Measure the rate of flow from dewatering pumps at the beginning of the dewatering operation(s) and once per week thereafter. Keep a daily log of hours pumped. ID. Trench Bottom 1. Excavate to a sufficient depth to insure adequate foundation when the bottom of the Itrench is soft or where in the opinion of the Engineer unsatisfactory foundation TRENCHING AND BACKFILLING ©2015 Stantec I 193801994-D 33 05 05-5 I conditions exist. Bring excavation up to pipe grade with thoroughly compacted ' granular materials meeting the requirements of Improved Pipe Foundation Material. 2. Provide temporary support, remove, relocate, or reconstruct existing utilities located within the trench excavation. Utility shall designate method employed. Use particular care and provide compacted fill or other stable support for utility crossings to prevent detrimental displacement, rupture, or failure. 3. Excavate to expose existing utilities that cross in close proximity to the planned pipe line to determine the utilities' exact location sufficiently ahead of pipe installation to plan for the avoidance of grade conflict. Measure to determine the utilities' location relative to the planned pipe line location. A deviation from the alignment, grade, and location to avoid conflict may be ordered by the Engineer. 4. In locations where rock affects the pipe foundation, excavate the trench 6 to 12 inches below the pipe and place sand cushion material up to the proposed invert elevation.The remainder of the trench up to the top of rock elevation shall be backfilled with granular backfill material. a. Sand Cushion: The removal and disposal of the unsuitable material within the 1 trench and below the invert elevation, and the replacement up to invert elevation with the appropriate bedding material. b. Granular Backfill:The removal and disposal of unsuitable material within the trench, above the invert elevation, and replacement up to the surface with appropriate backfill material. No additional compensation will be allowed for wider or deeper trenches in rock excavations. c. For PVC and HDPE Pipe, the sand cushion shall be placed to 1 foot above the pipe.The remainder of the trench up to the top of the rock shall be backfilled with granular backfill material. 5. Improved Pipe Foundation: When unsatisfactory foundation conditions exist, excavate to a depth consisting of solid materials. Fill to pipe grade with thoroughly compacted granular materials meeting the requirements of Improved Pipe Foundation Material. 3.04 PIPE BEDDING I A. Polyvinyl Chloride Sewer Pipe: Bed pipe in accordance with ASTM D2321. B. Reinforced Concrete Pipe: Bed pipe in accordance with Class C-1 Bedding. I C. Ductile Iron Pipe: Bed pipe in accordance with AWWA Standard C150 and C151. D. High Density Polyethylene (HDPE) Profile Wall Pipe: Bed pipe in accordance with ASTM D2321. E. Use only selected materials free from rock, boulders, debris, or other high void content substances to a level 1 foot above the top of pipe. Remove ledge rock, boulders, and large stones to provide at least 6-inch clearance from pipe. F. Dig bell holes of ample dimension at each joint such that the pipe barrel rests continuously on the bedding. 3.05 BACKFILL WITHIN PIPE ZONE A. Backfill immediately after pipe is laid. Restrain pipes as necessary to prevent their movement during backfill operations. i TRENCHING AND BACKFILLING ©2015 Stantec I 193801994-D 33 05 05-6 1 1 B. Place material completely under pipe haunches in uniform layers not exceeding 4 inches in depth. 1 C. After first 4-inch layer is placed, hand (shovel) tamp along pipe within haunch zone. D. Continue to compact backfill material with a jumping jack and/or a vibratory plate compactor after each subsequent 4-inch layer, taking care not to damage or move the pipe with compaction equipment. 1 E. After backfill is above the top of pipe, continue to place backfill in 4-inch layers and use the vibratory plate compactor to reach compaction requirements. 3.06 BACKFILL ABOVE PIPE ZONE 1 A. Use suitable materials meetin g requirements uirements of Backfill Material. q B. Place in uniform depth layers not to exceed 12 inches before compaction. Complete the compaction of each layer before placing material for the succeeding layer. 1 C. Remove any rock/boulders larger than 12 inches and dispose off site. D. Compact each layer by mechanical means until it meets the requirements of MnDOT ' Spec. 2105.3.F.1 "Specified Density Method."Trenches shall be compacted to a minimum of 95 percent, except to 100 percent in the upper 3 feet. E. The method and means of placement and type of compaction equipment used is at the ' discretion of the Contractor. However, all portions of the trench backfill must meet minimum specified compaction requirements. F. Any deficiency in quantity of backfill material (caused by shrinkage or settlement) shall be supplied at no additional cost to the Owner. 1 G. Excavated material not suitable or required for backfill shall be disposed of outside of the Site. 3.08 QUALITY CONTROL ' A. Density Tests:To be performed by an approved soils testing firm at various locations and depths throughout the Site as directed by the Engineer.The Contractor shall cooperate fully and provide assistance as necessary to complete these tests. B. Failed density test areas shall be excavated and re-compacted until the density 1 requirements are met. END OF SECTION i 1 1 TRENCHING AND BACKFILLING ©2015 Stantec I 1 93801994-D 33 05 05-7 1 SECTION 33 05 17 ADJUST MISCELLANEOUS STRUCTURES ' PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Adjustment of utility structures. ■ B. Related Sections 1. Section 33 10 00-Water Main Utilities. 2. Section 33 39 00-Sanitary Utility Sewer Structures 3. Section 33 40 00-Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES ' A. Measurement and Payment 1. Bid Items have been provided for various adjustments. Payment at the Bid Unit Price for all items is considered compensation in full for all materials and Work required to furnish and install the Bid Item in place. No additional payment will be made for interim adjustments. Costs for additional adjustments should be included in the Bid Item for providing and installing the casting. 2. Furnish and Install New Sanitary MH Casting and Rings: Measurement will be by each. Castings and rings for new structures are incidental to the new structure bid item as identified in Section 33 39 00. 3. Furnish and Install New Watertight Sanitary MH Casting and Rings: Measurement will be by each. Castings and rings for new structures are incidental to the new structure bid item as identified in Section 33 39 00. 4. Furnish and Install New Storm Sewer Casting and Rings-MH: Measurement will be by each. Castings and rings for new structures are incidental to the new structure bid item as identified in Section 33 40 00. 5. Furnish and Install New Storm Sewer Casting and Rings-CB: Measurement will be by each. Includes all existing catch basins and shall be Neenah R3290VB, or R3290-A for structures within driveway approaches. Castings and rings for new structures are incidental to the new structure bid item as identified in Section 33 40 00. 6. Adjust Valve Box: A Bid Item has been provided for Adjust Valve Boxes that were existing and not replaced in this project. Measurement will be by each existing valve box adjusted. Adjustment of the valve box on new valves installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the valve. t 7. Adjust Curb Box: Adjustment of curb box on new curb stops installed under this Contract is incidental to the Bid Unit Price for furnishing and installing the curb stop. 8. All other Work and costs of this Section shall be incidental to the Project and included ' in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. A48-Specification for Gray Iron Casting. 1 ADJUST MISCELLANEOUS STRUCTURES ©2015 Stantec 1 193801994-D 33 05 17- 1 1 i 2. A240-Specification for Heat-Resisting Chromium-Nickel Stainless Steel Plate Sheet and Strip for Pressure Vessels. 3. C923-Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Materials. 4. D1248-Polyethylene Plastics Molding and Extrusion Materials. 5. F593-Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 6. F594-Specification for Stainless Steel Nuts. B. Minnesota Department of Transportation "Standard Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2506-Manholes and Catch Basins. 2. 3733-Geotextiles. 1.04 DEFINITIONS I A. Adjust Frame and Ring Casting: A change in rim elevation accomplished for manholes or catch basins through the addition or removal of adjustment rings only. Adjustment does not include the addition or removal of sections from the structure. B. Adjust Valve Box: A change in elevation of the top of the valve box accomplished through the raising or lowering of the existing top section of the valve box only. Adjustment does not include the addition or removal of sections from the valve box. C. Remove and Replace Adjustment Rings:The process of removing the existing concrete ' adjustment rings from an existing structure and placing new rings on manholes and catch basins. 1.05 SEQUENCING AND SCHEDULING A. All existing and new manhole castings, valve boxes, and other castings shall be adjusted to the proper elevation prior to the placement of final surfacing. B. Contractor is responsible for removing any foreign material that enters the structures during construction. PART 2 PRODUCTS 2.01 ADJUSTING RING A. High-Density Polyethylene (HDPE) 1. Molded high-density polyethylene conforming to ASTM D1248. B. Manhole Adjusting Ring 1. Neenah R-1979 Series, non-rocking application. 2.02 ADHESION MATERIALS A. Ram-Nek material, or approved equal. B. Sealant (For HDPE Rings) 1. DOW 999-A building caulking and glazing sealant, or approved equal. 2. Open cell polyurethane foam sealant with adhesive backing. I ADJUST MISCELLANEOUS STRUCTURES ©2015 Stantec 1 193801994-D 33 05 17-2 I 1 C. Manhole Adjusting Ring 1. As recommended by manufacturer. I2.03 HYDRANT EXTENSIONS A. Sections: Match existing hydrant manufacturer and model. 2.04 CASTINGS I A. Manhole, Catch Basin Frames, and Covers. 1. Requirement: ASTM A48. 2. Material: Class 35 cast iron. Best grade. Free from injurious defects and flaws. I" 3. Finish Preparation:Sandblast. 4. Machine cover and frame contact surface for non-rocking protection. 5. Covers with 2 concealed pick holes of approved design. 6. Type and Style: Per city's standard details shown on Drawings. I a. Manhole (Storm or Sanitary) Castings: shall be Neenah R1642B, or R1755E to make watertight sanitary structures in the curbline or as instructed by the Engineer. b. Catch Basin Castings:shall be Neenah R3290VB, or 83290-A for structures within I driveway approaches. manhole covers shall be stamped appropriately with "SANITARY SEWER" or "STORM SEWER". Use 2 inch letters. 2.05 VALVE BOX A. Valve Box Risers / Covers. 1. Conform to details on Drawings. 2. Conform to the requirements of Section 33 10 00. I2.06 GEOTEXTILE A. Woven filter fabric, 4-1/2 ounces for use in conjunction with HPDE rings. IB. Conform to city's standard details as shown in Drawings. I PART 3 EXECUTION 3.01 GENERAL IA. The necessary vertical alignment will be determined by the Engineer. B. Where existing frame is within 0.05 feet below finished grade, no adjustment is to be made. iAdjustments are required for any existing frame that is above finished grade. C. The frame shall be raised or lowered to match the street or gutter. ID. Protect existing structures from damage. E. Prevent sand, concrete, or any other debris from entering the structures. ill 1 3.02 PREPARATION IA. Call utility owners to field mark their utility locations. ADJUST MISCELLANEOUS STRUCTURES I ©2015 Stantec I 193801994-D 33 05 17-3 I B. Contractor to verify exact location of existing utilities. 3.03 ADJUST FRAME AND RING CASTING A. Remove all dirt, debris, dust, and other deleterious material from surface p rior to placement of first adjusting ring. B. HDPE Adjusting Ring 1. Remove all dirt, debris, dust, and other deleterious material from surface prior to placement of first ring. 2. Dry set the rings and casting prior to installation. 3. Install adhesive for adjusting rings as per the following: Location of Sealant Type of Sealant Between casting and last ring: Minimum of two- 1/2-inch beads of DOW 999 Between intermediate rings: 1/2-inch bead of DOW 999 Between cone/top slab and first ring: Minimum of two - 1/2-inch bead of DOW 999 4. Sealant to be placed around entire circumference of each unit with no gaps. 5. Utilize the flat and sloping units to match the required grade and slope of the area at the location of the structure. 6. No shims of any material may be used. 7. No mortar may be used with HDPE rings. 8. Minimum of 2, maximum of 5 rings allowed. Maximum 12-inches of adjustment is allowed. 9. Wrap entire casting and ring system with geotextile. For structures with cone section, geotextile wrap to extend over a minimum length of 18 inches of the cone. 3.04 ADJUST VALVE BOX A. Adjust box by screwing top section up or down. 1 B. Prevent sand, chunks of concrete, or any other debris from entering the valve box. Contractor will be required to vacuum out or remove and reset any valve box that contains debris. C. Short sections inserted inside the existing top section are not allowed to perform adjustment, unless specified. D. Install approved sections as needed. E. Patch road to match existing pavement section. 3.05 REMOVE EXISTING AND PLACE NEW MANHOLE AND CATCH BASIN FRAME I A. Remove and dispose of frame and casting as indicated on the Drawings. B. Place new adjustment rings conforming to Article 3.03-Adjust Frame and Ring Casting. C. Install new frame and casting. D. Patch road to match existing pavement section. I ADJUST MISCELLANEOUS STRUCTURES 0 2015 Stantec 1 193801994-D 33 05 17-4 I E. Dispose of removed material off Site. 3.06 HYDRANT EXTENSIONS A. Remove upper section. IB. Install extension kit as per manufacturer's requirements. C. Replace upper and lower rod assemblies with heavy-duty for extensions in excess of 1 18 inches. D. Replace the upper section. I3.07 FIELD QUALITY CONTROL A. Casting installations and adjustments to the sanitary sewer manholes shall be completed in Ia manner to prevent inflow and infiltration. B. For adjustments made within bituminous surfaced areas, any settlements of the bituminous surface greater than 3/8 inch below the rim of the adjusted structure will require removal and replacement of the bituminous surfacing at the Contractor's expense. C. Secure manholes and structures immediately after completion or before suspension of operations at the end of working day with castings or suitable alternative device. I D. Adjust Manholes and Catch Basin Frames (1/8 inch to 3/8 inch) below grade prior to placing the final wear course. Thorough tamping of the material around manhole and catch basin frames is required. Where existing frame is within 0.05 feet of grade, no adjustment is to be made. In such cases the crown or gutter shall be either lowered or Iraised, as the case may be, to put the street and frame at the same grade. E. Any adjustment shall include complete removal of existing concrete adjusting rings and Ireplacement with approved HDPE adjusting rings only. F. Regardless of the direction of adjustment, no shims of any material will be allowed. All I manhole and catch basin castings must be replaced prior to the placing of the final wear course. G. Adjust valve boxes to (1/8 inch to 3/8 inch) below grade prior to placing the final wear I course.Thorough tamping of the material around the valve box is required. All valve boxes are the sectional screw-threaded adjustable type. IEND OF SECTION I I I ADJUST MISCELLANEOUS STRUCTURES i ©2015 Stantec I 193801994-D 33 05 17-5 I ISECTION 33 05 18 IRECONSTRUCT MISCELLANEOUS STRUCTURES IPART 1 GENERAL 1.01 SUMMARY I A. Section Includes: 1. Reconstruction of existing utility and drainage structures. I B. Related Sections: 1. Section 02 41 13 -Selective Site Demolition. 2. Section 33 05 05-Trenching and Backfill. 3. Section 33 05 17-Adjust Miscellaneous Structures. I 4. Section 33 39 00-Sanitary Utility Sewer Structures. 1.02 PRICE AND PAYMENT PROCEDURES IA. Measurement and Payment: 1. A Bid Item has been provided for Reconstruct Manhole. Measurement will be by the I linear foot of new barrel section installed on the sanitary sewer manhole. Payment of the Bid Item shall include salvaging and reinstalling the existing cone section and include all excavation, materials, labor and equipment necessary, compaction and I any other materials required per the specification for installation regardless of diameter, spicket style or joints to match the existing structure which shall be considered incidental; removal of existing adjustment rings; and furnishing and installing new barrel sections and adjusting rings: I a. Adjustment of the casting to the bituminous non-wearing course grade on structures where reconstruction is performed shall be included in the Bid Item for reconstruction. No separate measurement and payment will be made for the I adjustment. 2. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1 i 1.03 REFERENCES A. American Society of Testing and Materials (ASTM): 1. A615-Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 2. C150 -Specification for Portland Cement. 11 3. C206 -Specification for Finishing Hydrated Lime. 4. C478- Specification for Precast Reinforced Concrete Manhole Sections. 1.04 SEQUENCING AND SCHEDULING A. Contractor, Engineer, and Owner shall inspect all structures prior to beginning construction. B. Owner will remove any foreign material found in these structures prior to construction. I RECONSTRUCT MISCELLANEOUS STRUCTURES I ©2015 Stantec I 193801994-D 33 05 18- 1 C. Remove and dispose of any foreign material which enters the structures during the construction period. PART 2 PRODUCTS I, 2.01 CONCRETE MATERIALS A. Standard Portland Cement Type 1, clean washed sand, crushed rock, and gravel free from deleterious materials for monolithic concrete manholes and all manhole bases. B. Portland Cement: Comply with the requirements of ASTM Cl 50. C. Design Mix:Subject to the approval of the Engineer. Water-Cement Ratio: 4,000 psi in 28.days. D. Mortar Materials: 1. Cement:Type 1 Standard Portland Cement conforming to ASTM C150. 2. Lime: Normal finishing hydrated lime meeting the requirements of ASTM C206. 3. Mix Proportions: a. 1-part cement to 3-parts of suitable plaster sand for mortar used for plastering the exterior walls of block manholes, catch basins, adjusting rings, and lift holes. Use lime or mortar mix in the amount necessary to make a suitable mixture for plastering purposes, but not to exceed 15 percent by volume. b. 1-part Portland cement to 2 parts of sand to which lime or mortar mix may be added but not to exceed 15 percent by volume for mortar used for laying concrete block. E. Reinforcing Steel: Comply with the requirements of ASTM A615, Grade 60. 2.02 PRE-CAST CONCRETE MANHOLES I A. Conform to Section 33 39 00. B. Precast concrete sections conforming to ASTM C478. C. Joints: Rubber 0-ring gasket type, or approved equal. 2.03 ADJUSTING RINGS A. Per Section 33 05 17 1 PART 3 EXECUTION 3.01 EXCAVATION AND FILL A. Conform to the requirements of Section 33 05 05. 3.02 REMOVALS A. Conform to the requirements of Section 02 41 13. 1 1 RECONSTRUCT MISCELLANEOUS STRUCTURES ©2015 Stantec I 193801994-D 33 05 18-2 II I 3.03 EXAMINATION 1 A. Field-verify size of structure prior to ordering materials. 3.04 RECONSTRUCT MANHOLE A. Salvage casting and remove existing concrete adjusting rings. 1. Materials not re-used on the Project shall be properly disposed of at a location off the I Site. 2. Existing adjusting rings may not be salvaged and reinstalled. IB. Salvage existing cone section. C. Clean any mortar, Ram-Nek, or other existing adhesive material from top of existing structure. IIID. Install new 12"or 16" precast barrel section as directed by Engineer and per Section 33 39 00. I 1. In absence of the o-ring joint, seal manhole section using Ram-neck, or approved equal, gasket material applied in accordance with manufacturer's recommendations. E. Reinstall salvaged cone section on new barrel section. F. Install new adjusting rings and salvaged casting per Section 33 05 17. G. Excavate around entire structure to the required depth for reconstruction. After new sections are in place, backfill and compact around structure. I3.05 PROTECTION A. Secure structures immediately after completion or before the end of working day with Icastings or suitable alternative device. B. Clearly mark structures to avoid damage by vehicular traffic. li END OF SECTION 11 11 1 I RECONSTRUCT MISCELLANEOUS STRUCTURES I ©2015 Stantec I 193801994-D 33 05 18-3 i iSECTION 33 08 30 COMMISSIONING OF SANITARY SEWER UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Testing of sanitary sewer pipe, manholes, fittings, and miscellaneous appurtenances. I B. Related Sections 1. Section 33 08 31 -Sanitary Sewer Televising, Cleaning and Inspection. 2. Section 33 31 00-Sanitary Utility Sewer Piping. 1 3. Section 33 31 14-Sanitary Sewer Services. 4. Section 33 39 00-Sanitary Utility Sewer Structures. 1.02 REFERENCES IIA. American Society of Testing and Materials (ASTM) 1. C924-Standard Practice for Testing Concrete Pipe Sewer Line by Low-Pressure Air Test Method. 2. C969 -Standard Practice for Infiltration and Exfiltration Testing of Installed Precast Concrete Pipe Sewer Lines. i 3. C1103 -Standard Practice for Joint Acceptance Testing of Installed Precast Concrete Pipe Sewer Line. 4. C1244-Standard Test Method for Concrete Sewer Manholes by Negative Air Pressure. 5. F1417-Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines IIusing Low-Pressure Air. 1.03 SUBMITTALS A. Submit the following items: 1. Proposed field testing methods. 2. Results of field testing. 3. Results and required submittals in accordance with Section 33 08 31. PART 2 PRODUCTS Not Used. IPART 3 EXECUTION 3.01 EXAMINATION IA. Commence test procedures only when pipe and structures are clean and free of dirt, water, or other foreign matter, and for buried pipe, trench has been backfilled and compacted. 3.02 FIELD QUALITY CONTROL A. Engineer will observe all tests and visually inspect the Work for compliance. COMMISSIONING OF SANITARY SEWER UTILITIES at ©2015 Stantec 1 193801366 33 08 30- 1 I B. Contractor shall provide all material, equipment, and labor required to test the sanitary sewer systems. C. Continuity Test 1. Test to be completed on the tracer wire after installation of all Project utilities. 2. Fill all forcemain lines prior to the test. 3. Test all lines, including sanitary services and stubs. 4. Verify with Owner and Engineer that completed record drawings are correct and all lines are able to be located correctly. 5. Test: Physically locate all pipes with use of an electronic utility locating device such as a "Metrotech". a. Completing a low voltage circuit with the use of a suitable voltage source and meter to ensure continuity of the tracer wire will be allowed at the discretion of the Engineer. D. Gravity Pipe Leak Testing 1. General a. Test all systems (pipe and structures) for leakage before being put in service. Notify Engineer of the date and time for each test 1 day prior to actual testing.Test in section length increments deemed necessary by the Engineer. b. Test each section by 1 of the following methods. c. Individual segments MH to MH pipe runs must be tested and accepted by the Engineer prior to starting construction of the next pipe run. 2. Low Pressure Air Test a. Diameter: Less than or equal to 24 inches. b. Must meet criteria set forth in ASTM F1417. c. Groundwater level shall be no higher than 2 feet above the top of pipe at upstream end. d. Acceptable time for loss of 0.5 psig of air pressure shall be the larger of the 2 times below: I Pipe Size Min.Time (Min's) Time (s/ft of pipe) 8 3:50 0.760 10 4:40 1.187 12 5:40 1.709 15 7:05 2.671 18 8:30 3.846 21 9:55 5.235 24 11:20 6.837 E. Gravity Pipe Deflection Testing 1. Required for all flexible pipe (FRP, PVC, and HDPE). 2. Deflection Testing Methods a. Pipe Diameters Through 24 Inches: Pull mandrel through the pipe by hand (without aid of mechanical pulling devices). b. Pipe Diameters Greater Than 24 Inches Through 36 Inches: Deflections shall be determined by use of a mandrel or a method submitted to and approved by the Engineer. If mandrel is used, it shall be pulled through the pipe by hand (without aid of mechanical pulling devices). c. Pipe Diameters Greater Than 36 Inches: Deflection measurements shall be determined using a mandrel, rigid bar, a circular rigid template, or by a method COMMISSIONING OF SANITARY SEWER UTILITIES ©2015 Stantec 1 193801366 33 08 30-2 I Iapproved by the Engineer. If mandrel is used, it shall be pulled through the pipe by hand (without aid of mechanical pulling devices). I 3. Deflection testing shall be conducted at least 30 days after the pipe has been backfilled to the desired finish grade on all direct bury flexible pipe. 4. 5-percent deflection allowance. 5. Mandrel Diameter Requirements a. Diameter equal to 95 percent of the base inside diameter noted in Appendix XI of ASTM D3034 for PSM PVC pipe (SDR pipe) and calculated from Appendix X2 of ASTM F679 for PS 46 or 115 pipe. J b. For all other pipe, the minimum diameter shall be equal to 95 percent of the Average Internal Diameter of the pipe as specified below: 1) Average Internal Diameter= (Average Outside Diameter) minus [2 by 1.06 by I (Minimum Pipe Wall Thickness)]. 2) The Average Outside Diameter will be based on applicable ASTM or AWWA Standard. 3) No adjustments to the Average Internal Diameter will be allowed for out-of- roundness, diameter variation, or thickness variation due to manufacture, shipping, and handling. c. Mandrel shall be constructed of rigid steel, be non-adjustable, and have an odd I number of legs (9 legs minimum). Its effective length shall not be less than its nominal diameter. 6. Deflection Template/Bar Requirements it- 1 a. The circular template diameter (or rigid bar length) shall be equal to the mandrel • diameter requirements as determined above. b. Circular templates shall be constructed of rigid materials and be non-adjustable. c. Rigid bars shall have a 1 inch diameter circular section, be constructed of steel, and be non-adjustable. F. Manhole Leak Testing 1 111 1. Testing shall be performed on all new manholes installed with this project. 2. Leak test manholes in accordance with 1 of the following test methods: a. Standard test method for concrete sewer manholes by negative air pressure it according to criteria set forth in ASTM C1244. b. Standard practice for infiltration and exfiltration testing of pre-cast concrete pipe sewer lines according to criteria set forth in ASTM C969. c. Contractor shall furnish all necessary equipment and materials and shall be responsible for conducting the test in the presence of the Owner's representative. 3.03 REQUIREMENTS FOR TEST FAILURES A. Pressure or Leak Test Failure 1. Repair piping as necessary to conform to product requirements. 1 2. Remove and replace leaking manhole sections, adjusting rings or castings. 3. All repair work shall be subject to approval by the Engineer. 4. Chemical type sealants added to the test water will not be permitted. I 5. The Engineer may require removal and replacement of pipe in failed test sections. 6. The cost of replacement, repair, and re-testing of failed pipe sections and manholes shall be borne by the Contractor. I COMMISSIONING OF SANITARY SEWER UTILITIES ©2015 5tantec 1 193801366 33 08 30-3 I I B. Deflection Test Failure 1. Unless otherwise permitted by the Engineer, any over deflected pipe shall be uncovered, and if not damaged, reinstalled. Damaged pipe shall not be reinstalled, but shall be removed from the Site. 3.04 SANITARY SEWER CLOSED CIRCUIT TELEVISION INSPECTION A. General 1. Complete in accordance will Section 33 08 31. END OF SECTION I I 3 I I I' I 1 I I I COMMISSIONING OF SANITARY SEWER UTILITIES ©2015 Stantec 1 193801366 33 08 30-4 I ISECTION 33 08 31 ISANITARY SEWER TELEVISING, CLEANING AND INSPECTION PART 1 GENERAL 1.01 SUMMARY I A. Section Includes 1. Sanitary sewer cleaning, televising and inspection of pipe, fittings, and miscellaneous appurtenances. IB. Related Sections 1. Section 31 23 00-Excavation and Fill I 2. Section 33 01 38-Pipe Rehabilitation by Cured-In-Place Pipe (CIPP). 3. Section 33 10 00-Water Utilities 4. Section 33 31 00-Sanitary Utility Sewer Pipe I1.02 PRICE AND PAYMENT A. Measurement and Payment I 1. A Bid Item has been provided for Preconstruction Sanitary Televising. This Bid item is intended to document the condition of the existing sanitary sewer mains prior to construction. This inspection is to take place in the sanitary directly under or adjacent to a street ahead of any demolition or excavation. Measurement shall be by the lineal foot. 2. No Bid Item has been provided for the pre-televising of lines to be rehabilitated with I cured in-place pipe. This work shall be incidental to the Sewer Rehabilitation work. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. I1.03 SUBMITTALS A. Submit the following items consistent with Section 01 33 00: I 1. 2 copies on DVD format of sewer televising and 2 copies of the written report on conditions. DVD and written reports shall be submitted to both Engineer and Owner. 2. Electronic Copies:Televising reports shall be submitted in pdf format. One pdf shall be created for each section of pipe located between two manholes. Each report shall be I named with a number matching the City's pipe identification number. The identification number for each section of pipe shall be provided to the Contractor at the preconstruction meeting. I 3. Identification Spreadsheet: Provide in Microsoft Excel format with the city's pipe identification number for the pipes that were cleaned and lined. Individual televising reports, images, and video must correspond to the pipe id. A sample spreadsheet can I be provided by the City upon request. 4. Any images taken must be provided to the City in .jpeg format or a format that is approved by the City. I 5. Reports and video shall be provided for both pre-and post-installation televising inspection. i SANITARY SEWER TELEVISING,CLEANING AND INSPECTION 1 ©2015 Stantec I 193801994-D 33 08 31 - 1 I I PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 EXAMINATION A. The Preconstruction Sanitary Televising inspection is to take place in the sanitary directly under or adjacent to a street ahead of any demolition or excavation. B. Commence televising only when pipe and structures are clean and free of dirt or other foreign matter. 3.02 SANITARY SEWER TELEVISING A. General 1. Televising shall be performed on all gravity sanitary sewer lines that will be rehabilitated using cured-in-place pipe (CIPP). 2. Format-The video will be submitted in a DVD format with both audio and video. 3. Camera-The camera will be a self propelled unit providing color video with the ability to tilt up and down and pan left to right.The camera lens shall be capable of turning and looking up each wye or service tap to a minimum distance of the first fitting of the service pipe. The camera is to provide color video and still photographs of any defect. 4. Rate-The televising shall be conducted at a rate not to exceed 30 feet per minute. B. Line Requirements 1. All lines shall be jetted and vacuumed so that all debris has been removed prior to televising. 2. A small quantity of water is to be introduced into the line prior to televising. Amount shall be determined by the Engineer and coordinated with the Owner's Water and Sewer Department.The amount of water shall be sufficient enough to distinguish any sags or alignment problems with the pipe. 3. Each run will consist of a starting and ending MH-#, line size, and a zero reading on the counter at center of the starting manhole. 4. Each service wye shall be examined using the pan and tilt feature. 5. The video camera operator shall type into the video the station (distance), wye location on either the left or right side of the pipe and any problems they notice while televising the sewer lines. I C. Manhole Requirements 1. Examine upstream and down doghouses for water tightness. 2. Examine all joints to confirm watertight quality of gaskets and seals. 3. While at the bottom of the manhole, the camera will examine for infiltration as high as it can see around the entire manhole circumference. 4. Examine vertical outside drops. D. Report Requirements 1. A technician shall observe the monitor at all times during the televising and record the data. 2. Note locations, length and depth of any sag in the pipe (indicate any depths greater than 1/2 inch). SANITARY SEWER TELEVISING,CLEANING AND INSPECTION ©2015 Stantec I 193801994-D 33 08 31 -2 I I3. Note locations, length and depth of any areas of dirt or debris in the pipe (indicate any depths greater than 1/2 inch). I 4. Record distance from center of manhole to center of manhole. 5. Note each change in pipe material, including station. 6. Note each wye or service tap location with station and orientation (Example:wye right, 3 o'clock). 7. Note direction of flow using cardinal /ordinal directions. 8. The complete report and DVD shall be submitted to the Owner/Engineer within 14 days after the completion of the televised segments. $ 9. Include color photos/images of defects in the written report. E. Review Il. All television reports and DVDs will be reviewed after the submittal is received. 3.03 SANITARY SEWER CLEANING IA. Cleaning Equipment 1. Hydraulically propelled equipment. a. Equipment shall be of a movable dam type and be constructed in such a way that I a portion of the dam may be collapse at any time during the cleaning operations to protect against flooding of the sewer. b. The movable dam shall be equal in diameter to the pipe being cleaned and shall I provide a flexible scraper around the outer periphery to insure removal of grease. c. If sewer cleaning balls or other equipment which cannot be collapsed is used, special precautions to prevent flooding of the sewers and public or private I property shall be taken. 2. High-Velocity Jet (Hydro cleaning) Equipment. a. All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. 1 b. The equipment shall have a selection of two or more high-velocity nozzles. c. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. I d. Equipment shall include a high-velocity gun for washing and scouring manhole walls and floor. e. The gun shall be capable of producing flows from a fin spray to a solid stream. I f. The equipment shall carry its own water tank, auxiliary engines, pumps and hydraulically driven hose reel. 3. Mechanically Powered Equipment. a. Bucket machines shall be in pairs with sufficient power to perform the work in an I efficient manner. b. Machines shall be belt operated or have an overload device. c. Machines with direct drive that could cause damage to the pipe are not I permitted. d. A power rodding machine shall be either a sectional or continuous rod type capable of holding a minimum of 750 feet of rod. I e. The rod shall be specifically heat treated steel. f. The machine shall be fully enclosed and have an automatic safety clutch or relief valve. 1 B. Cleaning Precautions 1. During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment. I 2. When hydraulically propelled cleaning tools or tools which retard the flow in the sewer lines are used, precautions shall be taken to insure that the water pressure created SANITARY SEWER TELEVISING,CLEANING AND INSPECTION 1 ©2015 Stantec I 193801994-D 33 08 31 -3 a does not damage or cause flooding of public or private property being served by the sewer. The Contractor will be fully responsible for any property damage caused by the cleaning operations. 3. When possible, the flow of sewage shall be utilized to provide the necessary pressure for hydraulic cleaning devised. 4. When additional water from fire hydrants is necessary to avoid a delay in normal work procedures, the water shall be conserved and not used unnecessarily. Contact Oak Park Heights Public works to obtain meter. No charge will be associated for water use. 5. No fire hydrant shall be obstructed in cast of a fire in the area served by the hydrant. mit C. Sewer Cleaning 1. The cleaning of the sewer lines shall begin upstream and work downstream. 2. The sewer manholes sections shall be cleaned using hydraulically propped, high- velocity jet or mechanically powered equipment. Selection of the equipment shall be based on the conditions of lines at the time the work commences. 3. The equipment shall be capable of removing dirt, grease, rocks, sand and other materials and obstructions from the sewer lines and manholes. 4. If cleaning of an entire section can not be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning shall be attempted again. 5. If successful cleaning from both manholes can not be completed, the Contractor shall contact the Engineer. D. Root Removal I 1. Roots shall be removed completely where root intrusion is a problem. 2. Any roots which could prevent the seating of the packer or could prevent the proper application of chemical sealants should be removed. 3. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines, and winches using root cutters and porcupines and equipment such as high-velocity jet cleaners. 1 E. Chemical Root Treatment 1. Chemical root treatment may be used at the option of the contractor to aid in the removal of roots in manhole sections. 2. The application of the herbicide to the roots shall be done in accordance with the manufacturer's recommendation and specifications in a manor to preclude damage to the surrounding vegetation. 3. Any damage to the vegetation shall be repaired at the Contractors expense. 4. All safety precautions as recommended by the manufacturer shall be adhered to concerning handling and application of herbicide. I F. Material Removal 1. All sludge, dirt, sand, rocks, grease and other solids or semisolid material resulting form cleaning operations shall be removed at the downstream manhole of the section being cleaned. 2. Passing material from manhole section to manhole section, which could cause line stoppages, accumulation of sand in wet wells, or damage to pumping equipment, shall not me permitted. G. Disposal of Material 1. All solids or semisolids resulting from the cleaning operations shall be removed from the to r site and disposed of at a site designated by the contractor. p g Y SANITARY SEWER TELEVISING,CLEANING AND INSPECTION ©2015 Stantec 1 193801994-D 33 08 31 -4 II 2. All materials shall be removed form the site no less often than at the end of each workday. Under no circumstances will the contractor be allowed to accumulate debris Ion the site of work. H. Final Acceptance 1. Acceptance of sewer line cleaning shall be made up on successful completion of the I television inspection and shall be to the satisfaction of the Owner. 2. If TV inspection shows the cleaning to be unsatisfactory, the Contractor shall be required to re-clean and re-televise the sewer line until cleaning is shown to be Isatisfactory. 3.04 SEWER FLOW CONTROL IA. When sewer line depth of flow at the upstream manhole of the manhole section being worked in is above the maximum allowable for television inspection, the flow shall be I reduced to the level shown below by operation of pump stations, plugging or blocking of the flow or by pumping and bypassing of the flow as specified. B. Depth of flow shall not exceed that shown below for the respective pipe sizes as measured in the manhole when performing television inspection. Maximum Depth of Flow for Televising 12 inch-24 inch Pipe 25 percent of pipe diameter 27 inch and up Pipe 30 percent of pipe diameter ICPlugging or Blocking . 1. Perform bypass pumping as need to complete the work. 2. A sewer line plug shall be inserted into the line upstream of the section being worked. 3. The plug shall be designed so that all or any portion of the sewage can be released in I accordance with the Engineer. 4. During TV inspection, flow shall be reduced within the limits specified above. 5. After the work has been completed, flow shall be restored to normal. D. Pumping and Bypassing p g Yp g 1. When Pumping and bypassing is required the Contractor shall supply the pumps, I conduits and other equipment to divert the flow of sewage around the manhole section in which work is being performed. 2. The bypass pump system shall be of sufficient capacity to handle existing flow at peak I flow times. 3. The Contract shall be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and bypass pumping system. If pumping is required on a 24-hour basis, engines shall be equipped in a manor to keep noise to a minimum. E. Flow Control Precautions 1. When flow in a sewer line is plugged, blocked or bypasses, sufficient precautions must I be taken to protect the sewer lines from damage that might result from surcharging. 2. Precautions must be taken to insure that sewer flow control operations do not cause flooding or damage to public or private property be served by the sewers involved. IEND OF SECTION I 1 SANITARY SEWER TELEVISING,CLEANING AND INSPECTION ©2015 Stantec 1 193801994 D 33 08 31 -5 I SECTION 33 10 00 WATER UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Water main pipe, hydrants, valves, fittings, and miscellaneous appurtenances. B. Related Sections 1. Section 01 50 00-Temporary Facilities and Controls. 2. Section 31 23 00- Excavation and Fill. 3. Section 33 05 05 -Trenching and Backfilling. 4. Section 33 05 17- Adjust Miscellaneous Structures. 5. Section 33 12 12-Water Services. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for Water Main. Measurement and payment will be based upon the units listed below: a. Connect to Existing Water Main: Measurement shall be based on each connection made, payment at the Bid Unit Price shall include all items required to complete the Work. b. Water Main Pipe: Measurement will be based upon units of lineal feet for each size and type of pipe installed, as measured along the axis of pipe,without regard to intervening valves or fittings. 1) One tracer wired shall be installed with ductile iron pipe water main. Installation of the tracer wire and connection to hydrants shall be considered incidental to this Bid Item. 2) Magnetized Tracer Boxes installed at hydrant locations for tracer wire are considered incidental to this Bid Item. 3) Water main over depth shall not be measured and is considered incidental. 4) Poly encasement is considered incidental to this Bid Item. 5) Payment at the Bid Unit Price shall include furnishing and installing pipe complete in place as specified. c. Valve and Box: Measurement will be based on Valve and Box installed. Payment at the Bid Unit Price shall include furnishing and installing the Valve and Box complete in place as specified. d. Water Main Offset: Measurement shall be based on each offset made. Payment shall include all pipe, fittings, restraints, and materials to complete the offset. e. Hydrant: Measurement will be based on units of each Hydrant installed. Payment at the Bid Unit Price shall include furnishing and installing the Hydrant complete in place as specified. f. Adjust Hydrant: Measurement will be per each hydrant adjusted by use of a hydrant barrel extension. g. DIP Fittings: Measurement shall be based on the AWWA C153 fitting body weight installed. Payment at the Bid Unit Price shall include DIP Fitting, poly encasement, coatings, and hardware. I WATER UTILITIES ©2015 Stantec 1 193801994-D 33 10 00- 1 I h. Insulation - 4" Thick: Measurement will be based on square feet of Insulation at the specified thickness. Payment shall be made at the Bid Unit Price and will include furnishing and installation of the Insulation. i. Joint Restraint: No Bid Item has been provided. Joint restraint shall be considered incidental to water main installation with no direct payment made. j. Temporary Water Service: No measurement shall be made. Payment shall be by lump sum. Payment shall include the water main pipe, fittings, service lines, staging, ramping, removal, and any other work involved with providing Temporary Water Service. 1) All Temporary Water Service shall be provided per Section 01 50 00 and as shown on the Drawings. 2. No Bid Items have been provided for steel rodding. Steel rodding shall be considered incidental to water main installation with no direct payment made. 3. No Bid Items have been provided for testing.Testing shall be considered incidental to water main installation with no direct payment made. a. Passing Tests: All costs paid by Owner; including first two consecutive passing bacteria tests. b. Failing Tests: All costs charged to and paid by the Contractor including passing tests that are not the required first two consecutive passing bacteria tests. 4. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES I A. American Water Works Association (AWWA) 1. C104- Cement-Mortar Lining for Ductile-Iron Pipe and Fittings. 2. C105 - Polyethylene Encasement for Ductile-Iron Pipe Systems. 3. C111 - Rubber-Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 4. C116 - Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings. 5. C150- Ductile-Iron Pipe, Centrifugally Cast. 6. C151 - Standard for Ductile-Iron Pipe, Centrifugally Cast. 7. C 153-Standard for Ductile-Iron Compact Fittings. 8. C502- Dry-Barrel Fire Hydrant. 9. C515- Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. 10. C550- Protective Interior Coatings for Valves and Hydrants. 11. C600- Installation of Ductile-Iron Water Main and Their Appurtenances. 12. C651 - Disinfecting Water Mains. B. American Society of Testing and Materials (ASTM) 1. A48- Gray Iron Castings. 2. A126 - Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 3. A307- Carbon Steel Bolts and Studs, 60,000-PSI Tensile Strength. 4. A536 - Standard Specification for Ductile Iron Castings. 5. A674- Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. 6. C578-Specification for Rigid, Cellular Polystyrene Thermal Insulation. 1.04 SUBMITTALS A. Submit Product Data for the following items consistent with Section 01 33 00: 1. Pipe, fittings, valves, and hydrants. I WATER UTILITIES ©2015 Stantec I 193801994-D 33 10 00-2 I 2. Joint restraint and corrosion resistant coatings. 1.05 SEQUENCING AND SCHEDULING A. Notify the Owner a minimum of 72 hours prior to performing Work. At this time, the Contractor is responsible to notify the City Fire Department of the intended shutdown. B. Owner requires a minimum 72-hour notice for all residential utility interruptions. No residential utility interruptions shall begin prior to 9 a.m. and maximum service interruption shall be 8 hours. C. Owner requires a minimum notice of 10 calendar days for utility interruptions to businesses, commercial properties, or for interruptions that will affect more than 10 properties. It may be required that these utility interruptions occur at night. D. Notify all customers connected to water system to be shut down 72 hours in advance of shut down. E. The Owner must open and close the existing valves for this part of the operation. F. Successfully complete required test and inspections before restoration of surface. PART 2 PRODUCTS 2.01 DUCTILE IRON PIPE AND FITTINGS (DIP) A. General Requirement: AWWA C151/A21.51. B. Cement-mortar lining conforming to AWWA C104/A21.4. C. Special Thickness Class 52 for diameters less than 20 inches. D. Fittings:AWWA C153/A21.53, Ductile Iron, 250-psi working pressure, AWWA Cl 11/A21.11 latest revision, mechanical joint or push-on: 1. All fitting shall be fusion bonded epoxy coated per ANSI/AWWA Cl 16/A21. 2.02 BOLT ASSEMBLIES A. Tee-Head Bolts I1. General: Conform to ANSI/AWWA C1 1 1/A21.1 1. 2. Fluorocarbon Resin Coating: FluoroKote No. 10 (by Metal Coating Corp.); NSS Industries Cor-Blue bolt coating, or approved equal. 3. No other bolts are approved for use with mechanical joint restraints. B. Stainless Steel Bolts 1. General: Conform to requirements of ASTM F593 and ASTM F594, Alloy Group 1, 2, or 3. 2. Approved for use only on exterior bolts for hydrants and gate valves. 2.03 HYDRANT A. General Requirements: AWWA Standard C502. B. Specified Hydrant: WB-67-250, or approved equal. WATER UTILITIES 0 2015 Stantec 1 193801994-D 33 10 00-3 r C. Approved Manufacturer: Waterous Pacer, or approved equal. D. Two 2-1/2 inch hose connections. E. One 5 inch Storz fitting on the steamer connection. F. 1-1/2 inch pentagon operating nut. J G. 5-inch valve opening. H. 6-inch mechanical joint pipe connection. I. Break-off flange with breakable rod coupling. J. 8'-0" cover. K. 16 inch high traffic section. 1 L. 1-1/2 inch pentagon nozzle caps attached to hydrant with metal chains. M. Stainless steel hardware: Conform to Part 2-Bolt Assemblies. i N. Fiberglass Flag: Hydrafinder Hydrant Marker, or approved equal: 1. White fiberglass rod,with 4 red reflective bands without a bulb end. 2. 54 inches long, 3/8 inch diameter. O. Hydrants placed where the ground water table is less than 8 feet below the ground surface shall have the drain holes plugged and shall be equipped with a tag stating the need for pumping after use. P. Color: Painted "Federal Yellow" (Waterous Enamel No. V1814-Y Bright Yellow) at the place of manufacture. Q. After installation and testing is complete, the "field coat" of paint shall be applied with a brush. 2.04 GATE VALVE AND BOX I A. General Requirement: AWWA C515 or C509. B. Non-rising stem (NRS), opening by turning counter clockwise, 2 inches square operating nut. C. 0-ring seals. I D. Mechanical joint ends conforming to AWWA C111/A21.11. E. Exterior Bolt Assemblies: Conform to Part 2- Bolt Assemblies. F. All internal and external surfaces of the valve body and bonnet shall have a fusion bonded epoxy coating complying with ANSI/AWWA C550 and C1 16/A21.16. G. Wrap gate valves with polyethylene film according to Part 2- Pipe Encasement. WATER UTILITIES ©2015 Stantec I 193801994-D 33 10 00-4 I H. Valve Boxes 1. 3-piece, cast iron, screw-type. 2. Adjustable for 7-1/2 foot depth of cover. 3. Valve and box considered as integral units. 4. 5-1/4 inch diameter shafts. 5. "Stay put" type drop covers, "WATER" on top with extended skirts. I. Valve box adaptor shall be required with valve box installation. 1. 1/2 inch steel frame. 2. Powder coated or epoxy coated. 3. 3/4 inch bottom rubber gasket. $ 2.05 CONDUCTIVITY STRAP A. As specified by the pipe manufacturer. 2.06 JOINT RESTRAINT A. Mechanical Joint Restraint: Not allowed on existing cast iron pipe. 1. Ductile iron conforming to ASTM A536. 2. Working Pressure: Minimum 250 psi. 3. EBAA Iron, Inc. Megalug, Star Pipe Stargrip, or approved equal. 4. Casting body and wedge assemblies coating. a. Fusion bonded epoxy per ANSI/AWWA Cl 16/A2. b. Xylan fluoropolymer coating such as MEGA-BONDTM by EBAA Iron, Star-Bond by Star Pipe, or approved equal. B. Tie Rods: 3/4 inch diameter rods stainless steel or fusion bonded epoxy coated. 2.07 PIPE ENCASEMENT A. Material: Polyethylene film conforming to AWWA C105/A21.5 and ASTM A674, tube form. B. Color: Black. C. Film Marking Requirements: Conform to AWWA C105/A21.5 and ASTM A674, including AWWA/ASTM standard, corrosion protection warning and applicable range of nominal pipe diameter size(s) every 2 feet along its length. D. Thickness: Minimum 8 MIL. E. Tape: Black, 2" width, 10 MIL, with non-corrosive pressure sensitive adhesive. 2.08 INSULATION A. Polystyrene Insulation: Extruded type conforming to ASTM C578, Type VI, VII, or V. 2.09 CORPORATION STOP A. Conform to the requirements of Section 33 12 12. I WATER UTILITIES 0 2015 Stantec I 193801994-D 33 10 00-5 2.10 COPPER SERVICE PIPE A. Conform to the requirements of Section 33 12 12. 1 2.11 BEDDING A. Class C-1 in conformance with Section 33 05 05. 2.12 TRACER WIRE I A. Conform to the applicable requirements of NEMA, WC3, WC5, and WC7. B. Shall be Underwriters Laboratories ( UL) listed for use in direct burial applications (e.g. USE, UF, or tracer wire). C. Conductor: Minimum No. 10 AWG Solid Core Copper Tracer Wire rated to 30 volts. D. Outside Identification: Volts (or V), AWG size, UL and designation (ex. "tracer wire"). E. Magnetized Tracer Boxes: Snake Pit Magnetized Tracer Box,www.connerheadwire.com or approval equal. 1. Concrete/Driveway Box PART 3 EXECUTION 3.01 PREPARATION I A. Conform to the requirements of Section 33 05 05. B. Pipe and all materials shall be kept clean and protected. I 3.02 INSTALLATION OF PIPE A. Install pipe and fittings in accordance with the manufacturer's instructions and with the details shown on the Drawings. B. Permanently support, remove, relocate, or reconstruct existing utility pipes, cables, structures, or other appurtenances when they obstruct the line, grade, or location of the pipe or appurtenance. C. Remove foreign matter or dirt from the inside and outside of pipe. D. All jointing of mechanical joint pipe and push-on joint pipe in accordance to AWWA C600. E. Outside of the spigot and the inside of the bell,wire brush,wipe clean and dry. Keep pipe ends clean until joints are made. 1 F. Lay and maintain pipe and appurtenances to the alignment, grade, and location shown on the Drawings. No deviation from the Drawing alignment, grade, or location is allowed, unless approved by the Engineer. No pipe shall be laid in water or when the trench conditions are unsuitable for such Work. I WATER UTILITIES ©2015 Stantec I 193801994-D 33 10 00-6 I G. Provide conductivity throughout the water system by use of approved conductivity strap or conductive gasket, and tracer wire. H. Precautions are to be taken to prevent debris or groundwater from entering the pipe being laid. I. Installing Fittings 1. General Requirements: AWWA C600. 2. Set and jointing to existing pipe and fittings as specified for cleaning, laying, and joining pipe. 3. Spray exterior ductile iron nuts, bolts, and joint restraint bolts using a bituminous coal tar as supplied by the manufacturer. 4. Place thrust blocks according to city standard details. J. Wrap all ductile iron pipe, valves, and fittings with pipe encasement. 1. Only use tape approved for use with pipe encasement. 2. Pipe encasement shall be cut and wrapped around all fittings and valves to fully cover all surfaces. 3. Pipe encasement shall be placed when pipe is clean, prior to lowering pipe into trench. 4. Tape shall be required as needed to secure the pipe encasement. 5. Additional taping or a double layer of pipe encasement shall be required to repair any holes in the pipe encasement. K. Backfilling: Conform to Section 33 05 05. 3.03 INSTALLATION OF HYDRANT A. Location determined by Engineer. A grade stake and location stake will be provided by the Engineer before the hydrant may be set. B. Set on 8-inch concrete block, or approved equal concrete base. C. Brace according to Drawings. D. After each hydrant has been set, place around the base of the hydrant not less than 1 cubic yard of Class A round washed rock with a minimum diameter of 3/4 inch. Carefully place 2 layers of polyethylene, minimum 4 mm thickness each, over the rock to prevent backfill material from entering voids in the drain rock. E. Wrap the hydrant assembly with pipe encasement to the bottom of the break off flange. F. Maintain hydrants in a plumb position during the backfilling operation. G. Attach a fiberglass marker to the hydrant using an existing flange bolt located at the back of the hydrant. H. Repair all scuffed or scratched surfaces with a field coat of paint supplied by manufacturer. I WATER UTILITIES 331000-7 ©2015 Stantec 1 193801994-D I I 3.04 INSTALLATION OF VALVE A. Set and joint valves to new pipe in the manner as specified for cleaning, laying, and jointing pipe. Location to be determined by the Engineer. B. Valves and boxes shall be supported on an 8-inch concrete block as shown on the Drawings. C. Maintain valve box centered and plumb over the operating nut of the valve. I D. Set top of valve box flush with the existing surface to provide 12 inches of upward adjustment. E. Wrap gate valves with pipe encasement. 3.05 ANCHORAGE I A. Brace hydrants securely against undisturbed soil using precast concrete block. Use mechanical joint restraints or rod all joints from main line tee to hydrant gate valve, then from gate valve to hydrant. B. Restrain all bends and fittings with mechanical joint restraints and poured in place thrust blocking. C. Where lines terminate with plugs, restrain the plug and next 2 joints with mechanical joint restraints or tie rods in conjunction with the blocking, as directed by the Engineer. The number of rods required is as follows: PIPE SIZE NO. OF 3/4 INCH RODS 6 inches 2 1 8 inches 2 12 inches 4 3.06 INSULATION A. Review insulation installation with Engineer I 1. Place insulation between water pipe and sanitary pipe when water main or service is within1 foot above or below the sanitary pipe. 2. Place insulation between storm sewer pipe and water main or water service when pipes are separated by less than 2 feet. 3. Place insulation over water pipe where tie-ins or other conditions limit bury depth to less than specified. I 3.07 TEMPORARY WATER SERVICE A. Conform to Section 01 50 00. 3.08 PIPE CONFLICTS I' minimum A. Shall apply to any crossings under existing pipe and any pipe conflicts where a clear separation of 1 foot is not possible. I WATER UTILITIES ©2015 Stantec I 193801994-D 33 10 00-8 1 IIB. All offset piping shall be DIP. IC. Mechanical joint restraints shall not be allowed on cast iron pipe. 3.09 PROTECTION A. Existing valves and hydrants shall be operated by the Owner, unless under emergency situations. B. Securely plug all water main openings promptly before suspension of Work at any time to prevent earth or other substances from entering the water main. C. Mark valve boxes and structures susceptible to being hit by construction or vehicular traffic. 3.10 FIELD QUALITY CONTROL A. Scope 1. Perform hydrostatic pressure, disinfection, and conductivity tests. ii 2. The Engineer will observe and verify all tests and visually inspect final Work for compliance. I B. Hydrostatic Pressure Test 1. Minimum Test Pressure: 150 psi. 2. Test Duration: 2 hours. a 3. Criteria: No drop in pressure allowed. 4. Testing Gauge: Liquid filled, 4-1/2 inches diameter, labeled in 1-psi increments, such as Ashcroft Model 1082, or approved equal. 5. Test all lines, including hydrant leads, and stubs prior to installation of services.Services I require a visual inspection and must be approved by Engineer on site. 6. Immediately prior or following pressure test, Contractor shall prove to Engineer that valves are opened or closed accordingly. iC. Disinfection 1. General Requirement: AWWA C651 -Disinfecting Water Mains (Tablet Method). I 2. Place hypochlorite tablets in each section of pipe and all appurtenances. a. Attach tablets to top of pipe with a food grade adhesive, such as denture grip. b. The estimated number of tablets required per 20 foot length of pipe based on 3-1/4 grain available chlorine per tablet is as follows: 11 Diameter No. of Tablets 4 Inches 1 6 Inches 2 I8lnches 3 10 Inches 4 12 Inches 5 16 Inches 9 18 Inches 12 1 20 Inches 14 24 Inches 20 I WATER UTILITIES I ©2015 Stantec I 193801994-D 33 10 00-9 I c. Contractor shall use a Project specific number of tablets to disinfect water main for 24 hours with at least 50 ppm available chlorine, with a residual of at least 10 ppm throughout the length of the main at the end of the 24-hour period. 3. Fill main with water at a velocity of less than 1 foot per second if tablet method is used. 4. Flushing by Owner and Contractor may begin after the chlorinated water has been allowed to disinfect the new pipe for 24 hours. Contractor shall schedule flushing with the Owner at least 24 hours in advance. 5. After final flushing and before new water main is connected to the distribution system, two consecutive sets of samples, taken at least 24 hours apart, shall be collected from the new main. 6. At least 1 set of bacteria test samples is required for every 1,200 feet of water main installed, plus one set from the end of the line and at lest one set from each main lateral branch. Bacteria test to be performed by the Owner and tested by the Owner. D. Continuity Test 1. Test to be completed on the tracer wire after installation of all Project utilities. 2. Fill all lines prior to the test. 3. Test all lines including hydrant leads,water services, and stubs. 4. Test: Physically locate all pipes with use of an electronic utility locating device such as a "Metrotech". a. Completing a low voltage circuit with the use of a suitable voltage source and meter to ensure continuity of the tracer wire will be allowed at the discretion of the Engineer. I END OF SECTION I I I I I I I I WATER UTILITIES 0 2015 Stantec I 193801994-D 33 10 00- 10 SECTION 33 12 12 WATER SERVICES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Construction of water service pipe, corporation stops, curb stops and boxes, and all appurtenances. B. Related Sections 1. Section 33 05 05-Trenching and Backfilling. 2. Section 33 10 00- Water Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Service Line: Measurement by linear foot of each size and type of pipe measured along the axis of the pipe, from centerline of the water main to termination as shown on the Drawings with no regard to intervening fittings. Payment at the Bid Unit Price per foot shall include cost of all pipe, fittings, laying, excavation, backfilling, and testing. a. Placement and compaction of the aggregate material around the corporation stop and gooseneck is incidental to the service line. b. Supplying and installing wooden markers or fence post is incidental to the service line. 2. Corporation Stop: By physical count of each type installed. 3. Curb Stop and Box: By physical count of each type installed. 4. Service saddles are not allowed on the ductile iron pipe water main. 5. Material, placement, compaction, and removal of excess trench material to be included in the Bid Unit Price for Water Service Line. 6. Connect to Existing Water Service: Measurement shall be based on each connection made, including the removal of existing plugs. Payment at the Bid Unit Price shall include all items required to complete the Work, including sleeves and reducers. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. B88- Class K Copper Water Service Pipe. 2. A674-Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. B. American Water Works Association (AWWA) 1. C105 - American National Standard for Polyethylene Encasement for Ductile Iron Pipe Systems. I WATER SERVICES 0 2015 Stantec I 193801994-D 33 12 12- 1 1 I 1.04 SUBMITTALS A. Submit the Product Data for the following items consistent with Section 01 33 00: 1. Pipe and fittings. 2. Corporation stop, curb stop, curb box, and stationary rod. 1.05 SEQUENCING AND SCHEDULING A. Install sanitary sewer,water main, and all pipe deeper than the services prior to the installation of the services. B. Perform testing of new water main prior to reconnecting existing services. C. Notify the Owner a minimum of 72 hours prior to performing Work. Engineer will coordinate with the Contractor and residents the timing of service connections. The Contractor shall not complete any service connections without the resident or business being properly notified. D. Maximum service disruption shall not exceed 8 hours. Contractor shall plan work as to minimize all service disruptions. E. Residential service connections shall be completed so that service disruption occurs somewhere between 9 A.M. and 5 P.M. F. Service connections to businesses may require that the disruption occurs between 10 P.M. to 6 A.M. Contractor shall contact businesses and work to perform the connection at a time that is least disruptive to the business. PART 2 PRODUCTS 2.01 SERVICE PIPE A. Copper Water Tube: 3/4 inch through 2 inches for buried service shall be seamless, Type K water tube conforming to ASTM B88. Service tubing larger than 1 inch shall be rigid Type K and joined using soldered joints. 1. Fittings shall be designed for working pressures up to 150 psi. Fittings used in service lines shall be designed for connection to the service line by threads, brazing, compression, and/or flaring. B. Ductile Iron Pipe (DIP): Conform to Section 33 10 00. 1 2.02 CORPORATION STOP Ford N . FB 0 -4 FB 00 or A. Approved Manufacturers: Mueller No. B-25000, 0 0 6 0 6 6, A.Y. McDonald No. 4701-B. B. Threaded on outlet for flared connection with copper service pipe. C. Threaded on inlet end with standard tapered corporation cock thread. I WATER SERVICES ©2015 Stantec I 193801994-D 33 12 12-2 I I 2.03 CURB STOP A. Approved Manufacturers 1. C urb St ops - 1 I nch: Mueller No. B-25154, Fo r d No. B22-444M, or A.Y. McDonald No. 76104. 2. Curb Stops - 1-1/2 Inches: Mueller No. B-25154, Ford No. B22-666M, or A.Y. McDonald No. 76104. 3. Curb Stops-2 Inch: Mueller No. B-25154, Ford B22-777M, or A.Y. McDonald No. 76104. B. Same size and connection type for inlet and outlet. C. Full opening through the valve body with no smaller restriction allowed. D. Minneapolis thread top compatible with curb box. 2.04 CURB BOX A. Approved Manufacturers: Mueller, Minneapolis Pattern H-10300, Ford Model EM2-75-46-66R or EM2-75-46-72R, or A.Y. McDonald Model 5614 or 5615. B. Adjustable in height from 78 inches to 90 inches. IC. Stationary rods. D. 1-1/4 inch upper section. E. Mueller, Minneapolis pattern base. 2.05 REDUCERS A. Approved Manufacturers: Mueller H-15480N; Ford Model CO2-43, CO2-42, or CO2-41; A.Y. McDonald Model 74755. B. Threaded connection compatible with curb box. C. Copper flared connection matching existing service size. PART 3 EXECUTION 3.01 INSTALLATION gA. Governing Code: Minnesota Plumbing Code and any local ordinances that may apply. B. Preparation: Conform to Section 33 05 05. I C. New services shall be connected at the locations shown on the Drawings or if not shown as directed by the Engineer. Typical connection will be at the right-of-way line. D. Do not disturb private property without approval. t WATER SERVICES ©2015 Stantec 1 193801994-D 33 12 12-3 I I E. Water Service Line 1. Parallel and upstream of the sewer service line in the same trench where feasible. 2. Terminate water service as shown on Drawings or as directed by the Engineer. F. Corporation Stop 1. Tap into main only when water main is under pressure. 2. Use 2 layers of pipe tread sealant tape on corporations as a thread lubricant and sealant, or product approved by Owner. 3. Support corporation with 1/2 cubic yard of 3/4-inch stabilization rock. G. Curb Box 1. Install stationary rods. 2. Support on full size pre-cast segmental manhole block. 3. Place in a plumb, vertical position. 4. Install to elevation matching finished grade. H. Reconnect Existing Service 1. After testing, reconnect existing service to new service at the curb stop, utilizing straight coupling or appropriate reducing coupling with flared connection. 2. Remove existing curb stop and box and excess existing service pipe. 3. If service is 4-inches or larger, conform to Section 33 10 00 for pipe and valve installation. 4. Upon completing the service connection and prior to opening the curb stop, the temporary service shall be disconnected from the spigot and the spigot opened. 5. After opening the curb stop, the spigot shall be flushed in an appropriate location until air and/or chlorine is eliminated from the line. 6. If spigot is not available, coordinate flushing with Owner and Engineer. 7. Verify operation of curb stop and stationary rods prior to backfilling. I. All trenches shall be backfilled and compacted in accordance to Section 33 05 05. 1 3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. B. Disinfection: All water services will be disinfected in conjunction with the water main, conforming to Section 33 10 00. 3.03 PROTECTION I A. Mark Each Curb Box 1. Raise curb box to existing grade and mark with lath or stake so Engineer may tie out location. 2. Protect curb box throughout construction. END OF SECTION 1 I I WATER SERVICES ©2015 Stantec 1 193801994-D 33 12 12-4 1 11 SECTION 33 31 00 ISANITARY UTILITY SEWER PIPING IPART 1 GENERAL 1.01 SUMMARY IA. Section Includes 1. Sanitary sewer gravity pipe, fittings, and miscellaneous appurtenances. I B. Related Sections 1. Section 02 41 13 -Selective Site Demolition. 2. Section 33 05 05 -Trenching and Backfilling. I 3. Section 33 05 17-Adjust Miscellaneous Structures. 4. Section 33 08 31 -Sanitary Sewer Televising, Cleaning and Inspection. 5. Section 33 31 14-Sanitary Sewer Services. 6. Section 33 39 00-Sanitary Utility Sewer Structures. I1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for Sanitary Sewer Pipe. Measurement will be based upon units of lineal feet for each size, type, and regardless of depth for furnishing and I installing pipe complete in place as specified, including excavation, backfilling, and compaction. Pipe will be measured from centerline to centerline of manholes or to the connection point of the existing pipe: a. PVC pipe bedding will be paid in accordance with Section 33 05 05. I b. Improved pipe foundation material, if necessary, shall be per Section 33 05 05. 2. A Bid Item has been provided for Connect to Existing Sanitary Sewer Pipe. Measurement shall be on the basis of each and shall be considered to include all I excavation, labor, materials, and equipment necessary to make the required connection including verification of existing pipe size and type. 3. Bid Items have been provided for Wyes. Measurement will be based on units of each I for each wye or tee branch of each diameter and classification furnished and installed complete in place. 4. Any materials or labor to repair existing utilities due to damage done by the Contractor I is at the Contractor's expense. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. ii 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) I 1. C578-Specification for Rigid, Cellular Polystyrene Thermal Insulation. 2. D1784-Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 3. D3034-Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. I 4. D3212-Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 5. F477-Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. I SANITARY UTILITY SEWER PIPING ©2015 Stantec I 193801994-D 33 31 00- 1 I 6. F679 -Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings. 7. F794-Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based On Controlled Inside Diameter. B. American Water Works Association (AWWA) 1. C105 - American National Standard for Polyethylene Encasement for Ductile-Iron Pipe Systems. 2. C1 1 1 - American National Standard for Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. 3. C116 - American National Standard for Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings for Water Supply Service. 4. C151 - American National Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water. 5. C153- American National Standard for Ductile-Iron Compact Fittings for Water Service. 6. C900- Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 Inches Through 12 Inches, For Water Distribution. 1.04 SITE CONDITIONS A. Sanitary sewer lines are shown on the Drawings in a general way. Contractor should I anticipate minor variations in both horizontal and vertical directions in locating existing system. 1.05 SUBMITTALS A. Submit Product Data for the followin g items: 1. Pipe and fittings. 2. Transition couplings. 1.06 SEQUENCING AND SCHEDULING I A. Do not pursue Work causing shut off of utility services (gas, water, electric, telephone, TV, etc.) to consumers until the utility owner is contacted and all consumers are notified of the shut-off schedule. B. Verify vertical and horizontal location of sanitary sewers sufficiently in advance of installing 1 new pipe to determine the extent of conflict, if any. C. Successfully complete required inspections and testing before restoration of surface. I PART 2 PRODUCTS 2.01 SOLID WALL PVC PIPE , A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings (4 Inches Through 15 Inches Diameter). 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to SDR 26 as shown on the Drawings. 3. Joints: Elastomeric gasket joints providing a water-tight seal conforming to ASTM D3212 or ASTM F477. I SANITARY UTILITY SEWER PIPING 0 2015 Stantec 1 193801994-0 33 31 00-2 4. Marking: Conform to ASTM D3034. 2.02 INSULATION A. Polystyrene Insulation: Extruded type conforming to ASTM C578,Type VI, VII, or V. 2.03 TRANSITION COUPLING A. Coupling consisting of an elastomeric sleeve with incorporating stainless steel tension bands, tightening mechanism, and stainless steel shear ring conforming to ASTM C1173, Type A. B. Couplings must be of the "shielded" or "non-shear" type. C. Separate bushings are not allowed without approval from the Engineer. PART 3 EXECUTION 3.01 PREPARATION iA. Excavation and Preparation of Trench: Conform to Section 33 05 05. B. By-Pass Pumping: Contractor shall be responsible for all items required to maintain sewer flows during construction of the new sanitary sewer line. All Work and costs for this are considered incidental to the Project, unless otherwise specified. C. Erosion control and dewatering in conformance with Section 01 57 13. 3.02 PIPE INSTALLATION A. Trench Excavation and Backfill: Conform to Section 33 05 05. B. Install pipe to the alignment, grade, and location as shown on the Drawings and/or staked in the field. No deviation from the Drawings and/or staked alignment, grade, or location is allowed.Tolerances measured along pipe centerlines or invert as follows: 1. Horizontal: Within 0.50 feet of alignment shown. 2. Vertical: Zero plus and 0.08 feet minus elevation shown with no intermediate high points, level sections, or reverse invert slope. 3. Joint Deflection: No more than 75 percent of the maximum allowable, as recommended by manufacturers of pipe and joint material. C. Maintain reference line and grade with laser equipment or other equipment approved by the Engineer. Periodically check equipment for adjustment and accuracy. Correct deficiencies in equipment, reference line, and reference grade.Take precautions to prevent deflections in reference line and grade. D. Non-Conforming Pipe Installation: Remove and reinstall. E. Inspect pipe for defects and cracks while suspended immediately prior to installation. F. Install pipe from lower to higher invert elevation with uniform and smooth invert line. G. Install pipe length spigot ends pointing in the direction of flow. SANITARY UTILITY SEWER PIPING ©2015 Stantec 1 193801994-D 33 31 00-3 I H. No pipe is to be laid in water or when trench conditions are unsuitable for such Work. I. Jointing 1. Clean, lubricate, and complete jointing in conformance with recommendations of manufacturers of pipe and joint material. 2. All joints must be watertight. 3. Hand fill and compact all bell depressions with granular bedding materials to prevent joints from sagging or movement. J. Cleaning and Protection 1. Remove all dirt and debris from the interior of each pipe length as the Work progresses. 2. Protect the exposed end of the pipe with temporary covers or plugs. 3. Watertight plugs will be required at the end of each day. Contractor shall prevent inflow and infiltration throughout the construction process. 4. Protect in place pipe from damage and dislocation. K. Flexible Pipe Installation: Conform to ASTM D2321. I L. Sanitary Sewer Service Connections 1. Wye a. Wye to be at 45-degree angle from horizontal. Minor deviations may be required to match elevation of the existing service pipe. b. All existing wye sections included in pipe removal and replacement areas shall be replaced. No reinstallation will be allowed. 2. Risers: Conform to Section 33 31 14 and city standard details. M. Installation of Insulation 1. Insulation over pipe in locations as shown on the Drawings. 2. Insulation is to be placed wherever sanitary sewer line comes within 3 feet of any storm structure or line, or within 5 feet of the ground surface. I 3.03 CONNECT TO EXISTING SYSTEM A. Connect to Existing Manhole I 1. Connect to existing structure at location shown on the Drawings. 2. If rubber boot exists at manhole opening, connect new pipe to the boot and secure. 3. If manhole opening does not contain rubber boot or the existing boot is damaged, core drill opening in the structure, and install a rubber boot in manhole opening prior to connection of pipe. 4. Make repairs to the structure required due to the Work performed, including installation of doghouse. 5. If necessary, the invert shall be reconstructed to accommodate new flow location. Reconstruction of invert will also be necessary if pipe sizes increase. B. Connect to Existing VCP 1. Expose existing sanitary sewer main. 2. Saw cut existing main to provide a straight joint at connection. 3. Visually inspection existing main for damage prior to connection. Notify Engineer of any observed damage. 4. Connect new pipe to existing pipe with a transition coupling: a. Place 1-inch clean rock around the connection to prevent joint offsetting a minimum of 12 inches on all sides of the pipe. b. Concrete collars will not be allowed. SANITARY UTILITY SEWER PIPING ©2015 Stantec I 193801994-D 33 31 00-4 I 3.04 MANHOLE INSTALLATION IA. Conform to the requirements of Section 33 39 00. 3.05 FIELD QUALITY CONTROL IA. Testing in conformance with requirements of Section 33 08 30. IB. Re-test after corrective measures are completed. C. Cleanup I 1. Cleaning Pipe and Structures. a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. b. If newly installed mains and/or structures become dirty due to negligence of the i Contractor, cleaning will be performed at the sole expense of the Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions, acceptable to the Engineer, for keeping dirt and debris out of the existing I sewer system. Jetting may be required. 3. Complete prior to final inspection for acceptance. 4. Perform post installation televising inspection in accordance with Section 33 08 31 and Iprovide required submittals to Owner and Engineer. END OF SECTION I I I 1 I I I I I SANITARY UTILITY SEWER PIPING i ©2015 Stantec I 193801994-D 33 31 00-5 I SECTION 33 31 14 SANITARY SEWER SERVICES PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Sanitary sewer service pipe replacement and all appurtenances. B. Related Sections 1. Section 33 05 05-Trenching and Backfilling. 2. Section 33 08 31 -Sanitary Sewer Televising, Cleaning and Inspection. 3. Section 33 31 00- Sanitary Utility Sewer Piping. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for 4" PVC Sanitary Sewer Service Pipe. Measurement will be by linear foot for each size and type of pipe installed as measured along the axis of the pipe with no regard to intervening fittings. Payment at the Bid Unit Price shall be compensation in full for all Work and costs, including excavation, pipe, bedding, backfill, and trench compaction. 2. No Bid Items have been included for service plugs or marking service ends. Payment for these items shall be included in the lineal foot price for Service Pipe. 3. A Bid Item has been provided for Connect to Existing Sewer Service. Measurement will be based on each connection made, regardless of size. Payment at the Bid Unit Price shall include all items required to complete the Work. 4. Any materials or labor to repair existing utilities due to damage done by the Contractor is at the Contractor's expense. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing Materials (ASTM) 1. C1173-Specifications for Flexible Transition Couplings for Underground Piping Systems. 2. D1784-Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. 3. D1785 -Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and I 120. 4. D2564-Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems. 5. D2665- Specification for Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent (DWV) Pipe and Fittings. 6. D2672-Specification for Joints for IPS PVC Pipe Using Solvent Cement. 7. D2855 -Standard Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 8. D3034-Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. I SANITARY SEWER SERVICES 0 2015 Stantec I 193801994-D 33 31 14- 1 I 9. D3212-Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 10. F477 -Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. I 1.04 SYSTEM DESCRIPTION A. This Work shall consist of the construction of sanitary sewer services in accordance with the requirements of the Contract. B. It is the intent of these Specifications to require the same quality of Work be received on the house services in the way of grade and alignment, and shall be required on the main lines and laterals. 1.05 SUBMITTALS i A. Submit the following items consistent with Section 01 33 00: 1. Product data for the following items: a. Pipe and fittings. b. Transition couplings. c. Tracer wire and tracer boxes. B. Service Risers: Location of riser, including distance along sewer main from downstream manhole and offset distance from sewer main centerline. C. Services: Location of wye from downstream manhole, length of service lines, and depth. 1.06 SITE CONDITIONS A. All Work must be confined to within the limits of construction easements or public right-of- way. B. Verify sanitary sewer service locations prior to the start of any construction. 1.07 SEQUENCING AND SCHEDULING A. Install sanitary sewer, water main, and all pipe deeper than the services prior to the installation of the services. 1 PART 2 PRODUCTS 2.01 MANUFACTURED UNITS I A. Poly (Vinyl Chloride) (PVC) Schedule 40 Plastic Pipe and Fittings. 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of D1785 and ASTM D2665PVC DWV fittings shall conform to ASTM D2665. Belled end pipe shall have tapered sockets conforming to ASTM D2672. 2. Design: Integral belled pipe with a minimum wall thickness conforming to Schedule 40. 3. Solvent Cement Joints:The solvent cement used to join pipe and fittings shall meet the requirements of ASTM D2564. I I SANITARY SEWER SERVICES ©2015 Stantec I 193801994-D 33 31 14-2 I I 2.02 BEDDING MATERIAL IA. See Section 33 05 05 and City's Standard Details. 2.03 TRANSITION COUPLING IA. Coupling consisting of an elastomeric sleeve with incorporating stainless steel tension bands, tightening mechanism, and less than 0.01 inch thick shear ring conforming to ASTM iC1173,Type A. B. Couplings must be of the "shielded" or "non-shear" type. IC. Separate bushings are not allowed without approval from the Engineer. PART 3 EXECUTION 3.01 INSTALLATION IA. Governing Code: Minnesota Plumbing Code and any local ordinances which may apply. B. Risers:Support attachment to sewer main wye as shown on Drawings. 1 C. Minimum 1/4 inch per foot (2 percent) grade, unless otherwise directed by the Engineer. D. Installation:Similar to main line sanitary sewer pipe installation, conforming to the Irequirements of Section 33 31 00. E. The installation of solvent cemented joints shall be in accordance with ASTM D2855. IF. Reconnect service at the property line or as shown on Drawings. I G. Reconnect Existing Service 1. Saw cut existing sewer service at connection point and remove existing pipe. 2. Engineer must inspect the service pipe condition prior to connection. 3. During service reconnections, the Contractor should anticipate variations in size of I existing pipe. If a pipe size is encountered that a line item is not present for, the Contractor shall be compensated only for additional material costs associated with the pipe size increase. Likewise, if the pipe size is smaller than anticipated, the Owner I shall receive a credit for the material costs associated with the downsize in pipe. 4. Connect new pipe to existing pipe with a transition coupling approved by the Engineer. I a. Place 1-inch clear rock around the connection to prevent joint offsetting a minimum of 12 inches on all sides of the pipe. b. Concrete collars will not be allowed. I3.02 FIELD QUALITY CONTROL A. Do not backfill trench until the service has been inspected and approved by the Engineer. IEND OF SECTION I SANITARY SEWER SERVICES ©2015 Stantec I 193801994-D 33 31 14-3 1 ISECTION 33 39 00 SANITARY UTILITY SEWER STRUCTURES PART 1 GENERAL 1.01 SUMMARY i A. Section Includes 1. Sanitary sewer manholes and miscellaneous appurtenances. B. Related Sections 1. Section 02 41 13-Selective Site Demolition. 2. Section 33 05 05-Trenching and Backfilling. I 3. Section 33 05 17- Adjust Miscellaneous Structures. 4. Section 33 31 00-Sanitary Utility Sewer Piping. 5. Section 33 31 14-Sanita ry Sewer Services. 1.02 PRICE AND PAYMENT PROCEDURES 1 i A. Measurement and Payment 1. Refer to Section 33 31 00 for gravity sewer pipe pay items. 2. Bid Items have been provided for Sanitary Sewer Manholes. Measurement will be based on the diameter of the manhole up to a depth of 8 feet above lowest invert elevation. Payment will include the manhole, manhole frame and casting (a J watertight casting will be required if the manhole is in the curb and gutter), and adjusting rings in place as specified on the Drawings. 3. A Bid Item has been provided for Sanitary Manhole Overdepth. Measurement will be based upon lineal feet for depths greater than 8 feet above the lowest invert for each diameter. Measurement shall be on the basis of lineal feet and shall be considered to include all excavation, labor, materials, and equipment necessary to build the manhole at depths over 8 feet. 4. A Bid Item has been provided for 4' Diameter Sanitary Sewer Manhole With Outside Drop. Measurement will be by each. Payment will include the manhole, outside drop, Il manhole frame and casting (a watertight casting will be required if the manhole is in the curb and gutter), and adjusting rings in place as specified on the Drawings. 5. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES 1 A. American Society of Testing and Materials (ASTM) 1. A615 -Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. I 2. C139 - Specification for Concrete Masonry Units for Construction of Catch Basins and Manholes. 3. C150-Specification for Portland Cement. 4. C443- Specification for Joints for concrete Pipe and Manholes, Using Rubber Gaskets. 5. C478-Specification for Precast Reinforced Concrete Manhole Sections. 6. C 923-Specification for Resilient connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals. I SANITARY UTILITY SEWER STRUCTURES ©2015 Stantec I 193801994-D 33 39 00- 1 1 I 1.04 SITE CONDITIONS A. Manhole locations are shown on the Drawings in a general way. Contractor should 1 anticipate minor variations in both horizontal and vertical directions in locating existing system. 1.05 SUBMITTALS A. Submit Product Data for the following items consistent with Section 01 33 00: 1. Gaskets. 2. Joint sealants. 3. Manufacturers recommended installation procedures for jointing. B. Submit shop drawings for the following items consistent with Section 01 33 00: 1. Manholes, including reinforcing,joints, pipe connections, and castings. 2. Shop drawings shall indicate complete information for fabrication and installation of units. Include the following: a. Plans and elevations locating and defining all material furnished by manufacturers. b. Sections and details showing connections, cast-in items, field-installed lifting devices, capacities, all openings, and their relation to the structure. C. Submit Manufacturer's Certificate of Compliance for the following items consistent with Section 01 33 00: 1. Castings. 2. Precast maintenance hole sections and steps. D. Manhole/Catch Basin Elevation Report 1. The Contractor shall complete the report attached to the end of this Section for each structure as it is constructed.The completed report shall be submitted each week to the Engineer or the Engineer's designated representative at some mutually agreeable time. 1.06 QUALITY ASSURANCE I A. The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer or other representative of the Owner. Such inspection may be made at the place of manufacture or on the Work after delivery, or at both places and the materials shall be subject to rejection at any time on account of failure to meet any of the requirements specified herein. Material rejected after delivery to the Site shall be marked for identification and shall be removed from the Site at once. All materials which have been damaged after delivery will be rejected and if already installed shall be removed and replaced entirely at the Contractor's expense. B. At the time of inspection, the materials will be carefully examined for compliance with the appropriate ASTM Standard and this Section and with the approved manufacturer's drawings. All precast manhole sections shall be inspected for general appearance, dimension, "scratch-strength," blisters, cracks, roughness, soundness, etc.The surface shall be dense and close-textured. C. Imperfections in precast manhole sections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for SANITARY UTILITY SEWER STRUCTURES ©2015 Stantec I 193801994-D 33 39 00-2 1 Irepairs shall have a minimum compressive strength of 4,000 psi at 7 days and 5,000 psi at 28 days when tested in 3 inch by 6 inch cylinders stored in the standard manner. Epoxy Imortar may be utilized for repairs subject to the approval of the Engineer. D. Manhole Design I 1. It is the Contractor's responsibility to have the manhole sections and top and bottom slabs designed and the detailed drawings prepared by a Professional Engineer, experienced in precast concrete manhole design, who is registered in the Project's state. I 2. The design of the manhole shall conform to a minimum factor of safety equal to 1.5 for buoyancy and flotation.The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. I 3. The design of the manhole base slab, perimeter walls, and top slab shall be designed for shear strength, flexural strength, and other applicable strengths due to hydrostatic loading.The hydrostatic loading (water table elevations) shall be determined from the Isoil borings, unless noted otherwise on the Drawings. PART 2 PRODUCTS i2.01 COMPONENTS A. Manholes l 1. Precast concrete sections conforming to ASTM C478 and this Section. No lift holes permitted. a. All sections shall be cured by an approved method and shall not be shipped nor I subjected to loading until the concrete compressive strength has attained 3,000 psi and not before 5 days after fabrication and/or repair, whichever is longer. b. The date of manufacture and the name and trademark of the manufacture shall be clearly marked on the inside of each precast section. I 2. Joints: Rubber gasketed joint forming a water tight seal conforming to ASTM C443. 3. Water Tight Pipe Connections a. Conform to ASTM C923 for connections between maintenance hole structures and I pipes. 1) Positive Mechanical Seal. a) Required for 24 inches diameter and smaller pipe. I b) Kor-N-Seal , PSX, or equal. 2) Integrally Cast Gasket a) Greater than 24 inches diameter pipe. b) A-Lok X-Cel, or equal. Ib. As shown on the Drawings. B. Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. IC. Structure Bases 1. Pre-cast integral with bottom section with pre-cast inverts installed. I 2. Outside Drop: Manhole bottom section to be pre-cast as monolithic base containing lower DIP elbow for drop, as shown on the Drawings. DIP shall conform to Section 33 31 00. ID. Castings:See Section 33 05 17. I SANITARY UTILITY SEWER STRUCTURES i ©2015 Stantec 1 193801994-D 33 39 00-3 1 I 2.02 ACCESSORIES A. Joint Sealers �t 1. Sealer between upper precast section and casting frame and between all precast sections. a. Thickness: 1 inch wide by 3/8 inch thick (minimum). b. High quality, non-hardening, butyl rubber, 98-percent solids that will not harden, shrink or oxidize. c. Ram-Nek, or approved equal. I B. Mortar 1. Grout a. Cement and fine aggregate as specified for concrete. b. Mix Proportion: 1-part Portland cement, 2-parts sand, by weight. c. Water/Cement Ratio:0.50 +/- 0.05. d. Non -Setting by prolonged mixing. e. Mix 10 minutes in a power mixer. f. Slump: 6 inches +/- 1 inch. 2. Non-Shrink Grout-Minimum compressive strength of 3,000 psi. I C. Adjusting Rings: Conform to Section 33 05 17 and city standard details. PART 3 EXECUTION I 3.01 TRANSPORTATION A. Transport precast units by rail or truck in a manner to avoid excessive stress or strain on units. B. Support units during hauling and stockpiling with sufficient hardwood shores to prevent I cracking and spoiling.Secure units in place to prevent shifting or undesired movements. Location of temporary supports shall be as directed by precast manufacturer. I 3.02 MANHOLE INSTALLATION A. Excavation and Preparation of Trench: Conform to Section 33 05 05. 1 B. Place pre-cast integral base section on compacted subgrade and bedding. C. Set pre-cast concrete sections plumb with a 1/4 inch maximum out of plumb tolerance I allowed.Seal all joints of pre-cast sections with a combination a rubber o-ring set in a recess and Ram-Nek preformed joint sealer (or approved equal) in sufficient quantity to fill 75 percent of the joint depth. D. Grout around pipe inside structure and fill all voids under pipe. Grout to match pipes with precast invert. Must be completed prior to sanitary sewer flows entering new manhole. I E. Repair the inside of any leaking joint by chemical injection or other approved material to the satisfaction of the Engineer. t SANITARY UTILITY SEWER STRUCTURES ©2015 Stantec 1 193801994-D 33 39 00-4 r 1 I F. Casting Adjustment 1. Conform to Section 33 05 17. 2. Seal joint at the casting frame seat with 2 rows of joint sealer. G. Steps 1 1. Set the centerline of each step within each maintenance hole to be within 2 inches of the vertical centerline for the group of steps. 2. Offset step centerline from pipe and drop openings. I3. Install top step at a maximum of 20 inches below top of casting. H. Prevent entrance of dirt and debris from all new and existing manholes. II. Drop manhole inlets shall be constructed in accordance with the details shown on the Drawings. I3.03 CLEANING A. All new manholes shall be thoroughly cleaned of all silt, debris, and foreign matter of any 1 I kind prior to final inspection. END OF SECTION I I 1 I 1 I I 1 I I SANITARY UTILITY SEWER STRUCTURES i ©2015 Stantec I 193801994-D 33 39 00-5 Manhole/Catch Basin Field Elevation Report Stantec Project: Date: Owner: Contractor: I Stantec's Resident Project Representative : Contractor's Representative: Stantec Project No: Owner Project No: Contractor is required to complete this form before payment of structure is approved. Structure Location As- Street Name Structure Design Constructed Difference Structure Structure Direction of or Easement Type Invert Invert (+/ ) Comments/Quality No. Station invert/flow Location (circle (from Elevation* Assurance one) Plan) MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron MH CB Apron * - As-Constructed Invert Elevation provided by Contractor from measurements taken in the field to nearest 0.01 foot. I 1 SECTION 33 40 00 ISTORM DRAINAGE UTILITIES IPART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Storm sewer pipe, manholes, catch basins, fittings, and miscellaneous appurtenances. I B. Related Sections 1. Section 31 23 00- Excavation and Fill. 2. Section 32 11 23- Aggregate Base Courses. I 3. Section 32 16 13- Curbs and Gutters. 4. Section 33 05 05 -Trenching and Backfilling. 5. Section 33 05 17- Adjust Miscellaneous Structures. 6. Section 33 46 00-Subdrainage. 1.02 PRICE AND PAYMENT PROCEDURES IA. Measurement and Payment 1. Bid Items have been provided for Storm Sewer Pipe. Measurement will be based on units of lineal feet for each size, type, class of pipe furnished and installed complete in place as specified, including excavation, backfilling, and compaction. Pipe will be measured from centerline of structure to centerline of structure: a. Pipe bedding will be incidental in accordance with Section 33 05 05. b. Improved pipe foundation material, if necessary, shall be per Section 33 05 05. I 2. Bid Items have been provided for Catch Basin, Catch Basin Manhole, and Manhole Structure. Measurement will be based on units of each, according to type and size, for furnishing and installing structures complete, including casting frame and cover, and adjusting rings in place as specified. ' 3. A Bid Item has been provided for Connect to Existing Storm Sewer Pipe. Measurement shall be per each connection made, regardless of type of existing bulkhead or plug, or I type of connection made. Payment will include all costs related to making the connection, including removal and disposal of the existing bulkhead or plug, and construction of concrete collar if necessary. 4. A Bid Item has been provided for Connect to Existing Storm Structure. Measurement shall be per each connection made, regardless of size of opening, type of existing bulkhead, or type of existing structure. Saw cutting of the pipe installed in the opening if necessary shall be considered incidental. Core cutting the connection and I reconstruction of existing structure invert if necessary shall also be considered incidental to the.connection. 5. Connect to Structure (Draintile) shall be paid in accordance with Section 33 46 00. I 6. A Bid Item has been provided for Drainage Swale Grading. Payment shall be lump sum for grading work at infiltration Swale locations as shown on the Drawings. Payment will include all costs to complete the grading, excavation, and removal of excess materials to provide appropriate drainage. 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1 STORM DRAINAGE UTILITIES I ©2015 Stantec 1 193801994-D 33 40 00- 1 I 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) i 1. A48 -Specification for Gray Iron Castings. 2. A153-Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 3. A615- Specification for Deformed and Plain Billet-Steel Bars for Concrete I Reinforcement. 4. C76-Specification for Reinforced Concrete Culvert, Drain, and Sewer Pipe. 5. C150-Specification for Portland Cement. 6. C206 -Specification for Finishing Hydrated Lime. 7. C361 -Specification for Reinforced Concrete Low Head Pressure Pipe. 8. C443-Specification for Joints for Circular Concrete Sewer and Pipe, Using Rubber Gaskets. 9. C478-Specification for Precast Reinforced Concrete Manhole Sections. B. Minnesota Department of Transportation "Standard Specifications for Construction" and "Materials Lab Supplemental Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 2461 -Structural Concrete. C. American Association of State Highway and Transportation Officials "Standard Specifications for Highway Bridges," 1992 Edition (AASHTO). 1.04 SEQUENCING AND SCHEDULING I A. Do not pursue work-causing shut off of utility service (gas, water, electric, telephone,TV, etc.) to consumers until the utility owner is contacted and all consumers are notified of the shut-off schedule. B. Successfully complete required inspections and tests before commencement of Section 32 11 23 and Section 32 16 13. 1.05 SUBMITTALS A. Submit Shop Drawings for storm sewer structures consistent with Section 01 33 00. B. Shop drawings shall indicate complete information for fabrication and installation of units. Include the following: 1. Plans and elevations locating and defining all material furnished by manufacturers. 2. Sections and details showing connections, cast-in items, field installed lifting devices, capacities, all openings, and their relation to the structure. C. Submit Manufacturer's Certificate of Compliance for the following items: 1. Gray iron castings. 2. Precast manhole sections. 3. Pipe. D. Manhole/Catch Basin Elevation Report 1. The Contractor shall complete the report attached to the end of this Section for each structure as it is constructed. The completed report shall be submitted each week to the Engineer or the Engineer's designated representative at some mutually agreeable time. STORM DRAINAGE UTILITIES ©2015Stantec 1 193801994-D 334000-2 I I PART 2 PRODUCTS 111 2.01 MATERIALS A. Mortar Materials 1 1. Cement: Use Type 1 Standard Portland Cement conforming to ASTM C150. 2. Lime: Use normal finishing hydrated lime meeting the requirements of ASTM C206. 3. Grout I a. Cement and fine aggregate as specified for concrete. b. Mix Proportion: 1-part Portland cement, 2-parts sand, by weight. c. Water/Cement Ratio: 0.50 +/-0.05. I d. Non -Setting by prolonged mixing. e. Mix 10 minutes in a power mixer. f. Slump: 6 inches +/- 1 inch. I 4. Non-Shrink Grout-Minimum compressive strength of 3,000 psi. 2.02 STORM MANHOLE AND CATCH BASIN FRAMES AND COVERS A. Conform to Section 33 05 17. 2.03 STORM MANHOLES AND CATCH BASINS IA. General Requirements: ASTM C478 and details on the Drawings. B. Structures and bases shall be of precast concrete. IC. Manhole Joints: Rubber o-ring gasket type meeting ASTM C443. D. Manhole Steps: Reinforced polypropylene plastic steps with No. 2 deformed grade steel rod. I2.04 MANHOLE DESIGN A. It is the Contractor's responsibility to have the manhole sections and top and bottom slabs designed and the detailed drawings prepared by a Professional Engineer, experienced in Iprecast concrete manhole design,who is registered in the Project's State. B. The design of the manhole shall conform to a minimum factor of safety equal to 1.5 for I buoyancy and flotation. The hydrostatic loading (water table elevations) shall be determined from the soil borings, unless noted otherwise on the Drawings. I C. The design of the manhole base slab, perimeter walls, and top slab shall be designed for shear strength, flexural strength, and other applicable strengths due to hydrostatic loading.The hydrostatic loading (water table elevations) shall be determined from the soil I borings, unless noted otherwise on the Drawings. 2.05 PIPE MATERIALS I A. Reinforced Concrete (RCP) Pipe and Fittings. 1. General Requirement: ASTM C76, Wall B with circular reinforcing. 2. Materials: Conform to the requirements of ASTM C76, Wall B with circular reinforcing. O- il ring gaskets shall be synthetic rubber, circular reinforcing in cross-section, and shall conform to ASTM C361. STORM DRAINAGE UTILITIES ©2015 Stantec 1 193801994-D 33 40 00-3 1 3. Pipe Joints: Bell and spigot ASTM C361. 4. Pipe Class: As shown on the Drawings. 5. Marking: Each pipe shall be identified with the name of the manufacturer trade name or trademark and code, identification of plant, date of manufacture, and the pipe class and specification design. PART 3 EXECUTION I 3.01 PREPARATION A. Trench Excavation and Backfill shall conform to Section 33 05 05. ' B. By-Pass Pumping: Contractor is responsible for all items required to maintain sewer flows during construction of the new storm sewer. All Work and costs for by-pass pumping is considered incidental to the Project, unless otherwise specified. 3.02 INSTALLATION I A. Connect to Existing Storm Structur. 1. Connect to existing structure at locations shown on the Drawings. 2. Core the hole in the structure and saw cut the pipe flush with the inside wall of the structure. 3. Bulkhead void between outside wall of pipe and edge of opening with mortar and brick. 4. Reconstruct manhole bench/invert. B. Connect to End of Existing Pipe I 1. Connect to existing pipe at locations shown on the Drawings. 2. Locate and expose end of existing pipe. 3. Remove existing bulkhead or plug and dispose of off Site. 111 a. Take care not to damage existing pipe. b. Any segment of pipe damaged by Contractor shall be replaced with new materials at no expense to the Project. 4. Utilize standard bell and spigot joint with rubber o-ring gasket if possible. 5. If butt connection must be made to existing pipe, construct concrete collar around joint. Collar shall be minimum 12 inches thick in all locations and shall extend a minimum of 12 inches each way of the joint. I C. Pipe Installation 1. Lay and maintain pipe appurtenances to the alignment, grade, and location shown 111 on the Drawings and/or staked in the field. No deviation from the Drawing and/or staked alignment, grade, or location is allowed, unless approved by Engineer. Deviation from grade in excess of 0.05 percent may be cause for removal and relaying pipe at the Contractor's expense. 2. General Pipe Installation Procedures a. Wipe joints clean; apply the manufacturer's recommended lubricant compound over the entire joint surface; center spigot in bell and push spigot home; take care to prevent dirt from entering the joint space; brin g pipe to proper line and grade, and secure pipe in place by properly bedding. 3. Lay pipe upgrade with spigot ends pointing in the direction of flow. 4. All joints must be watertight. 5. Remove all foreign matter or dirt from inside the pipe. Keep the bell and spigot clean during and after installation. Take care to prevent dirt from entering the joint space. STORM DRAINAGE UTILITIES ©2015 Stantec 1 193801994-D 33 40 00-4 I IRemove any superfluous material from inside the pipe after pipe installation by means of an approved follower or scraper. I 6. Where cut-ins make it impossible to construct bell and spigot joints or when dissimilar pipe materials are joined, a reinforced concrete collar shall be placed completely surrounding the joint or the connection shall be made by using an approved adapter. I 7. Any pipe which has been disturbed after being laid must be taken up, the joint cleaned and properly re-laid as directed by the Engineer. 8. Where a sewer line outlets to grade or where the line is terminated with a flared end section: I a. Fasten at least the last 3 joints together using 2 "U" bolt fasteners per joint approved and as recommended by the pipe manufacturers. I D. Structures and Appurtenances Installation 1. Furnish and install structures in accordance with the Drawings. 2. Excavate to depth and size as shown in the Drawings. I 3. Preformed inverts are not allowed. 4. Set pre-cast concrete sections plumb with a 1/4 inch maximum out of plumb tolerance allowed. Seal all joints of pre-cast sections with a combination a rubber 0-ring set in a recess and Ram-Nek preformed joint sealer (or approved equal) in sufficient quantity I to fill 75 percent of the joint depth. 5. Pour inverts shaped to the half section of equivalent size pipe conforming to the inlet and outlet pipe so as to allow for a free, uninterrupted flow with all surfaces sloping to I the flow line. 6. All concrete pipes entering manholes must be cut with a concrete saw. Grout doghouses both inside and outside of structure. I 7. Steps a. Locate on the downstream side, except for pipe 24 inches in diameter or greater. Install in the most appropriate place, to provide suitable access. b. Secure and neatly mortar in place 15 inches on center spacing. I 8. Position vertical wall of the eccentric cone on the downstream side. 9. On structures with a build that contains more than 1 barrel section, the section immediately below the precast top slab shall be maximum 16 inch height. I 10. Lift holes neatly mortared up. 11. Install Adjustment Rings and Adjust Casting: Conforming to Section 33 05 17. I E. Construct Manhole Over Existing Pipe 1. Construct manhole over existing pipe at locations shown on the Drawings. 2. Saw cut existing pipe to fit flush with inside wall of new structure. 1 3. Grout doghouses both inside and outside of structure. 4. Seal any openings in manhole with grout. F. Bulkhead Pipe I 1. Bulkhead pipe at locations shown on Drawings with brick, non-shrink concrete grout, or concrete block masonry 8 inches thick. 2. Precast concrete plugs may be used in lieu of bulkhead. Plug must fit snugly into pipe Iopening and be watertight. 3.03 FIELD QUALITY CONTROL IA. Scope 1. All pipeline testing is considered incidental to the Bid cost of the pipe. 2. Engineer to observe and verify that all tests and visual inspections have been Icompleted prior to final acceptance. STORM DRAINAGE UTILITIES ©2015 Stantec I 193801994-D 33 40 00-5 1 B. Cleaning , 1. Consists of Cleaning the Pipe and Structures. a. If newly installed mains and structures are kept clean during construction, cleaning will not be required. b. If newly installed mains and/or structures become dirty during construction, cleaning will be performed at the sole expense of the Contractor. 2. The bailing or flushing method of cleaning pipe is acceptable only if adequate provisions acceptable to the Engineer for keeping dirt and debris out of the existing sewer system or ponds are employed. Jetting may be required. 3. Complete prior to final inspection for acceptance. 1 C. Required Tests and Inspections 1. Infiltration a. To determine the amount of ground water infiltration into the sewers. b. Test waived if no visible infiltration is observed during the lamping inspection. c. Measurement made by means of 90 degree v-notch weirs placed in the lines as directed by the Engineer. d. Measurements taken at the points where in the Engineer's opinion the flow of water in the sewer is greater than the maximum allowable leakage. e. Maximum Allowable Rate of Leakage: Not more than 100 gallons per mile per inch g g p p diameter per day. f. Tests may be taken between individual manholes and the infiltration in any given line must not exceed the specified maximum allowable rate. g. Method of Measurement: Measurement of time for a predetermined volume of flow to occur. 2. Lamping a. Verify installation is to true line and grade. b. Verify installed pipe is structurally sound. c. Verify there are no broken or deflective pipes. d. Verify that joints are all home. e. Verify structures conform to specified requirements. 3.04 PROTECTION I A. Plug all entrances and openings to the system promptly and before suspension of operations at the end of working day. B. Secure manholes and structures immediately after completion or before suspension of operations at the end of working day with castings or suitable alternative device. C. Mark all structures to avoid being hit by construction or vehicular traffic. D. Mark each plug location with 4 inches by 4 inches timbers to above grade to aid in marking the future connection. E. Establish erosion control measures as per Section 01 57 13. END OF SECTION I I STORM DRAINAGE UTILITIES ©2015 Stantec I 193801994-D 33 40 00-6 I Manhole/Catch Basin Field Elevation Report Stantec I Project: Date: Owner: Contractor: Stantec's Resident Project Representative : Contractor's Representative: IStantec Project No: Owner Project No: Contractor is required to complete this form before payment of structure is approved. Structure Location As- IStreet Name Structure Design Constructed Difference Structure Structure Direction of or Easement Type Invert Invert (+/ ) Comments/Quality No. Station invert/flow Location (circle (from Elevation* Assurance one) Plan) I MH CB Apron MH CB Aprr Apron MH I CB Apron MH I CB Apron MH I CB Apron , I MH CB I Apron MH CB Apron i MH CB Apron 1 MH CB Apron I MH CB Apron r MH CB Apron I MH CB Apron * - As-Constructed Invert Elevation provided by Contractor from measurements taken in the field to nearest 0.01 feet. I SECTION 33 46 00 SUBDRAINAGE PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Storm sewer service and drain tile. B. Related Sections 1. Section 33 05 05 -Trenching and Backfilling. 2. Section 33 40 00-Storm Drainage Utilities. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I 1. A Bid Item has been provided for 4" PVC Perforated Drain Tile, With Course Filter Aggregate and Filter Fabric. Measurement will be by linear feet of pipe along its axis with no regard to intervening fittings for each size and type of pipe. Payment shall include pipe, geotextile, aggregate, and fittings as shown on the Drawings. 2. A Bid Item has been provided for Connect to Structure (Drain Tile). Measurement will be per each. Payment will include all costs related to core drilling a hole in the storm ' sewer structure in the field, making the connection, and patching as specified and shown on the Drawings. 3. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. 1.03 REFERENCES A. American Society of Testing and Materials (ASTM) 1. Dl 784-Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. I 2. D3034-Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 3. D3212 -Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 4. D3350-Specification for Polyethylene Plastics Pipe and Fittings Materials. 1 5. F477-Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. B. American Association of State Highway and Transportation Officials (AASHTO) 1 1. AASHTO M252- Corrugated Polyethylene Drainage Tubing. C. Minnesota Department of Transportation "Standard Specifications for Construction" and "Materials Lab Supplemental Specifications for Construction," 2005 Edition (MnDOT Spec.) 1. 3733 - Geotextiles. 1.04 SEQUENCING AND SCHEDULING A. Install sanitary sewer,water main, storm sewer, and all pipe deeper than the services prior to the installation of the services. I SUBDRAINAGE ©2015 Stantec I 193801994-D 33 46 00- 1 I PART 2 PRODUCTS ' 2.01 PIPE AND FITTINGS A. PSM Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings 1. General: Pipe and fittings shall be made of compounds conforming to ASTM D1784 in accordance with the material requirements of ASTM D3034. 2. Design: Integral bell gasketed joint and a minimum wall thickness conforming to as shown on the Drawings. 3. Joints: Elastomeric gasket joints providing a water-tight seal conforming to ASTM D3212 or ASTM F477. 4. Perforations: Circular on 3-1/4 inches by 6-1/4 inches centers. Hole size maximum of 3/8 inch and a minimum of 3/16 inch, arranged in 4 rows along the full length of the pipe. 2.02 BEDDING MATERIAL A. See Section 33 05 05. 2.03 FILTER AGGREGATE MATERIAL A. See Section 33 05 05. 2.04 GEOTEXTILE A. Geotextile wrap shall conform to MnDOT Spec. 3733,Type 1. PART 3 EXECUTION 3.01 GENERAL ' A. The location and alignment of the subsurface drains and outlets are shown in a general manner on the Drawings. Exact location and alignment to be determined by the Engineer. , 3.02 DRAIN TILE INSTALLATION • A. Conform to details on Drawings. I B. Construct at locations and elevations determined by Engineer or as shown on the Drawings. 1 Filter aggregate. C. Pipe Bedding: gg ate.g D. Grade: Unless otherwise specified or shown on the Drawings, the grade of pipes shall not be flatter than 1 in 250. E. Plug upstream end of the drain pipe. 1 F. Sections of the drain pipe shall be firmly joined. G. If perforated drain pipe is used, the pipe shall be placed so that the perforations are in the position indicated on the Drawings or designated by the Engineer. 1 SUBDRAINAGE ©2015 Stantec I 193801994-D 33 46 00-2 1 H. Connections: Core drill connection to structure where precast hole. Seal and grout outside and inside of manhole at drain tile connection. I. Compaction: Conform to Section 33 05 05. J. Flushing: After installation has been completed, pipes shall be flushed with sufficient water to remove material that has entered the pipes during construction. 3.03 STORM SEWER SERVICE INSTALLATION A. Construct at locations and elevations determined by Engineer or as shown on the Drawings. ' B. Pipe Bedding: Bedding material. C. Plug upstream end of pipe. D. Sections of the pipe shall be firmly joined. ' E. Connections: Connect to hole provided in precast structure. Seal joint with mortar. Core drill connection to structure where precast hole is not provided. F. Compaction: Conform to Section 33 05 05. 3.04 FIELD QUALITY CONTROL A. Do not backfill trench until the pipe has been inspected and approved by the Engineer. END OF SECTION I I I I 1 SUBDRAINAGE ©2015 Stantec 1 193801994-D 33 46 00-3 I ISECTION 34 41 05 ITRAFFIC SIGNS AND DEVICES PART 1 GENERAL I1.01 SUMMARY I A. Section Includes 1. Signs, sign posts, and hardware. I I B. Related Sections 1. Section 02 41 13-Selective Site Demolition. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. A Bid Item has been provided for Cylinder Style Delineator (X4013), 6" Diameter, White. I All new Delineators shall be measured in accordance with MnDOT Spec. 2564.4.K. Payment for all Delineator and Marker installation shall be at the Bid Unit Price per Each Unit furnished and installed and shall include all delineator or marker panel, I tubular or flanged channel sign post, mounting bracket or strap mounting hardware and delineator or marker panel mounting hardware as specified in the MNDot Standard Signs Manual and MNDot Traffic Engineering Manual, and any equipment and labor necessary to install each delineator. l 2. A Bid Item has been provided for Sign Panels. All new signs shall be measured in accordance with MnDOT Spec. 2564.4.G. Payment for all sign installation shall be at the Bid Unit Price per unit square feet and shall include all sign materials, new sign I posts, anchors, equipment, mounting hardware, and labor necessary to install each sign on the post. 3. A Bid Item has been provided for Street Name Blade Signs. Measurement will be per I each name blade sign and post furnished and installed on the Project.This bid item will include the street name blades (2 per post), round post, concrete footing, hardware, brackets, and all other appurtenances to install the signs and post at the staked locations. I4. There will be no extra compensation for posts, regardless of length or required configuration.There shall be no extra compensation for post installations in bituminous or concrete surfaces. I 5. Salvaged signs shall be reinstalled in conformance with Section 02 41 13, and shall include a new anchor post as specified herein. 6. Removal of signs and name blade signs shall be in conformance with Section 02 41 13. I 7. All other Work and costs of this Section shall be incidental to the Project and included in the Total Base Bid. .03 REFERENCES Ii A. Minnesota Department of Transportation "Standard Specifications for Construction" and "Materials Lab Supplemental Specifications for Construction," 2005 Edition (MnDOT Spec.). I 1. 2564-Traffic Signs and Devices. 2. 3352-Signs, Delineators, and Markers. I TRAFFIC SIGNS AND DEVICES ©2015 Stantec I 193801994-D 34 41 05- 1 1 B. Minnesota Manual on Uniform Traffic Control Devices (MMUTCD). , C. Minnesota Department of Transportation Standard Signs Manual. PART 2 PRODUCTS 1.04 MATERIALS , A. Sign Material 1. Sign Face Material for Sign Panels: Reflective sheeting conforming to the requirements of MnDOT Spec. 3352.2.A.2.e "Sign Sheeting Type IX." 2. Sign Legend Material for Signs: "Direct Applied" conforming to the requirements of MnDOT Spec. 3352.2.A.5. 3. The retro-reflective sheeting types and qualified products used for rigid permanent signs markers and delineators can be found at: httio://www.dot.state.mn.us/oroductsisigning/index.html. B. Square Sign Posts 1. All sign posts shall be from Telespar or approved equal: a. Bottom Section: 2" Square, 12 gauge, with Omni-anchor or approved equal. b. Top Section: 1-3/4" Square, 14 gauge,with pre-punched holes. 2. The appropriate length of the upper post shall be determined by the Contractor to meet the construction requirements of the above stated references and herein at each specific location staked by the Engineer. The bottom section shall be a minimum 30" in length. 3. Attached bottom section to top section with corner bolt. C. Round Sign Posts (For Street Name Signs): : 1. Hot-dipped galvanized steel. 2. 0.80-gauge. 3. 2-3/8 inch outside diameter. 4. Length: 10 feet. 5. Anchor plate. 6. Brackets: a. Top of post: 1) Round Cap: Lyle AL 808RF, or approved equal. 2) Crosspiece Between Blades: Lyle AL808CF, or approved equal. ' b. For Mounting Sign On Post: Lyle BR-95, or approved equal. D. Hardware: 1. Bolts: a. 5/16 inch or 3/8 inch diameter. b. A-304 stainless steel or Grade 5 zinc plated steel. . ' 2. Nylon insert lock nuts. 3. Nylon washers: a. 1/32 inch thick. b. Maximum of 3/8 inch inside diameter. c. Maximum of 7/8 inch outside diameter. 4. Stainless steel washer. _ 1 TRAFFIC SIGNS AND DEVICES ©2015 Stantec 1 193801994-D 34 41 05-2 I 1 PART 2 EXECUTION 2.01 GENERAL A. Unless otherwise noted or modified herein, all sections of MnDOT Spec. 2564, all sections of IMnDOT's Standard Signs Manual, and Chapter 6 of MMUTCD shall apply. B. The fabrication of all signs and devices shall conform to MnDOT Spec. 2564 and the latest Iedition of the MMUTCD and the MnDOT Standard Signs Manual. C. The sign number designation indicated on the Drawings shall comply with applicable requirements of MMUTCD and MnDOT Standard Signs Manual. 2.02 CONSTRUCTION I A. Sign locations shown on the Drawings are only approximate.The final locations shall be determined in the field by the Engineer. Contractor is responsible for having all underground utilities located prior to installing all sign posts. Provide Engineer 48-hour 1 notice prior to sign installations to allow for adequate staking time. B. Fabricate, hole punch, and mount sign panels in accordance with the standard drawings I in the MnDOT Standard Signs Manual. Date the back of each newly installed sign panel with the month and year using a thick permanent black marker pen or furnish and install inventory/I.D.stickers approved by the Owner. I C. Install nylon washers between the bolt and the sign face (sheeting). Do not over tighten bolts to the point where the sign sheeting separates from the sign backing, which would be cause for rejection and replacement at no additional cost to the Contract. The nylon I washers used to protect to sign face shall be 1/32 inch thick, have a maximum inside diameter of 3/8 inch, and outside diameter of 7/8 inch. There shall also be a stainless steel washer between the nylon washer and the bolt head. ID. Square posts shall be installed per manufacturer's recommendations and details in the Drawings. A single curved corner bolt shall be provided and installed between the bottom anchor post and top section. IE. Round posts for street name signs: Install 48 inches below grade. Anchor post into ground with concrete. Install new street name blades on post. Layout of the street name blades Ishall be approved by Engineer prior to ordering. F. Sign panels shall be located relative to concrete curb per Figure 6.3 of the MnDOT Traffic I Engineering Manual: 1. Lowest point of any sign panel shall be 7 feet above finished grade at the point of installation. 2. Edge of sign panel shall be no closer than 2 feet from the face of curb. IG. Contractor should plan for sign placements in hard surfaced areas prior to any new concrete and/or bituminous paving and provide "box-outs" for each sign in such a I location.The "box-out" must be a 6 inch diameter round section of PVC pipe or a 6-inch core cut hole. With either option, the box-out must be to a depth which encroaches the underlying soils. I TRAFFIC SIGNS AND DEVICES 0 2015 Stantec I 193801994-D 34 41 05-3 I 1 H. The Contractor shall install MnDOT approved/furnished warning stickers on all new sign 1 panels. END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRAFFIC SIGNS AND DEVICES ©2015 Stantec I 193801994-D 34 41 05-4