03-06-24 City Council Agenda March 6, 2024 — 6:30 PM
Council Chambers
Hybrid Meeting
1.Call to Order
1A.Pledge of Allegiance and Land Acknowledgement
1B.Roll Call
1C.Proclamation Honoring Women's History Month
1D.New Employee Introductions
2.Additions and Corrections to Agenda
3.Consent Agenda
Approval of Consent Agenda - All items listed under this heading are considered to be routine by
the City Council and will be enacted by one motion. There will be no discussion of these items
unless a Council Member so requests in which event the item will be removed from the general
order of business and considered in its normal sequence on the agenda.
3A.Approval of City Check Registers
3B.Licenses:
3B.1.Approve New/Used Motor Vehicle Dealer Licenses for Audi Minneapolis, Porsche
Minneapolis, and Twin Cities Performance (Lithia Motors, Inc.)
3C.Bids, Quotes, and Contracts:
3C.1.Approve Interim City Manager Agreement
3D.Adopt Resolution No. 24-020 Approving Public Purpose Spending Authorization
3E.Adopt Resolution No. 24-021 Approving Amendment to Compensation and Classification
Tables
CITY COUNCIL REGULAR MEETING AGENDA
City Council meetings are being conducted in a hybrid format with in-person and remote options for
attending, participating, and commenting. The public can make statements in this meeting during
public comment sections, including the public forum beginning at 6:20 pm.
Remote Attendance/Comment Options:
Members of the public may attend this meeting by watching on cable channel 16, streaming on
CCXmedia.org, streaming via Webex, or by calling 1-415-655-0001 and entering access code 2633 154
4255 and webinar password 1234. Members of the public wishing to address the Council remotely
have two options:
Via web stream - Stream via Webex and use the ‘raise hand’ feature during public comment
sections.
Via phone - Call 1-415-655-0001 and enter meeting code 2633 154 4255 and webinar password
1234. Press *3 to raise your hand during public comment sections.
City of Golden Valley City Council Regular Meeting March 6, 2024 — 6:30 PM
1
4.Public Hearing
4A.Public Hearing on Proposed Improvements for the Zane Avenue and Lindsay Street
Reconstruction Project, Project #24-02, Resolution No. 24-022
4B.Adopt Resolution No. 24-023 Confirming Assessment for Levy 25043 to Approve the Special
Assessments for the 2024 Pavement Management Project
5.Old Business
6.New Business
6A.2024 Pavement Management Program Project Awards - 1) Award Construction Contract to
Northwest Asphalt, Incorporated and 2) Award Contract for Construction Engineering
Services to Short Elliott Hendrickson, Incorporated
6B.Review of Council Calendar
6C.Mayor and Council Communications
1. Other Committee/Meeting updates
7.Adjournment
City of Golden Valley City Council Regular Meeting March 6, 2024 — 6:30 PM
2
EXECUTIVE SUMMARY
Human Resources
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
1C. Proclamation Honoring Women's History Month
Prepared By
Seth Kaempfer, Equity and Inclusion Manager
Summary
March is celebrated as Women's History Month. This month is about celebrating the enduring,
undeniable contributions that women have made and continue to make in law, literature, science,
education, religion, technology, food, business, entertainment, and many more endeavors. Women's
History Month is also an opportunity to bring into view the groundbreaking impact and gains that
comes with securing the right to vote, shifting the feminist movement to be intersectional,
resoluteness for abolition and emancipation, diversification of labor and sport, continual
consciousness of bodily autonomy and consent, and much more.
This proclamation calls upon the community in Golden Valley to collectively consider how structural
and systemic barriers of sexism, misogyny, misogynoir, transphobia, and the like have and continue to
deny a wealth of liberties to women, especially at the intersect of race, class, and gender identity. In
addition, this proclamation implores the Golden Valley to recognize and confront gender- and sex-
based inequities to lead to a more liberated and rich future. Women's history is foundational in the
history of the United States, Minnesota, and Golden Valley.
Legal Considerations
This item did not require legal review.
Equity Considerations
This proclamation aligns with the City's commitment to diversity, equity, and inclusion and the City's
welcome statement. The City supports and honors individuals of all backgrounds and believes it is
critical to acknowledge celebrations such as Women's History Month to both educate community and
staff as well as create space for belonging of this richly diverse community.
Recommended Action
Motion to support a proclamation honoring the month of March as Women's History Month.
Supporting Documents
Proclamation for Women's History Month
3
CITY OF GOLDEN VALLEY
PROCLAMATION HONORING WOMEN’S HISTORY MONTH
MARCH 1 – 31, 2024
WHEREAS, in 1978, the Education Task Force of the Sonoma County
Commission on the Status of Women planned and implemented Women’s History Week
to coincide with International Women’s Day; and
WHEREAS, the focus on women’s history grew as more local and national
organizations advanced it to a national status becoming Women’s History Month in
1987; and
WHEREAS, Women's History Month celebrates the enduring, undeniable
contributions that women have made and continue to make in law, literature, science,
education, religion, technology, food, business, entertainment, and many more
endeavors; and
WHEREAS, Women’s History Month is an opportunity to bring into view the
groundbreaking impact and gains that comes with securing the right to vote, shifting the
feminist movement to be intersectional, resoluteness for abolition and emancipation,
diversification of labor and sport, continual consciousness of bodily autonomy and
consent, and much more; and
WHEREAS, Women’s History is a time to consider how structural and systemic
barriers of sexism, misogyny, misogynoir, transphobia, and the like have and continue to
deny a wealth of liberties; and
WHEREAS, by recognizing, upholding, and anchoring women and womanhood in
all facets of life it leads to a more diverse economy, increased health for all, and an
abandonment of harmful norms and biases; and
WHEREAS, the City of Golden Valley’s DEI Commission is hosting a Building an
Equitable Golden Valley Forum on March 14th focused on acknowledging the impact of
women and honor today’s inspiring women of Golden Valley.
NOW, THEREFORE, BE IT RESOLVED,that the City Council of the City of
Golden Valley does hereby proclaim the month of March as “Women’s History Month”
and call upon the people of the Golden Valley to recognize the contributions made women
and to actively promote the principles of equality, equity, liberty, and justice.
I, Mayor Roslyn Harmon, proudly certify this proclamation with my signature and
the seal of the City of Golden Valley on March 6
th, 2024.
_____________________________
Roslyn Harmon, Mayor
4
EXECUTIVE SUMMARY
City Administration
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
1D. New Employee Introductions
Prepared By
Theresa Schyma, City Clerk
Summary
Community Development Director Flores will introduce new Housing and Economic Development
Manager Christine Costello.
Legal Considerations
Legal review is not required on this item.
Equity Considerations
Equity review is not required on this item.
Recommended Action
No action is required on this item.
5
EXECUTIVE SUMMARY
Administrative Services
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
3A. Approval of City Check Registers
Prepared By
Jennifer Hoffman, Accounting Manager
Summary
Approval of the check register for various vendor claims against the City of Golden Valley.
Document is located on city website at the following location:
http://weblink-int/WebLink/Browse.aspx?id=1037405&dbid=0&repo=GoldenValley
The check register(s) for approval:
02-21-2024 Check Register
02-28-2024 Check Register
Financial or Budget Considerations
The check register is attached with the financing sources at the front of the document. Each check has
a program code(s) where it was charged.
Legal Considerations
Not Applicable
Equity Considerations
Not Applicable
Recommended Action
Motion to authorize the payment of the bills as submitted.
6
EXECUTIVE SUMMARY
City Administration
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
3B.1. Approve New/Used Motor Vehicle Dealer Licenses for Audi Minneapolis, Porsche Minneapolis,
and Twin Cities Performance (Lithia Motors, Inc.)
Prepared By
Theresa Schyma, City Clerk
Summary
As per City Code, some businesses are required to be licensed by the City. Audi Minneapolis, Porsche
Minneapolis, and Twin Cities Performance have been sold to a new owner, Lithia Motors, Inc. The new
owner has applied for three new/used motor vehicle dealership licenses from the City. The dealerships
have received zoning approval and the City Clerk has reviewed the applications, found the documents
are in order, and sees no reason to deny the licenses. The new licenses will be effective through
August 31, 2024.
Audi Minneapolis, 9393 Wayzata Boulevard
Porsche Minneapolis, 9595 Wayzata Boulevard
Twin Cities Performance, 9191 Wayzata Boulevard
Financial or Budget Considerations
Fees received are budgeted and help to defray costs the City incurs to administer and process new
licenses. No licenses are issued until payment is received in full.
Legal Considerations
This item does not require legal review.
Equity Considerations
This item does not require equity review.
Recommended Action
Motion to approve the issuance of new/used motor vehicle dealer licenses to Lithia Motors, Inc. for
the following businesses:
Audi Minneapolis, 9393 Wayzata Boulevard
Porsche Minneapolis, 9595 Wayzata Boulevard
Twin Cities Performance, 9191 Wayzata Boulevard
7
EXECUTIVE SUMMARY
Human Resources
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Work Session
March 6, 2024
Agenda Item
3C.1. Approve Interim City Manager Agreement
Prepared By
Kirsten Santelices, Deputy City Manager/Human Resources Director
Summary
On March 1, 2024, City Manager Tim Cruikshank retired from the City of Golden Valley, leaving a the
City Manager position vacant. As the City Council and City staff work to fill the full-time/regular City
Manager position, the City Council selected an Interim City Manager. The Interim City Manager will
perform the duties of City Manager of a Statutory Plan B City as outlined in Minnesota law, including
but not limited to under Minn. Stat. 412.651, and other duties assigned by the City Council.
Financial or Budget Considerations
Salary and benefits for this position are absorbed by the 2024 City Manager's department budget.
Legal Considerations
This item was approved by the City Attorney.
Equity Considerations
This item completed Equity Review and is consistent with the City's diversity, equity, and inclusion
initiatives.
Recommended Action
Motion to approve an Interim City Manager Agreement.
Supporting Documents
Interim City Manager Agreement
8
1
INTERIM CITY MANAGER
AGREEMENT
THIS INTERIM CITY MANAGER AGREEMENT (this “Agreement”) is made this March 6, 2024
(“Effective Date”) by and between Noah Schuchman (“Interim City Manager”), and the City of Golden
Valley, Minnesota, a Minnesota municipal corporation (the “City”):
RECITALS
A. On March 2, 2024 the City of Golden Valley City Manager position became vacant.
B. Pursuant to Minn Stat. § 412.641, Subd. 1C, t he City desires to hire an interim City Manager to
fulfill the duties of the City Manager on an interim basis while the City conducts a search for a
permanent, full-time City Manager.
C. The City wishes to hire Noah Schuchman to serve as the Interim City Manager and Noah has the
requisite skills, training and experience, and wishes to serve as the Interim City Manager while
the City engages in the hiring process to retain a qualified and acceptable full-time, permanent
City Manager.
NOW, THEREFORE, in consideration of the terms and conditions expressed in this Agreement,
the City and Interim City Manager agree as follows :
AGREEMENT
Section 1. Duties and Responsibilities
Interim City Manager agrees to perform the duties of City Manager of a statutory Plan B City as outlined
in Minnesota law, including but not limited to Minn Stat. § 412.651, the Golden Valley City Code, and
other duties as assigned by the Golden Valley City Council.
Interim City Manager understands and acknowledges that the City Council is the policy -making body of
the City and agrees to respond promptly and equally to all members of the City Council regarding their
concerns.
Section 2. Term of Employment
The term of this Agreement shall begin on March 7, 2024, and shall continue until September 6, 2024, or
until a full-time , permanent City Manager is hired, whichever comes first. Notwithstanding, either party
may terminate this Agreement according to the provisions for termination specified in Section 7 herein.
This Agreement may be extended by mutual written agreement of the parties .
Interim City Manager acknowledges that this Agreement does not constitute a contract of employment
or impose on the City any obligation to retain Interim City Manager as an employee and that this
Agreement does not prevent Interim City Manager from terminating their employment at any time.
9
2
Nothing in this Agreement shall be construed to deem Interim City Manager as anything other than an
at-will employee, nor shall anything in this Agreement be deemed to grant tenure rights to Interim City
Manager or limit either party’s ability to terminate this Agreement as otherwise provided herein.
Section 3. Compensation
For the duration of this Agreement, the City shall pay Interim City Manager at Grade 23, Step 7 of the
City’s approved Compens ation and Classification Table as outlined below. Payments shall be made bi-
weekly, on the same pay dates as regular full-time employees of the City for services rendered pursuant
to this Agreement. The Interim City Manager’s position is exempt from the overtime provisions of the
Fair Labor Standards Act (FLSA) and is not eligible for overtime pay.
2024 Wage Schedule
Grade 23, Step 7 - $201,094.40 (annual)
Section 4. Benefits and Expenses
a. Health Benefits. Interim City Manager shall be eligible for all health benefits available to full-
time/regular employee s of the City as outlined in the City’s Health Benefit Summary, effective
April 1, 2024.
b. Paid Time -Off. Interim City Manager shall be credited 40 hours of paid time -off (PTO), and said
hours shall be available for immediate use. Interim City Manager shall accrue PTO at a rate of
11.08 hours per pay period, and may use PTO in accordance with the provisions of the PTO
policy of the City of Golden Valley Employee Handbook (the “Employee Handbook”).
c. Professional Development. The City shall pay the following membership dues and costs on
behalf of Interim City Manager:
• International City/County Management Association (ICMA);
• Minnesota City/County Management Association (MCMA);
• Reasonable cost of Interim City Manager’s attendance at the annual conferences of
the ICMA, MCMA, and League of Minnesota Cities ;
• Additional expenses for conferences or professional development activities not in
conflict with the City’s Public Purpose Expenditure Policy or other Employee
Handbook policies.
d. General Expenses. The City recognizes that Interim City Manager may incur other general
business expenses which are eligible for reimbursement under existing City Policy in the course
of carrying out their duties . Interim City Manager will follow all reimbursement policies and
procedures outlined in the City’s Public Purpose Expenditure Policy and other applicable
financial policies, and will seek approval from the City Council for any expenses requiring City
Council approval under existing policy.
10
3
e. Other Benefits. Interim City Manager shall be eligible for all benefits outlined in the Employee
Handbook and available to other full-time/regular employees of the City, including but not
limited to paid holidays, tuition reimbursement, etc.
Section 6. Hours of Work
Interim City Manager shall devote their full attention to the role of the Interim City Manager. Interim
City Manager may set the ir hours of work and shall work the hours necessary to fully discharge the ir
duties under this Agreement.
Interim City Manager is eligible for a flexible work arrang e ment, including telework, subject to the terms
and conditions of section 7 of the Employee Handboo k. Notwithstanding, whenever possible, Interim
City Manager shall attend all regular City Council meetings and Council/Manager Work Sessions in
person (typically, the first three Tuesdays of each month). In addition, Interim City Manager shall make
reasonable efforts to work in-person at the Golden Valley City Hall whenever necessary to meet the
needs of City staff the City Council and the community.
Interim City Manager shall provide reasonable written notice to the full City Council in anticipation of an
absence of three days or more and shall notify the Deputy City Manager/Human Resources Director in
advance of any PTO or other leave taken .
During the term of this Agreement, Interim City Manager will engage in no outside employment that
interferes with or is in conflict with the duties of City Manager or the interests of the City. Prior to
engaging in any outside employment or business activity, Interim City Manager shall seek City Council
approval pursuant to section 6 of the Employee Handbook.
Section 7. Termination
a. Termination Without Cause. This Agreement may be terminated either by the City or Interim
City Manager at any time with or without cause. If either party wishes to terminate this
Agreement without cause, they shall provide the other party four -weeks written notice.
b. Termination for Cause . The City may, in its sole discretion, terminate this Agreement for cause
immediately and without notice upon occurrence of any one of the following events:
i. Interim City Manager fails or refuses to comply with the City’s policies, standards of
conduct or regulations or fails or refuses to comply with reasonable direction from the
City Council;
ii. After an independent investigation, the Interim City Manager is found to have
committed an act of fraud, dishonesty, misappropriation of funds, intentional deception
of the City Council, embezzlement, or other crimes, or misconduct reflecting poorly on
the City in the rendering of services to or on behalf of the City;
iii. The City Council hires a new full-time/regular City Manager.
c. Termination Pay. Interim City Manager shall be eligible for Termination/Severance pay pursuant
to the terms and conditions of section 16 the Employee Handbook. Notwithstanding anything to
the contrary in this Agreement or the Employee Handbook, if Interim City Manager terminates
11
4
this Agreement prior to the earlier of September 6, 2024 or the first date of employment of a
full-time, permanent City Manager and fails to give four -weeks' written notice of termination, or
if the City terminates this Agreement under paragraphs 7(b)(i)—(ii) of this section 7, Interim City
Manager shall not be eligible for termination/severance pay.
Section 8. Other Terms and Conditions
The City Council may fix any other terms and conditions of employment as it may deem appropriate
from time to time, provided such terms and conditions do not conflict with this Agreement, the laws of
the State of Minnesota, ordinances of the City, or any other applicable laws.
Section 9. Review by Independent Counsel
Each Party hereby acknowledges that it has had reasonable opportunity to consult with its own counsel
regarding this Agreement, and that it fully understands all of the terms and provisions hereof and its
rights and obligations hereunder.
Section 10. Voluntary Agreement/Entire Agreement
Interim City Manager acknowledges and understands the terms of this Agreement, that they have
entered into this Agreement voluntarily, and that the complete terms of the parties’ agreement are set
forth in this written document, except that the Interim City Manager is also subject to the Employee
Handbook of the City of Golden Valley, as they currently exist or as amended from time to time . Where
this Agreement and the Personnel Policies of the City of Golden Valley differ, this Agreement shall
control.
Interim City Manager further acknowledges that they have not relied on any other representations or
promises by the City, its agents, employees or representatives except those contained in this
Agreement. Any other agreement, whether written or oral, shall be of no force or effect.
The parties by mutual written agreement may amend any provision of this Agreement during the life of the
Agreement. Such amendments shall be in writing, signed by the parties, and incorporated and made part of
this Agreement.
Section 11. Severability
If any provision, or any portion thereof, contained in this Agreement is held to be unconstitutional,
invalid, or unenforceable, the remainder of this A greement or portion thereof shall be deemed
severable, shall not be affected, and shall remain in full force and effect.
Section 12. Counterparts and Electronic Signatures.
This Agreement may be executed in two or more counterparts, each of which shall be deemed an
original, but all of which taken together shall constitute one and the same instrument. This Agreement
may be transmitted by electronic mail in portable document format (“pdf”) and signatures appearing on
electronic mail instruments shall be treated as original signatures.
12
5
Section 13. Headings.
The headings contained in this Agreement have been inserted for convenience of reference only and
shall in no way define, limit or affect the scope and intent of this Agreement.
Section 14. Waiver.
No waiver of any provision or of any breach of this Agreement shall constitute a waiver of any other
provisions or any other or further breach, and no such waiver shall be effective unless made in writing
and signed by an authorized representative of the party to be charged with such a waiver.
Section 15. Choice of Law and Venue.
This Agreement shall be governed by and construed in accordance with the laws of the state of
Minnesota. Any disputes, controversies, or claims arising out of this Agreement shall be heard in the
state or federal courts of Hennepin County, Minnesota, and all parties to this Agreement waive any
objection to the jurisdiction of these courts, whether based on convenience or otherwise.
IN WITNESS WHEREOF, the City and Interim City Manager have caused this Interim City Manager
Agreement to be executed by their duly authorized representatives as of the Effective Date.
INTERIM CITY MANAGER CITY OF GOLDEN VALLEY
______________________________________
Noah Schuchman
______________________________________
Roslyn Harmon, Mayor
13
EXECUTIVE SUMMARY
City Administration
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
3D. Adopt Resolution No. 24-020 Approving Public Purpose Spending Authorization
Prepared By
Kirsten Santelices, Deputy City Manager/Human Resources Director
Summary
The City of Golden Valley is committed to ensuring employees, elected officials, and volunteers have
the tools and resources needed to deliver strong, equitable, transparent services to the community. In
addition, the City Council believes in approving reasonable spending authorizations under its existing
Public Purpose Spending Authorization policy to meet City and community goals. The proposed
resolution outlines the reasonable expenses by which the City Council authorizes City staff to execute
City initiatives under these policies.
Financial or Budget Considerations
All eligible items are approved annually by the City Council during its annual budget process.
Legal Considerations
This resolution and the policies referenced in the resolution were drafted with input from the City
Attorney.
Equity Considerations
The City strives to create and execute policies and practices that support diversity, equity, and
inclusion, including appropriately funding initiatives that directly impact the City's diverse workforce
and community. The resolution adopting the public purpose spending authorization along with the
City's Public Purpose Expenditure Policy authorizes City staff to spend reasonable amounts on efforts
to be inclusive, responsive, and transparent both internally and externally.
Recommended Action
Motion to adopt Resolution No. 24-020 approving public purchase spending authorization.
Supporting Documents
Resolution No. 24-020 - Public Purpose Spending Authorization
14
RESOLUTION NO. 24-020
RESOLUTION ADOPTING PUBLIC PURPOSE SPENDING AUTHORIZATION
WHEREAS, the City of Golden Valley is committed to ensuring that expenditures adhere to the
Public Purpose Doctrine under Minnesota State Constitution, Article X, Section 1, which allows cities to
spend funds to further a public purpose as authorized by the City Council through the adoption of the
City of Golden Valley’s annual budget; and
WHEREAS, the City prepares an annual budget to plan for expenditures allowed under the
Employee Handbook and the Public Purpose Expenditure Policy and the budget is approved annually
by the City Council; and
WHEREAS, the Employee Handbook allows department heads to approve the purchase of
clothing and apparel for non-uniformed employees to clearly identify them as employees of the City all
for the purpose of carrying out the City’s business; and
WHEREAS, the Public Purpose Expenditure Policy adopted by Resolution No. 23-033 on May
16, 2023 authorizes the City Council to approve allowable amounts for certain expenditures, including
refreshments, meals, and clothing items, pursuant to the aforementioned policies.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Golden Valley that the
City Council adopts the following allowable expenses:
o Maximum allowable expense for refreshments, may not exceed the per person
incidental expenses rate, as prescribed by the U.S. General Services Administration
(GSA) Meals and Incidentals Rates and Breakdown Table.
o Maximum allowable expenses for meals may not exceed the per person per diem rate,
as prescribed by the U.S. General Services Administration (GSA) Meals and Incidentals
Rates and Breakdown Table.
o Clothing and apparel required for employees to perform their duties, and that are not
PPE or uniforms, shall not exceed $100 per person per year.
Adopted by the City Council of Golden Valley, Minnesota this 6th day of March, 2024.
_____________________________
Roslyn Harmon, Mayor
ATTEST:
_____________________________
Theresa J. Schyma, City Clerk
15
EXECUTIVE SUMMARY
Human Resources
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
3E. Adopt Resolution No. 24-021 Approving Amendment to Compensation and Classification Tables
Prepared By
Kirsten Santelices, Deputy City Manager/Human Resources Director
Summary
To exemplify transparency with the community, each year the City Council reviews and adopts the
City’s compensation grid and classification table. To ensure consistency within its compensation and
classification structure, the City continues to engage its consultant David Drown and Associates (DDA)
to review each new position and grade them accordingly. Between January and March 2024 the City
updated several positions to ensure appropriate departmental delineation of roles and responsibilities,
thereby increasing operational effectiveness. The position changes include:
Accounting Manager (formerly Accounting Supervisor); Grade 14 to Grade 15
Accountant; Grade 11 to Grade 12
Payroll and Benefits Specialist (formerly Payroll Accountant); Grade 11 to Grade 10
The City also updated a few job titles to more accurately reflect the job duties and align with the
external market.
Assistant Community Development Director (former Planning Manager)
Permit Technician (former Inspections Administrative Specialist)
Curling and Lawn Bowling Assistants (clerical error, missing from Comp and Class table)
Financial or Budget Considerations
All compensation grid adjustments are absorbed within the approved the 2024 budget.
Legal Considerations
The City contracts with DDA to grade all of the positions and ensure compliance with applicable
Minnesota Local Government Pay Equity laws.
Equity Considerations
One of the City's equity pillars is providing economic opportunities for all, which includes employment
opportunities, and paying fair and equitable wages. By contracting with DDA the City maintains a
consistent practice of grading positions and market considerations. The City will continue evaluating
its compensation grid and pay practices for equity considerations.
16
Recommended Action
Motion to adopt Resolution No. 24-021 approving amendment to compensation and classification
tables.
Supporting Documents
Resolution No. 24-021 - Compensation Study and Classification Grid Amendment
17
RESOLUTION NO. 24-021
RESOLUTION APPROVING IMPLEMENTATION
OF 2020 COMPENSATION STUDY AND
ESTABLISHING COMPENSATION GRID
AND CLASSIFICATION TABLE
WHEREAS, in 2020, the City conducted a full compensation and classification study (the “Study”) to
ensure the City is paying competitive and fair wages to its employees; and
WHEREAS, on December 15, 2020 the City Council approved implementation of the Study; and
adopted the compensation grid for the City:
WHEREAS, on December 15, 2020 the City also adopted a Classification Table that assigned a grade
to each position within the City; and
WHEREAS, positions are routinely reviewed and reclassified according to position responsibilities;
and the Council approved changes to the classification table by Resolution 21-13 on March 16, 2021; and by
Resolution 21-38 on May 18, 2021; and by Resolution 21-114 on December 21, 2021, and by Resolution 22-
048 on May 3, 2022, and by Resolution 22-120 on December 20, 2022; and by Resolution 23-007 on
February 7, 2023, and by Resolution 23-017 on April 4, 2023; and by Resolution 23-062 on July 5, 2023; and
by Resolution 23-108 on December 19, 2023; and
WHEREAS, in alignment with the City’s values of communication and accountability, it is the City’s
practice for the City Council to review and adopt the Compensation Grid and Classification Table annually;
and
WHEREAS, the City Council supports the health and wellness of City employees and their families
through qualified flexible health benefit plans; and
WHEREAS, the City provides a cafeteria plan that allows employees to design their own benefit
packages by purchasing benefits with a pre-specified amount of employer dollars; and
WHEREAS, the effective date and eligibility of City’s health insurance and contribution is established
by the Employee Handbook; and
WHEREAS, the amount of the employers’ monthly contribution is established annually by the City
Council.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Golden Valley, Minnesota, that:
1. The City hereby adopts the 2024 monthly health benefit contribution as $1,652.10.
2. The City hereby adopts the following 2024 Full-Time & Part-Time Regular Compensation Grid
effective January 1, 2024:
Grade
Compensation Grid
4.90%4.90%4.90%4.90%4.90%4.90%
1 2 3 4 5 6 7
1 $20.40 $21.40 $22.45 $23.55 $24.71 $25.92 $27.18
18
2 $21.62 $22.68 $23.80 $24.96 $26.18 $27.47 $28.80
3 $22.92 $24.04 $25.22 $26.45 $27.74 $29.11 $30.53
4 $24.29 $25.48 $26.73 $28.04 $29.42 $30.85 $32.37
5 $25.99 $27.27 $28.60 $30.01 $31.48 $33.02 $34.63
6 $27.81 $29.17 $30.61 $32.10 $33.67 $35.33 $37.06
7 $29.20 $30.63 $32.12 $33.70 $35.36 $37.09 $38.91
8 $30.36 $31.86 $33.42 $35.05 $36.77 $38.57 $40.46
9 $31.59 $33.14 $34.77 $36.46 $38.26 $40.12 $42.09
10 $33.16 $34.79 $36.49 $38.28 $40.16 $42.13 $44.19
11 $37.48 $39.32 $41.25 $43.26 $45.39 $47.61 $49.94
12 $39.72 $41.67 $43.71 $45.85 $48.10 $50.46 $52.93
13 $41.71 $43.75 $45.89 $48.14 $50.51 $52.98 $55.58
14 $43.38 $45.50 $47.74 $50.07 $52.53 $55.10 $57.81
15 $45.54 $47.77 $50.12 $52.58 $55.15 $57.85 $60.69
16 $48.28 $50.65 $53.12 $55.73 $58.46 $61.32 $64.55
17 $51.19 $53.69 $56.32 $59.08 $61.98 $65.01 $68.19
18 $55.78 $58.52 $61.38 $64.40 $67.55 $70.86 $74.33
19 $58.57 $61.44 $64.45 $67.61 $70.92 $74.40 $78.04
20 $61.50 $64.51 $67.67 $70.98 $74.46 $78.11 $81.94
21 $64.58 $67.75 $71.06 $74.55 $78.20 $82.03 $86.04
22 $68.45 $71.80 $75.32 $79.02 $82.89 $86.94 $91.21
23 $72.55 $76.11 $79.84 $83.76 $87.85 $92.16 $96.68
3. The City hereby adopts the following updated Full-Time & Part-Time Regular Classification Table:
Grade Positions
1
2 Guest Services Specialist
3 Administrative Assistant –Fire Department
Brookview Events Coordinator
Community Service Officer
Police Department Office Assistant
Recreation Coordinator
4 Administrative Assistant –Inspections
Administrative Assistant – Parks And Recreation
Engineering Assistant
Inspections & Development Assistant
Lead Community Service Officer
Lead Cook
Turf Maintenance Assistant
19
5 Accounting Technician
Assessments/Accounts Payable Technician
Motor Vehicle License Clerk
Planning Assistant
Police Department Assistant
Public Works Assistant
6 Deputy City Clerk (Temporary)
Executive Assistant - City Manager’s Office
Facilities Maintenance Specialist
Management Analyst/Executive Assistant
Permit Technician
Utility Billing Specialist
7 Golf Operations Coordinator
Maintenance Worker/Mechanic
Park Maintenance Worker
Restaurant & Catering Coordinator
Street Maintenance Worker
Sustainability Specialist
Turf Equip Technician /Mechanic
Utilities Maintenance Worker
Web/Graphic Designer
8 Communications Specialist
Community Connections and Outreach Specialist
Executive Chef
Information Technology Technician
Public Works Inspector
Utilities Specialist
Vehicle Maintenance Worker/Mechanic
9 City Forester
Engineering Technician II
Investigator - Non-Sworn
Park Maintenance Field Supervisor
Street Maintenance Field Supervisor
Utilities Maintenance Field Supervisor
Vehicle Maintenance Field Supervisor
Water Distribution Specialist
10 Assistant Golf Operations Manager
Engineering Technician III
Fire Inspector I
GIS Specialist
Payroll and Benefits Specialist
Planner
Police Support Services Supervisor
Water and Natural Resources Specialist
20
11 Building Inspector
Crime Analyst Supervisor
Deputy Registrar Supervisor
Fire Inspector II
Greens & Turf Specialist
Human Resources Generalist
Information Technology Specialist
Patrol Officer
Police Department Recruiter (Temporary)
Recreation & Facilities Supervisor
Recreation Supervisor
12 Accountant
Deputy Fire Marshal
Golf Maintenance Supervisor
Restaurant & Catering Manager
13 City Clerk
Equity and Inclusion Manager
14 Assistant City Engineer
Environmental Resources Supervisor
Golf Operations Manager
Park Superintendent
Street And Vehicle Maintenance Superintendent
Utilities Superintendent
15 Accounting Manager
Assistant Fire Chief
Building Official
Sergeant
16 Housing and Economic Development Manager
Information Technology Manager
17 Assistant Community Development Director
Police Lieutenant
18 City Engineer
Communications Director
Assistant Police Chief
19 Community Development Director
Finance Director
Fire Chief
Parks & Recreation Director
Public Works Director
20
21 City Attorney
Deputy City Manager/Human Resources Director
Police Chief
22
23 City Manager
4. The City hereby adopts the following 2024 Seasonal, Variable Hour, Temporary and Intern Positions
Compensation Grid, effective March 1, 2024:
21
Steps 1 2 3 4 5 6 7
Grade
1 $12.17 $12.79 $13.40 0 0 0 0
2 $13.01 $13.68 $14.33 $15.01 $15.66 $16.32 $16.79
3 $13.56 $14.24 $14.92 $15.64 $16.32 $17.01 $17.47
4 $14.04 $14.88 $15.62 $16.33 $17.07 $17.79 $18.26
5 $14.29 $15.43 $16.18 $16.94 $17.70 $18.52 $19.01
6 $15.55 $16.00 $17.27 $17.85 $18.61 $19.54 $20.02
7 $18.25 $19.10 $19.84 $20.56 $21.38 $22.15 $22.64
5. The City hereby adopts the following 2024 Seasonal, Variable Hour, Temporary and Intern Positions
Classification Table:
Grade Position
1 Starter/Ranger
Warming House
2 316 Restaurant Positions:
Bartender
Server
Dishwasher/Bar‐Back
Election Judge (Step 6)
Indoor Playground Attendant
Park & Reaction Seasonal Athletics:
Playground Leader
Field Attendant
Sports Instructor
Golf Operations:
Beverage Cart Attendant
Par 3 Cashier
Range Supervisor
3 Election Captain (Step 6)
Pro Shop Cashier
4 Community Center Attendant
Golf Maintenance Operator
Parks and Recreation Program Specialist
5 Golf Office Assistant
Pathways Intern
6 Community Health Worker Intern
Curling Assistant
Golf Maintenance Technician
Lawn Bowling Assistant
Lead Pro Shop Cashier
Park and Recreation Intern
Seasonal Public Works Worker
7 Assistant Senior Program Coordinator
Banquet and Restaurant Staff Coordinator
Cook
Community Development Intern
22
Elections Assistant
Engineering Intern
GIS Intern
Golf Staff Coordinator
Guest Services Lead
Human Resources Assistant
Water Resources Intern
Collegiate Intern
6. The City hereby adopts the following paid on-call firefighter compensation, effective January 1,
2024:
Battalion Chief $26.10 Per Hour
Captain $24.18 Per Hour
Lieutenant $22.43 Per Hour
Firefighter $19.48 Per Hour
Firefighter-Apprentice $16.55 Per Hour
Firefighter in Training $13.31 Per Hour
7. The Council shall approve all classification changes that increase the budget. Changes to job title and
other modifications that do not increasethe budget shall not require Council approval. The most
current Job Classification Grid shall be kept on file with the Human Resources Department.
Adopted by the City Council of Golden Valley, Minnesota this 6th day of March, 2024.
______________________
Roslyn Harmon, Mayor
ATTEST:
_______________________
Theresa Schyma, City Clerk
23
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
4A. Public Hearing on Proposed Improvements for the Zane Avenue and Lindsay Street Reconstruction
Project, Project #24-02, Resolution No. 24-022
Prepared By
RJ Kakach, PE, Assistant City Engineer
Summary
At the October 5, 2021 City Council meeting, the City Council directed staff to prepare a feasibility
report for the Zane Avenue and Lindsay Street reconstruction project. The proposed project includes
reconstruction of 0.80 miles of Municipal State Aid Streets (MSAS) and local streets. The streets
included in the project are shown on the attached project location map. The feasibility report for this
project was prepared by the consulting engineering firm of Short Elliott Hendrickson, Inc., (SEH). The
feasibility report outlines a project that includes reconstruction of the subject streets, replaces and
repairs the majority of the aging sanitary sewer and water systems, storm drainage improvements,
and stormwater treatment of runoff from the project area. The project also includes installation of a
new sidewalk along Zane Avenue consistent with the City's 2040 Comprehensive Plan.
The Union Pacific Railroad crossing on Zane Avenue, along with the railroad signal system, will also be
replaced with the project. Union Pacific Railroad is drafting an agreement for review for this work
which is anticipated to be received in Q2 of 2024 and can be incorporated into the project. Because
the crossing replacement process has taken longer than expected, the project is anticipated to take
place over two construction seasons. The City's contractor will coordinate with the Union Pacific
Railroad team on replacement of the crossing and work within the railroad's right of way.
The estimated total project costs for Zane and Lindsay are $10,050,000. The estimated costs include
all street rehabilitation, sidewalk construction, sanitary sewer and water main repair and replacement,
and storm sewer construction. An estimated 25% of the construction costs have been included for
indirect project costs, which includes project design, staking, construction observation administration,
and legal expenses.
A preliminary special assessment rate of $11,300 per residential unit in the project area and $160/LF
for commercial and industrial properties in the project area. This represents approximately 20% of the
estimated street construction costs. Minnesota Statutes, Chapter 429 requires that when special
assessments are used to finance projects, a minimum of 20% of the project cost must be specially
assessed. Therefore, because special assessments are being used to finance a portion of the street
reconstruction costs, the assessments must be a minimum 20% of that cost.
24
The project costs associated with sidewalk, sanitary sewer, watermain, and storm sewer are financed
from dedicated funds, and special assessments are not utilized for funding for these separate
categories. The final special assessment rate will be calculated following the opening of construction
bids and will be based on actual costs. The estimated special assessments are consistent with the City
of Golden Valley Special Assessment Policy. Optional assessments to properties for private residential
driveway reconstruction or sanitary sewer services rehabilitation are not included.
Following Council authorization of the Zane Avenue and Lindsay Street Project, the anticipated project
schedule is as follows:
April 4, 2024 - Open Bids for Zane/Lindsay
May 7, 2024 - Award Contract Zane/Lindsay
May 7, 2024 - Public Hearing for Special Assessments
June 2024 - Begin Construction Zane/Lindsay
August 2025 - Project Completion Zane/Lindsay
Financial or Budget Considerations
The proposed project funding sources are as follows:
Sewer and Water Reserve Fund $ 2,100,000
Storm Sewer Improvement Fund $ 850,000
Street Improvement Fund $ 6,500,000
Zane Avenue Sidewalk Fund 300,000
Railroad Crossing Improvement Fund $300,000
Total Project Funding $10,050,000
These financing sources are consistent with the City’s 2024 Capital Improvement Plan. $750,000 is
included from the American Rescue Plan Act (ARPA) funding which will offset costs from the Sewer
and Water Reserve fund. State Aid funding will be used to compensate the Street Improvement fund
for street costs on Zane Avenue. The special assessments for this will be used to reimburse the Street
Improvement Fund and will cover a minimum of 20% of the Street Improvement costs for the project.
Legal Considerations
These items have been submitted to the City Attorney for review and will not be published until they
have received City Attorney approval.
Equity Considerations
The Zane Avenue and Lindsay Street project satisfies Pillar 3 of the Equity Plan Pillars by providing
unbiased programs and services to all.
Recommended Action
Motion to adopt Resolution No. 24-022 accepting Feasibility Report, approving plans and
specifications, ordering construction, and authorizing bidding of Certain Proposed Public
Improvements for the Zane Avenue and Lindsay Street Reconstruction Project. This item requires a
four-fifths vote for approval.
Supporting Documents
25
Zane and Lindsay Project Location Map
Zane and Lindsay Feasibility Report
Zane and Lindsay Project Manual
Zane and Lindsay Improvements Plans
Resolution No. 24-022 - Zane Lindsay Feasibility Construction Plans
26
!!!!!!!!!!!!Lilac Dr NTopel Rd
Phoenix StWelcomeAveNWelcomeCir
Z
a
n
e
Av
e
NLindsay St
Zane Ave NOak Grove CirLilac Dr NN Frontage Rd
S Frontage Rd Olson Mem HwyLilac Dr NOls o n Memorial Hwy
Valleywo
odCirG o ld e n V a lleyR dHwy100Hwy 55 LilacLoopI
0 350 700175Feet
Print Date: 12/28/2023Sources:-Hennepin County Surveyors Office for Property Lines (2023).-City of Golden Valley for all other layers.
CIP Streets
2024, 0.53 miles State Aid
2024, 0.27 miles local
Zane Ave / Lindsay StReconstruction P roject
27
Feasibility Report
Zane Avenue and Lindsay
Street Improvements
City of Golden Valley, Minnesota
City No. 23-02 SAP 128-408-002
GOLDV 163618 | February 21, 2024
28
Feasibility Report
Zane Avenue and Lindsay Street Improvements
City of Golden Valley, Minnesota
City No. 23-02
SAP 128-408-002
SEH No. GOLDV 163618
February 21, 2024
I hereby certify that this 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.
Stephen R. Prall, PE
Date: February 21, 2024 License No.: 54949
Reviewed By: Scott D. Haupt, PE Date: February 21, 2024
Short Elliott Hendrickson Inc.
3535 Vadnais Center Drive
St. Paul, MN 55110-3507
651.490.2000
29
i
TABLE OF CONTENTS
Page
INTRODUCTION ............................................................................................................. 1
PROJECT LEGAL DESCRIPTION ................................................................................. 1
EXISTING CONDITIONS ................................................................................................ 1
Sanitary Sewer .......................................................................................................................... 1
Inflow and Infiltration .............................................................................................................................................1
Sewer Mains .........................................................................................................................................................2
Sanitary Sewer Services ......................................................................................................................................3
Water Main ................................................................................................................................ 3
Stormwater Drainage ................................................................................................................ 3
Streets ....................................................................................................................................... 4
Existing Street Widths ..........................................................................................................................................4
Pavement Sections ...............................................................................................................................................4
Subgrade Conditions ............................................................................................................................................5
Concrete Curb and Gutter ....................................................................................................................................5
Pedestrian Facilities .............................................................................................................................................5
Street Lighting ......................................................................................................................................................6
PROPOSED IMPROVEMENTS ...................................................................................... 6
Public Participation ...............................................................................................................................................6
Sanitary Sewer and Water Main ............................................................................................... 7
Sanitary Sewer Rehabilitation ..............................................................................................................................7
Sanitary Sewer Service Rehabilitation ..................................................................................................................7
Water Main Rehabilitation ....................................................................................................................................8
Stormwater Management .......................................................................................................... 8
Additional Water Quality Measures .................................................................................................................... 10
Streets ..................................................................................................................................... 11
Street Widths ...................................................................................................................................................... 11
Pavement Sections ............................................................................................................................................. 11
Subgrade Corrections ......................................................................................................................................... 11
Concrete Curb and Gutter .................................................................................................................................. 12
Parking ............................................................................................................................................................... 12
Pedestrian Facilities ........................................................................................................................................... 12
Street Lighting .................................................................................................................................................... 13
Tree and Landscape Impacts ............................................................................................................................. 13
Commercial Driveway Improvements ................................................................................................................. 13
Residential Driveway Reconstruction Program .................................................................................................. 13
UPRR Crossing ....................................................................................................................... 14
ESTIMATED COSTS AND PROJECT FINANCING ..................................................... 14
Estimated Project Costs .......................................................................................................... 14
Sewer and Water Costs ...................................................................................................................................... 14
Municipal State Aid (MSA) Eligible Storm Drainage Costs ................................................................................. 14
Storm Drainage Costs – Non MSA ..................................................................................................................... 15
Municipal State Aid (MSA) Eligible Street Costs ................................................................................................ 15
Street Reconstruction Costs – Non MSA ............................................................................................................ 15
Municipal State Aid (MSA) Sidewalk Construction Costs ................................................................................... 15
Union Pacific Railroad (UPRR) Reconstruction Costs ........................................................................................ 15
Total Project Costs ............................................................................................................................................. 15
Proposed Project Financing .................................................................................................... 16
Special Assessments ......................................................................................................................................... 16
Municipal State Aid ............................................................................................................................................. 17
30
ii
American Rescue Plan Act ................................................................................................................................. 17
Sewer and Water Reserve Fund ........................................................................................................................ 17
Storm Sewer Improvement Fund ........................................................................................................................ 17
Street Improvement Funds ................................................................................................................................. 17
Bicycle and Pedestrian Improvement Funds ...................................................................................................... 17
Railroad Crossing Improvements Funds ............................................................................................................ 17
Financing Summary ............................................................................................................................................ 18
SUMMARY AND RECOMMENDATIONS ..................................................................... 18
LIST OF EXHIBITS
Exhibit 1 Project Location Map
Exhibit 2A – 2C Proposed Project Layouts
Exhibit 3 Existing Street Widths
Exhibit 4 Proposed Street Widths
Exhibit 5 Subcut Depths / Soil Boring Locations
Exhibit 6 Pedestrian Routes
Exhibit 7 Sanitary Sewer Defects
Exhibit 8 Truck Turning Movement Sample
Summary of Property Owner Comments
Preliminary Assessment Roll
31
1
INTRODUCTION
At the October 5, 2021 Council Meeting, the Golden Valley City Council authorized
preparation of a feasibility report for the rehabilitation of streets for the Zane Avenue
North and Lindsay Street Improvements project. The proposed project includes
reconstruction of approximately 0.80 miles of two streets located in an industrial and
residential area in the center of the city.
Zane Avenue North is a Municipal State Aid Street (MSAS) bound by Olson Memorial
Highway Frontage Road North on the south and Golden Valley Road on the north.
Lindsay Street is bound by Zane Avenue North on the west and Lilac Drive on the east.
The proposed streets are shown on Exhibit 1: Project Location Map.
This feasibility report will discuss the existing conditions of the streets, sanitary sewer,
water main, and storm sewer within the project area. In addition, the report will discuss
the proposed project design, estimated project costs, and the proposed financing,
including a preliminary special assessment roll.
PROJECT LEGAL DESCRIPTION
The proposed project includes:
All properties in the NW ¼, and N ½ of the SW ¼, of Section 33, Township 118 North,
Range 21 West of the 5th Principal Meridian; within the City of Golden Valley, Hennepin
County, Minnesota, that are adjacent to the following streets:
Zane Avenue North: Olson Memorial Highway Frontage Road North to Golden
Valley Road
Lindsay Street: Zane Avenue North to Lilac Drive
EXISTING CONDITIONS
Sanitary Sewer
Inflow and Infiltration
The Metropolitan Council Environmental Services (MCES) provides wastewater
treatment and interceptor collection services for the Twin Cities metropolitan
area. The MCES has undertaken a major effort to eliminate excess peak flows in
its system that exceed the capacity of the collection and treatment facilities.
These excess flows can and do result in overflows of raw sewage into the
Mississippi River.
Inflow and Infiltration (I/I) is defined as clear water that is either directly
discharged (inflow) or indirectly discharged (infiltration) into the sanitary sewer
system. Among the most common sources are improperly connected sump
pumps or foundation drains discharging into the sanitary sewer and the infiltration
of ground water through defects in sanitary sewer mains, services, and
manholes.
32
2
The City of Golden Valley is one of many cities within the MCES sanitary sewer
district that have been notified of excess peak sanitary sewer flows being
generated by their community. An Inflow and Infiltration (I/I) mitigation program
has been implemented to take steps towards decreasing the peak flows
associated with clear water entering the sanitary sewer and contributing to these
excess peak flows.
The peak flows in Golden Valley typically follow heavy rainfall events, indicating
that improper connections to the sewer system may be present, and that sewers
may be allowing ground water and surface water into the system through cracked
pipes, leaking manholes, and substandard castings.
The proposed project area is located within the portion of the City that has
excessive volume of inflow and infiltration following rainfall events and high
groundwater conditions.
Sewer Mains
The existing sanitary sewer system within the project area is comprised of local
lateral sewers and one portion of trunk sewer main that were constructed in the
mid 1950’s when sanitary sewer was first available in the City. The local lateral
sanitary sewer mains are constructed with eight-inch and nine-inch diameter clay
pipes, eight-inch cast iron pipe (CIP) and eight-inch ductile iron pipe (DIP). The
trunk sanitary sewer main, which crosses the project area at Zane Avenue North,
south of the Union Pacific Railroad (UPRR) at-grade crossing, is constructed with
twelve-inch reinforced concrete pipe (RCP). See Exhibits 2A through 2C:
Construction Layout for pipe sizes.
A Closed Circuit Television (CCTV) inspection was performed on all the City’s
sanitary sewer mains within the project area as part of the preliminary project
design. This inspection was intended to locate the extent and severity of the
defects to the sanitary sewer system to determine if repairs are needed as part of
the street reconstruction project. The television inspection has identified
distresses within the City system that are consistent with the age and pipe
material. These defects include mineral deposits, cracked pipes, root intrusion,
noticeable infiltration, and offset joints. These defects are typical sources of
groundwater infiltration into the sewer system.
The extent of these defects is typical compared to the defects encountered in
previous street reconstruction projects containing clay pipes. Based upon these
CCTV results, the local lateral sanitary sewer mains throughout the entire project
area will require structural lining as discussed in the “Proposed Improvements”
section of this report. Additionally, there were three pipe sags identified along the
sanitary sewer along Zane Avenue North that will need to be repaired. The
westernmost run of sewer on Lindsay Street is proposed to be replaced entirely
because it is at a depth above the street subcut and will be difficult to work
around during subcutting.
The existing sanitary sewer defects are illustrated on Exhibit 7.
33
3
Sanitary Sewer Services
As part of its I/I Reduction Program, the City is offering property owners within
the project area an opportunity to have a CCTV inspection performed on the
sanitary sewer service to their home. Property owners will not be charged for this
voluntary inspection during the project, which is identical to the Point of Sale
Inspections required by City Code. The intent of this inspection is to identify I/I
issues present in the private sanitary sewer services and allow property owners
to make informed decisions regarding rehabilitation of the service lines, including
voluntary participation in the repair program offered as part of the project. This
sewer service repair program will be discussed in more detail later in this report.
Water Main
The majority of the existing water main system within the project area consists of lateral
mains that were installed during the early 1960’s. The existing mains are 12-inch
diameter cast iron pipe (CIP) on Zane Avenue North, and 8-inch CIP on Lindsay Street.
These mains are located within the existing City owned street rights-of-way.
A review of water main maintenance records within the project area indicates a history
of water main breaks and maintenance issues consistent with other water mains of the
same age and material. In addition, leaky, inoperable gate valves have been discovered
throughout the project area.
Stormwater Drainage
The entire project area is part of the Bassett Creek Watershed, which is contained
within the Sweeney Lake subwatershed.
Existing catch basins at the intersection of Zane Avenue North and Olson Memorial
Highway Frontage Road North collect stormwater from contributing drainage along the
southern 200 feet of Zane Avenue and a portion of the frontage road. Stormwater flows
west in concrete pipes to a ditch along the Soo Line Railroad track.
Existing catch basins on the south side of the Union Pacific Railroad (UPRR) at-grade
crossing of Zane Avenue North collect stormwater from contributing drainage along the
majority of the Zane Avenue North between Olson Memorial Highway Frontage Road
North and the UPRR crossing, with the exception of the abovementioned southernmost
200 feet of Zane Avenue North. Stormwater flows in concrete pipes underneath the
railroad tracks and into a storm trunk line that runs parallel to the tracks and continues
east beyond the project area.
Existing catch basins at the intersection of Zane Avenue North and Lindsay Street
collect stormwater from contributing drainage along all of Zane Avenue North to the
north of the UPRR crossing, and the westernmost 500 feet of Lindsay Street.
Stormwater flows in concrete pipes into a storm trunk line that runs south along the west
side of Zane Avenue North and connects to the trunk line that runs along the UPRR
track.
Existing catch basins on Lindsay Street located approximately 500 feet east of Zane
Avenue North collect stormwater from contributing drainage along all of Lindsay Street
east of that point. Stormwater flows in concrete pipes into a storm trunk line that runs
34
4
west along the north side of Lindsay Street and connects to the trunk line that runs
south along Zane Avenue North.
The trunk storm sewer systems conveying discharge from the project site ultimately
discharge into Sweeney Lake.
Streets
The streets within the proposed project area are mainly concrete streets that were
originally constructed as development occurred. The original dates of construction
throughout the project area generally occurred throughout the 1950’s and 1960’s. There
are portions of the project area that have been changed to bituminous pavement since
original construction. These bituminous areas include the following: the southernmost
200 feet of Zane Avenue North, 30 feet north and south of the UPRR crossing of Zane
Avenue North, the northernmost 50 feet of Zane Avenue North, and the easternmost
250 feet of Lindsay Street.
Existing Street Widths
The existing width of both streets in the project area is 40 feet as shown in
Exhibit 3: Existing Street Widths. Street width is typically measured from face of
curb to face of curb. The entire project area has concrete curb and gutter, with
integral curb along the concrete portions of the roadway.
Pavement Sections
Streets in the proposed project area have varying thicknesses of existing
bituminous or concrete pavement over varying amount of gravel base. Soil boring
locations are shown on Exhibit 5: Proposed Subcut Depths/Soil Boring Locations,
and the chart below shows the existing and variable pavement and gravel depths
at the boring locations.
Soil
Boring # Location
Concrete
Pavement
Depth (inches)
Bituminous
Pavement
Depth (inches)
Apparent
Gravel Depth
(inches)
37 Lindsay Street - 7.5 0
38 Lindsay Street 6.5 - 12
39 Zane Avenue North 7.5 - 16.5
40 Zane Avenue North 6.5 - 17.5
41 Zane Avenue North 6.5 - 12
42 Zane Avenue North - 8 10
43 Zane Avenue North 6.5 - 0
44 Zane Avenue North 6.5 - 6
45 Zane Avenue North 8 - 16
46 Zane Avenue North 8 - 4.5
47 Zane Avenue North 8 - 16
48 Lindsay Street 7.5 - 0
49 Lindsay Street 7.5 - 6
As part of the preliminary design for the proposed project, which originally began
in 2006, a series of thirteen soil borings were taken to determine the suitability of
the existing subgrade materials for street construction. These soil borings were
also the source of the pavement and gravel thickness information provided
above. Refer to Exhibit 5: Subcut Depths/Soil Boring Locations for locations of
soil borings.
35
5
Properly constructed streets are built with a base course of fill beneath the
pavement usually made up of granular (gravel) material. This base course layer
is considered to be part of the pavement section. Not all soil borings taken in this
project area encountered a base course layer. When encountered, some of the
soil boring locations lacked the base course thickness that is required to meet
today’s requirements for pavement base.
The pavement distresses present within the project area are consistent with the
age of the streets. Common concrete pavement distresses include longitudinal
and transverse joint spalling, durability cracking, panel cracking, panel breaking,
faulted joints, faulted panels, and patching. Common bituminous pavement
distresses include longitudinal and transverse cracking, alligator cracking, edge
cracking, and patching. Patching is frequently used to cover severe distresses
such as durability cracking, faulting, or alligator cracking and is therefore
indicative of poor pavement quality.
Subgrade Conditions
The soil borings indicate that the subgrade soils (soils beneath the base course
or subbase) in the project area are loose to medium dense fill soils overlying
glacial till soils typically classified as clayey sand. The fill varies in thickness from
7 feet to over 16 feet and consists predominantly of silty sand and clayey sand
(till). Coarse alluvium (outwash sand) was encountered beneath the fill in a few
areas, but till was encountered beneath the fill in most borings.
Additionally, ground water was encountered immediately beneath the concrete
pavement near the intersection of the Zane Avenue North and Lindsay Street.
Ground water immediately beneath a pavement typically results in extreme
pavement distress and ultimately pavement failure.
Concrete Curb and Gutter
The project area contains integral concrete curb that was poured with the
concrete pavement, with the exception of a few isolated locations as mentioned
previously in this report.
Pedestrian Facilities
Pedestrian facilities within the project limits include the following: existing
concrete sidewalk along the north side of Olson Memorial Highway Frontage
Road North, existing concrete sidewalk along the north side of Golden Valley
Road, and the bituminous Luce Line Regional Trail which cuts across Zane
Avenue North just south of the UPRR crossing. The Luce Line Trail is owned and
maintained by Three Rivers Park District.
Refer to Exhibit 6: Pedestrian Routes for locations of existing pedestrian facilities
within the project area.
36
6
Street Lighting
No City-owned street lighting facilities exist within the project area. Xcel Energy
owns wooden poles with cobra-head light fixtures that are present at the
following locations: the SE quadrant of the UPRR crossing of Zane Avenue
North, the SE quadrant of the intersection of Zane Avenue North and Golden
Valley Road, and the NW quadrant of the intersection of Lindsay Street and Lilac
Drive.
PROPOSED IMPROVEMENTS
This portion of the feasibility report will focus on the proposed design of the project.
The estimated project costs and project financing will be discussed later in this report.
Public Participation
As part of the public engagement process for the Zane Avenue North and
Lindsay Street Improvements Project, two project open houses were held. The
first open house was held in May 2022 and the second was held in January
2024.
The open houses provided business owners and residents with project
information and a forum to express concerns and ask questions regarding the
proposed project. Business owners and residents were able to view the
preliminary project design, including anticipated impacts to landscaping, trees,
and driveways. Information regarding the Driveway Reconstruction Program and
the Inflow and Infiltration Sewer Service Inspection Program was also available
at these meetings.
All written comments received at or following the open house meetings, are
summarized in Appendix A: Summary of Resident Comments. These written
comments are an important tool for staff to identify issues that need to be
addressed as part of the project design.
City staff also contacted each business owner within the project area to schedule
individual meetings to gather information on their delivery and access needs and
to discuss the proposed improvements and impacts to each property. Based on
those who responded, staff conducted 21 meetings (as of the date of this report)
with business owners throughout the project design process. Communication
with business owners will continue to be an ongoing process up to and
throughout project construction. During construction there will be weekly
meetings with business owners to provide project and schedule updates, and
upcoming construction activities that may impact businesses. Additionally, there
will be a full time city representative responsible for communicating project
updates and respond to any questions or concerns from business owners during
construction.
The proposed improvements discussed in this portion of the feasibility report are
shown on Exhibits 2A through 2C: Proposed Project Layouts.
37
7
Sanitary Sewer and Water Main
Sanitary Sewer Rehabilitation
As discussed earlier in this report, a television inspection of the existing
sanitary sewer system was performed during the preliminary design portion of
this project. Based upon the results of the televising, it has been determined
that all of the local lateral sanitary sewer mains within the project area are in
need of repair.
The nature of the defects, including primarily cracked pipes and root intrusion,
indicates that the majority of the sanitary sewer mains can be rehabilitated by
structural lining. Sanitary sewer lining will be effective in repairing the defects
and addressing the infiltration issues within the City’s system.
Additionally, there were three pipe sags identified in the sanitary sewer along
Zane Avenue North that will require pipe replacement. The westernmost run of
sewer on Lindsay Street is also proposed to be replaced entirely because it is
at a depth above the street subcut and will be difficult to work around during
subcutting.
The existing sanitary sewer defects are illustrated on Exhibit 7. The proposed
sanitary sewer improvements are illustrated on Exhibits 2A through 2C: Proposed
Project Layouts.
In addition to lining the sanitary sewer mains, this project will incorporate other
measures to reduce the amount of I/I being introduced into the City’s sanitary
sewer main system. These I/I reduction efforts include the replacement of all
sanitary sewer manhole castings and covers and the rehabilitation and
reconstruction of necessary sanitary sewer manholes. These measures have
been implemented in past projects of this scope, and are consistent with the
City’s efforts to address all sources of I/I.
Sanitary Sewer Service Rehabilitation
As previously mentioned, property owners, including businesses, in the project
area have been given the opportunity to voluntarily have their sanitary sewer
service inspected as part of this project and as part of the City’s ongoing I/I
Reduction Program. The intent of this voluntary inspection, which is funded by
the City’s water and sewer fund, is to identify potential sources of I/I from the
privately owned sanitary sewer services. It is also intended to let the property
owners know what sewer service repairs are needed in order to become
compliant with City Code. Property owners can use the information provided in
the inspection to plan for future sewer service repairs, including participation in
the sewer service repair program, which includes the option to specially assess
the work offered as part of the proposed project.
Sewer service inspections will begin in spring 2024 for property owners involved
with the project. Each property owner, including those who did not participate in
the voluntary inspection program as previously mentioned, will be given the
opportunity to have repairs performed on their sanitary sewer service. These
38
8
repairs will be performed in conjunction with this project, but will be completed
under a separate contract from the public improvements. Property owners will be
able to have their sewer services lined, or removed and replaced, as part of this
program.
Interested property owners can enter into a three-way agreement with the
Contractor and the City. The Contractor performs the work, the City pays the
Contractor, and the property owner reimburses the City over a ten year period via
a special assessment.
Water Main Rehabilitation
Based upon water system maintenance records, it is proposed that the existing
8-inch and 12-inch cast iron water main located in the project area be replaced
as part of this project with polyvinyl chloride (PVC) plastic pipe of the same pipe
diameters. A 24-inch steel casing pipe is proposed to be jacked under the UPRR
crossing of Zane Avenue North to house the new 12-inch PVC water main pipe.
Larger (3-inch and larger) existing commercial water services will also be
replaced with PVC pipe to the right-of-way line. A new gate valve will be installed
at the right-of-way line on the new services.
Smaller (1-inch and 2-inch) existing water services will be replaced with high-
density polyethylene (HDPE) plastic pipe to the right-of-way line. New curb stops
will also be installed at the right-of-way line on new water services.
A temporary water supply system will be required to provide water to businesses
and homes during water main replacement. The proposed water main
replacement is shown on Exhibits 2A through 2C: Proposed Project Layouts.
In addition to water main replacement, all hydrant and gate valves will be
replaced throughout the project area. Additional gate valves and hydrants will be
added where needed to meet current spacing requirements.
Stormwater Management
The entire Zane Avenue North and Lindsay Street Improvements project area is part of
the Bassett Creek Watershed and is contained within the Sweeney Lake subwatershed.
Therefore, the proposed improvements will be designed in accordance with the City’s
standards and the Bassett Creek Water Management Commission (BCWMC)
Requirements for Improvements and Development Proposals, including the
implementation of temporary and permanent stormwater best management practices
(BMPs) as part of the project design and during construction. Additionally, the project
will be required to obtain an NPDES Construction Stormwater Permit from the
Minnesota Pollution Control Agency (MPCA).
The minimization of impervious surfaces such as street pavement, which generate
higher volumes of stormwater runoff than vegetated pervious surfaces, is a goal of
project design. Quantities of existing street impervious area, post construction
impervious area, and the overall decrease in impervious area for the project are
summarized in the table on the next page.
39
9
The Zane Avenue North and Lindsay Street reconstruction is a linear project that will
disturb more than one acre, therefore must be submitted to the Bassett Creek
Watershed Management Commission (BCWMC) for review and approval for erosion
and sediment control standards. As the linear project is not adding any net new
impervious surfaces, the project area is exempt from BCWMC water quality standards.
The City of Golden Valley is a municipal separate storm sewer system (MS4) permittee.
MS4, as defined in Minnesota Rule 7090, is a conveyance or system of conveyances
including roads with drainage systems, municipal street, catch basins, curbs, gutters,
ditches, man-made channels, or storm drains that are owned by a city, designed or
used for collecting or conveying storm water, not a combined sewer, and not part of a
publicly owned treatment facility.
MS4 permit holders in Minnesota must satisfy the requirements of the MS4 general
permit if they are at least one of the following: located in an urbanized area and have a
population of 1,000 or more, owned by a municipality with a population of 10,000 or
more, or have a population of at least 5,000 and the system discharges to specially
classified bodies of water. The MS4 general permit is designed to reduce the amount of
sediment and other pollutants entering state waters from storm water systems.
As an MS4 permittee, the City has a post construction stormwater management
standard that must be implemented, including treatment of the water quality volume on
any project where the sum of the new impervious and fully reconstructed impervious
surfaces equals one or more acres. Where the entire water quality volume cannot be
treated within the existing right-of-way, a reasonable attempt to obtain additional right-
of-way, easement, or other permission to treat the stormwater during the project
planning process must be made.
The City also adheres to the Minimal Impact Design Standards (MIDS) performance
goals for new development, re-development, and linear projects and the requirements
of BCWMC. MIDS, developed by the Minnesota Pollution Control Agency (MPCA), has
a set of performance goals and design standards to promote low impact development
and other stormwater management techniques. MIDS has a similar, but more stringent,
water quality volume requirement as the MS4 permit. To meet the MIDS performance
goal for linear projects, the water quality volume must be calculated as the larger of 1.1
inches of runoff from the net increase in impervious area, or 0.55 inches of runoff from
the new and fully reconstructed impervious surfaces. The required water quality volume
for the project area is summarized in the table below.
Existing
Impervious
Area (acres)
Post Construction
Impervious Area
(acres)
Decrease of
Impervious
Area (acres)
Newly
Reconstructed
Impervious
Area (acres)
Required
Water Quality
Volume *
(cubic feet)
% Reduction
of Impervious
Area
Street 4.51 4.20 0.31 4.20 8,395 6.7%
* Water quality volume is calculated, per the MIDS performance goal, as 0.55 inches of runoff from the
new and fully reconstructed impervious surfaces.
40
10
Per the BCWMC Requirements for Improvements and Development Proposals, Linear
projects on sites without restrictions that create one or more acres of net new
impervious surfaces shall capture and retain onsite 1.1 inches of runoff from the net
new impervious surfaces. This performance goal does not apply to this project since the
proposed improvements result in a reduction in impervious surface area.
Due to limited right-of-way on the Zane Avenue North and Lindsay Street project, the
water quality volume, as described above, cannot be treated within the right-of-way.
Properties outside the right-of-way were reviewed to locate potential options for water
quality volume treatment. The City of Golden Valley has reached out to these property
owners in attempts to obtain additional right-of-way or easements, but none of the
property owners were interested in participating.
As mentioned previously, Zane Avenue North within the project area is a Municipal
State Aid Street (MSAS) therefore, it must adhere so certain State Aid design
requirements when reconstructed. One of these requirements is stormwater spread
cannot exceed the allowable spread on the roadway. Spread is the amount stormwater
pools up, or spreads, across the roadway before it makes its way into a catch basin. In
order to meet the State Aid spread criteria, many catch basins are proposed to be
added compared to the existing conditions, particularly north of the UPRR crossing.
This is due to a narrower roadway, flat longitudinal grade, and stormwater from large
offsite impervious drainage areas entering the roadway. Lindsay Street is not a State
Aid street; therefore, the same spread requirements are not required to be met.
However, additional storm sewer is proposed in the westernmost 350 feet to improve
drainage at the Zane Avenue North intersection.
A sump discharge drainage system is proposed within the project area for residential
parcels, which connects into the storm sewer system. This sump discharge drainage
system consists of a piping system behind the curb and a service stub for potential
connection of private sump pump discharges. The sump discharge drainage system is
proposed for locations where a significant number of sump pumps are present, and
provides an alternative to discharging sump pumps above ground into backyards, the
street, or into the sanitary sewer system, where clear water flows are not allowed.
Additional Water Quality Measures
While infiltration is not feasible due to the typical clayey soils that prevent water
infiltration into the subsurface, rain gardens designed as filtration basins may be
feasible. The City will provide technical assistance to individual property owners if
they desire to create “rain garden” filtration basins on their property.
Storm sewer sump manholes with manhole baffles will be installed throughout
the project area where practical, prior to stormwater discharge from the project
limits. Manhole baffles provide pre-treatment to stormwater entering the sump
manholes by filtering out sediment as it enters the manhole. The sump manholes
allow the larger debris and sediment that is filtered from the stormwater by the
manhole baffle to settle out in the sump, where it is cleaned out on a regularly
scheduled basis as part of the City’s maintenance program.
41
11
Streets
The City of Golden Valley stresses the use of proper pavement rehabilitation measures
for each street reconstruction project. After reviewing the streets within the project area,
it has been determined that reconstruction to City standards is the appropriate
rehabilitation measure. This section of the report will discuss proposed rehabilitation
measures being recommended, as well as the structural and geometric concerns
encountered during preliminary design.
Street Widths
The existing street widths are illustrated in Exhibit 3: Existing Street Widths. The
proposed width of both streets are shown on Exhibits 2A through 2C: Proposed
Project Layouts and on Exhibit 4: Proposed Street Widths.
The streets for all of Zane Avenue North and the westernmost 520 feet of
Lindsay Street are located in a commercial/industrial area. These roadways are
proposed to be narrowed from 40 feet to 30 feet, measured face of curb to face
of curb. The remaining portion of Lindsay Street is bounded by residential
parcels. This portion of the street will be reduced in width from 40 feet to 26 feet,
measured face of curb to face of curb, to match the City standard street width for
residential streets and consistent with the City’s Pavement Management Policy.
Pavement Sections
Two bituminous pavement sections are proposed for this project: one section for
the commercial/industrial area consisting of all of Zane Avenue North and the
westernmost 520 feet of Lindsay Street, and one section for the remaining
residential portion of Lindsay Street. The commercial/industrial area will have a
thicker section of 7.5-inches of bituminous over 6-inches of class 5 aggregate
base, which is the City standard street section for commercial areas, industrial
areas, and other streets that carry high volumes of truck traffic. The residential
area will have 4.5-inches of bituminous over 6-inches of class 5 aggregate base,
which is the City standard street section for residential streets.
Bituminous pavement is proposed instead of concrete as a cost savings measure
as concrete pavement is significantly more expensive that bituminous pavement.
Installation of bituminous pavement also reduces traffic interruptions as cure
times on concrete pavement are typically 7 days whereas bituminous pavement
can be driven on the day it was placed. Finally, City staff is better equipped to
maintain bituminous pavement as the majority of pavement in the city is
bituminous.
Subgrade Corrections
Based upon the subsurface conditions encountered within the project area, it is
recommended that subgrade correction occur beneath both streets. Subgrade
correction is performed by removing soft, moisture-susceptible soils that are
structurally unsuitable, and backfilling with clean (minimal silt) granular material
such as sand or gravel.
The subgrade correction planned for both streets in the project area includes
subcutting and replacing the excavated soils with a minimum of three feet of
42
12
sand and the above-mentioned bituminous and gravel base street sections.
Refer to Exhibit 5: Subcut Depths/Soil Boring Locations for an illustration of the
proposed subcut areas and depths.
Additionally, perforated PVC draintile is proposed to be placed at the bottom of
the sand section, behind and running parallel to the curb and gutter, to help
remove of groundwater from the sand section and reduce pavement problems
associated with high groundwater, as previously discussed in this report. This
perforated draintile is placed within 50 feet of catch basins, or where there are
high ground water concerns, and drains into the catch basin and into the storm
sewer system. Areas of high ground water concern are on Zane Avenue North,
north of the UPRR crossing and the westernmost 500 feet of Lindsay Street.
Concrete Curb and Gutter
The installation of concrete curb and gutter is required by the City because of its
engineering and maintenance advantages. Curb and gutter provides pavement
edge support and protection, facilitates roadway drainage, and eliminates the
need for ditches. Given the practicality of curb and gutter and its usefulness, the
City’s standard practice is to install concrete curb and gutter on all streets in the
project area.
The standard type of concrete curb and gutter on Golden Valley streets includes
a 6-inch high barrier curb and an 18-inch wide gutter (B618 curb and gutter).
B618 concrete curb and gutter will be installed on both streets in the project area.
Parking
The Municipal State Aid (MSA) minimum design standards specify a minimum
parking lane width of eight feet in commercial or industrial areas. Due to the
proposed road width on Zane Avenue, parking lanes cannot be included and no
parking is allowed per MSA design standards. “No Parking” signs are proposed
on both sides of the street along the entire length of Zane Avenue to enforce this
MSA requirement. “No Parking” signs are also included on both sides of the
westernmost 500 feet of Lindsay Street to reduce conflicts with turning trucks and
parked vehicles. These proposed parking regulations differ from the existing
conditions which have “No Parking” signs at various locations along these routes
and do not encompass the entire roadway length.
Pedestrian Facilities
In the City of Golden Valley’s 2040 Comprehensive Bicycle and Pedestrian Plan, Zane
Avenue North (within the project area) is identified for recommended pedestrian
improvements. An 8-foot wide concrete sidewalk along the entire east side of Zane
Avenue North is proposed with this project. The proposed sidewalk includes pedestrian
ramps with detectable warning plates at the following locations: the northeast and
northwest quadrants of the Olson Memorial Highway Frontage Road North intersection,
the southeast and northeast quadrants of the Lindsay Street intersection, the southeast
and northeast quadrants of the Golden Valley Road intersection, and at every driveway
crossing the sidewalk on Zane Avenue North. New pedestrian ramps with detectable
warning plates are also proposed at the Luce Line Trail crossing of Zane Avenue North.
43
13
The proposed concrete sidewalk along Zane Avenue North also requires the UPRR
crossing panels at the at grade crossing to be extended to include a pedestrian railroad
crossing. This pedestrian crossing will include pedestrian ramps with detectable warning
plates and appropriate signage for pedestrians.
The existing pedestrian routes through the project area are illustrated on Exhibit 6:
Pedestrian Routes.
Street Lighting
As described above, the project area does not contain any City-owned street lights. No
new street lighting is proposed for the project area.
Tree and Landscape Impacts
The proposed project outlined in this feasibility report includes minimizing impacts to
landscaping, trees and shrubs as a major design consideration. As a result, the impacts
have been minimized to the extent possible.
It is estimated that approximately 12 trees will be impacted by the proposed
improvements. The extent of the potential tree impacts due to the reconstruction of
sanitary sewer and water services cannot be quantified at this time. Any tree removals
required for sewer service repairs will be included in the assessable costs, but
replacement trees or shrubs will be the responsibility of the property owner. The
potential impacts to trees, shrubs and landscaping is one of the primary reasons that
lining of sanitary sewer services is the preferred method of rehabilitation.
Commercial Driveway Improvements
With the reduction in street width, large trucks entering and exiting commercial
properties will be more constrained in the proposed conditions. To alleviate the truck
turning constraints, many of the commercial driveways are proposed to be widened and
radii increased. Truck turning movements have been simulated using vehicle turning
software to assist in designing the appropriate width and radius for each driveway.
Proposed geometrics for the project area are illustrated in Exhibits 2A through 2C:
Proposed Project Layouts. Example truck turning movements are illustrated in Exhibit 8:
Truck Turning Movement Sample.
Residential Driveway Reconstruction Program
As with past residential street projects, homeowners within the project area whose
driveways are impacted by street reconstruction will be given the opportunity to have
their driveway replaced as part of the project, at contract unit prices. As part of this
program, residents have the option of having the driveway reconstruction costs
assessed against their property for a period of 10 years.
It should be noted that the City may reject homeowner participation in the driveway
replacement program in situations where the reconstruction is excessively complicated
or the risk of additional liability to the City is high during the reconstruction of the
driveway. Challenging driveway reconstruction often includes pavement removal or
installation against the base of retaining walls, foundation or basement walls or very flat
or steep grades.
44
14
The City also evaluates the number of driveways on a single property for compliance
with City Code Chapter 113-88 – Street Access. Staff will meet with homeowners during
final design to determine the status of secondary driveways. Typically, a property is
allowed a single driveway unless specific conditions are met.
UPRR Crossing
With the proposed roadway and sidewalk improvements to Zane Avenue North, the
UPRR at-grade crossing of Zane Avenue North will also need to be improved. The
existing crossing panels are proposed to be removed and replaced with new concrete
crossing panels. These crossing panels will be longer than the existing panels due to
the addition of the concrete sidewalk along the east side of Zane Avenue North. The
crossing signals and wiring are also proposed to be replaced; the new signals being
relocated to account for the narrower road. All improvements described in this section
will be completed by UPRR or their contractor.
ESTIMATED COSTS AND PROJECT FINANCING
Estimated Project Costs
The estimated costs for the improvements outlined in this report are separated by the
type of work and funding sources. These categories include utility work, storm drainage
improvements, and street reconstruction costs. The estimated project costs include
construction costs and construction contingencies, and an estimated 25 percent of the
construction costs as indirect costs. These indirect costs typically include project design,
surveying, construction administration, and legal costs.
Discussion on the financing and funding sources for the proposed improvements is
included in the next section of this report.
Sewer and Water Costs
The estimated sewer and water costs include all water main replacement,
sanitary sewer repairs (including service wye liners), and maintenance as
outlined within this report.
Estimated Construction Costs = $ 1,575,000
Estimated 25% Indirect Costs = $ 525,000
Estimated Sewer and Water Total = $ 2,100,000
Municipal State Aid (MSA) Eligible Storm Drainage Costs
The estimated storm drainage costs include all storm sewer installation, water
quality measures, and erosion control eligible for State Aid Funding.
Estimated Construction Costs = $ 487,500
Estimated 25% Indirect Costs = $ 162,500
Estimated MSA Storm Drainage Total = $ 650,000
45
15
Storm Drainage Costs – Non MSA
The estimated storm drainage costs include all storm sewer installation, water
quality measures, and erosion control.
Estimated Construction Costs = $ 150,000
Estimated 25% Indirect Costs = $ 50,000
Estimated Storm Drainage Total = $ 200,000
Municipal State Aid (MSA) Eligible Street Costs
The estimated street reconstruction costs include all subgrade correction,
pavement, curb and gutter, and turf restoration eligible for State Aid Funding.
Estimated Construction Costs = $ 3,750,000
Estimated 25% Indirect Costs = $ 1,250,000
Estimated MSA Street Total = $ 5,000,000
Street Reconstruction Costs – Non MSA
The estimated street reconstruction costs include all subgrade correction,
pavement, curb and gutter, and turf restoration.
Estimated Construction Costs = $ 1,125,000
Estimated 25% Indirect Costs = $ 375,000
Estimated Street Reconstruction Total = $ 1,500,000
Municipal State Aid (MSA) Sidewalk Construction Costs
The estimated sidewalk construction costs include sidewalk on Zane Avenue
North.
Estimated Construction Costs = $ 225,000
Estimated 25% Indirect Costs = $ 75,000
Estimated Sidewalk Construction Total = $ 300,000
Union Pacific Railroad (UPRR) Reconstruction Costs
The estimated UPRR construction costs include new crossing, signals, and
signal equipment at the UPRR crossing of Zane Avenue North. UPRR facilities
are constructed by UPRR and paid for by the City.
Estimated Construction Costs = $ 225,000
Estimated 25% Indirect Costs = $ 75,000
Estimated UPRR Reconstruction Total = $ 300,000
Total Project Costs
Estimated Sewer and Water Costs = $ 2,100,000
Estimated Storm Drainage Costs = $ 850,000
Estimated Street Reconstruction Costs = $ 6,500,000
Estimated Sidewalk Construction Costs = $ 300,000
Estimated UPRR Reconstruction Costs = $ 300,000
Estimated Total Project Cost = $ 10,050,000
46
16
Proposed Project Financing
The proposed financing of this project is a combination of special assessments to
properties abutting the streets being improved, Street Improvement funds, the Sewer
and Water Reserve Fund, the Storm Water Improvement Fund, Municipal State Aid,
and American Rescue Plan Act funds. The following is a brief description of each of
these funding sources and a summary of the estimated amount to be funded from each
source.
Special Assessments
The proposed special assessments for the Zane Avenue North and Lindsay
Street Improvements Project are consistent with the City of Golden Valley
Special Assessment Policy and Minnesota Statutes, Chapter 429. As outlined in
the Special Assessment Policy, residential properties are assessed on a per-unit
basis for each single family or duplex unit (duplex properties are assessed twice;
one per unit). Oversized lots that may potentially be subdivided into additional
conforming lots are assessed one unit assessment for each potential lot.
However, only one unit assessment is levied with the project, with the other
assessments being deferred until the property is subdivided.
Corner residential lots are assessed one-half unit for each of the lot’s frontage
being improved, with no more than one full unit assessed, unless the lot could be
subdivided. Non-residential parcels, including commercial and industrial
properties, are typically assessed on a front-footage basis.
The use of special assessments for financing public improvement projects is
outlined in Minnesota Statutes, Chapter 429. This law requires that when special
assessments are used to finance projects a minimum of 20% of the project cost
must be specially assessed. Therefore, because special assessments are being
used to finance a portion of the street reconstruction costs, the assessments
must be 20% of that cost. The project costs associated with sanitary sewer,
watermain, storm sewer, and sidewalk construction are financed from dedicated
funds, and special assessments are not utilized for funding for utilities and
sidewalk.
Preliminary special assessment rates of $11,300 per single-family residential
unit, and $160 per linear foot of frontage for other zonings represent
approximately 20% of the estimated street construction costs. The final special
assessment rate will be calculated following the opening of construction bids and
will be based on actual costs.
Based upon the current schedule for the Zane and Lindsay Improvements
project, it is anticipated that the construction contract award and the Public
Hearing for the Special Assessments will be held at the May 7, 2024 City Council
Meeting.
As shown on Appendix B: Preliminary Special Assessment Roll, the estimated
amount of street reconstruction costs to be financed through special
assessments is $1,158,025.20.
47
17
Municipal State Aid
Municipal State Aid will fund a portion of the eligible street, sidewalk and storm
sewer costs on Zane Avenue North, which is a Municipal State Aid Street
(MSAS). The estimated amount to be funded from this source is approximately
$5,000,000.
American Rescue Plan Act
American Rescue Plan Act (ARPA) will fund a portion of the sanitary sewer and
water main work discussed within this report. The estimated amount to be funded
from this source is $750,000.
Sewer and Water Reserve Fund
The Sewer and Water Reserve Fund will be the funding source for all sanitary
sewer and water main work discussed within this report. The estimated amount
to be funded from this source is $2,100,000, of which $750,000 are funded by the
above-mentioned ARPA funding. The Sewer and Water Reserve Fund is
financed from sanitary sewer and water utility fees.
Storm Sewer Improvement Fund
All storm drainage improvements not funded by MSA, including lateral storm
sewer extensions, drain tile, erosion control, and stormwater BMPs are funded
from the Storm Sewer Improvement Fund. The estimated amount to be funded
from this source and MSA funds is $850,000. The Storm Sewer Improvement
Fund is financed from stormwater utility fees paid by all properties in the City.
Street Improvement Funds
All street rehabilitation costs not funded by special assessments or MSA funds
will be funded using street improvement tax levies. These levies are used to
repay bonds sold to finance the project. The estimated amount to be funded from
this source and MSA funds is $6,500,000.
Bicycle and Pedestrian Improvement Funds
All sidewalk construction costs not funded by MSA funds will be funded using the
Zane Avenue and Linsay Street Bicycle and Pedestrian Improvement Funds. The
estimated amount to be funded from this source and MSA funds is $300,000.
Railroad Crossing Improvements Funds
All UPRR construction costs will be funded using the Zane Avenue and Linsay
Railroad Crossing Improvement Funds. The estimated amount to be funded from
this source is $300,000.
48
18
Financing Summary
The following is a summary of the amounts to be funded from each of the
sources discussed above.
‖Sewer and Water Reserve Fund = $ 2,100,000
‡Storm Sewer Improvement Fund = $ 850,000
*‡Street Improvement Funds = $ 6,500,000
†Bicycle and Pedestrian Improvement Funds = $ 300,000
Railroad Crossing Improvement Funds = $ 300,000
Estimated Total Project Cost = $ 10,050,000
*Street Reconstruction Bonds are sold, paid back with Special Assessments.
†Fully funded by MSA funds
‡Partially funded by MSA funds
‖Partially funded by APRA Funds
SUMMARY AND RECOMMENDATIONS
This feasibility report for the proposed Zane Avenue North and Lindsay Street
Improvements has been prepared in accordance with the Golden Valley City Council’s
authorization on October 5, 2021. The proposed improvements are part of the City of
Golden Valley’s Capital Improvement Program (CIP), a planning instrument that is used
to identify needed capital projects. This report discusses the proposed improvements to
streets illustrated on Exhibit 1: Project Location Map, which are proposed to be
constructed during the 2024 and 2025 construction seasons.
Two construction seasons are anticipated due to unanticipated delays with outside
parties. It is proposed that Zane Avenue, north of Lindsay Street, and all of Lindsay
Street be constructed in 2024. The remainder of Zane Avenue, south of Lindsay Street,
and the UPRR facilities are proposed to be constructed in 2025. This construction
phasing schedule may change once City staff has discussions with the selected
contractor regarding schedule to provide the most efficient and effective project.
Engineering staff has determined that the improvements outlined in this report are
feasible from an engineering perspective. These improvements are consistent with
similar street reconstruction projects in the City of Golden Valley and will benefit the
community and those properties abutting the proposed improvements. The City Council
should determine the cost-effectiveness of the proposed improvements.
Staff recommends approval of City Improvement Project No. 23-02, Zane Avenue North
and Lindsay Street Improvements, as discussed within this report. Staff further
recommends that the City Council authorize advertising for bids to construct the project.
49
Exhibits
Exhibit 1 - Project Location Map
Exhibit 2A – 2C - Proposed Project Layouts
Exhibit 3 - Existing Street Widths
Exhibit 4 - Proposed Street Widths
Exhibit 5 - Subcut Depths / Soil Boring Locations
Exhibit 6 - Pedestrian Routes
Exhibit 7 - Sanitary Sewer Defects
Exhibit 8 - Truck Turning Movement Sample
50
Save: 1/22/2024 12:36 PM sprall Plot: 2/19/2024 10:08 AM X:\FJ\G\GOLDV\163618\4-prelim-dsgn-rpts\Exhibits\PROJECT LOCATION MAP.dwg0
feetscale
200 400200
100
EXHIBIT
NO. 1
PHONE: 651.490.2000
3535 VADNAIS CENTER DRIVE
ST. PAUL, MN 55110-5196
www.sehinc.com
FILE NO.
DATE:
163618
PROJECT LOCATION MAP
ZANE AVENUE AND LINDSAY STREET
IMPROVEMENTS
GOLDEN VALLEY, MINNESOTA
LEGEND
PROJECT LOCATION
2/21/2024 51
9" VSP12" CIP12" CIP8" >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIITV18"SSEWS24"SECTRL5"5"5"5"EE8"8"4"4"4"4"4"4"20"
8"ECTRLECTRLTSXCXCXCXCT-BURT-BURT-BURT-BUR48" RCP24" RCP24" HDPE18" HDPE18" HDPE18" HDPE15" HDPE24" HDPE6" HDPE6" HDPE6" HDPE6" HDPE6" HDPE6" HDPE12" RCP12" RCP12" RCP9259259008151"LANDSCAPING w/ROCK MULCHCONC.CHAIN LINK FENCEBIT.BIT.BIT.GRAVELBIT.BOULDERBOULDERBIT.BIT.GRAVELBIT."PRAIRIE RESTORATION AREA"CONC.MODULAR BLOCKRETAINING WALLT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR48" RCP60" RCP72" RCP12" RCP12"P-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGMODULAR BLOCKRETAINING WALL W/CHAIN LINK FENCESSP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHUPRRUPRRLUCE LINE TRAILLUCE LINE TRAIL70136" RCP>>>>>>>>>>FOFOFOFOFOFOFOFOFOFO>>>>>>FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOSTSTBIT.CONC.BIT.CONC.P-BURP-BURP-BURP-BURP-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURGRRRR IIIIIIIIIIIIIST>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>COCOCOCOCOSTCO9" VSP9" VSP16"12" CIP12" CIP>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIITVWWS5"
6"
12"
12"
8"
8"
14"
48"LIFTCOS3X4"
3X4"
4X4"
4X2"
4X4"
14"
24"
18"
12"
12"
12"
12"
18"
10"
20"
10"ECTRL5"
8"
8"
24"
24"
24"XCIII12" HDPE6" HDPE6" HDPE6" HDPE6" HDPEII4" 10" HDPE7015900701BIT.BIT.BIT.PAVERSPAVERSCONC.LANDSCAPINGLANDSCAPING w/ROCK MULCHCONC.CONC."PRAIRIE RESTORATION AREA"MODULAR BLOCKRETAINING WALLPIV12" RCP12" RCP12" RCP12" RCPFMFMFMFMP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHSTORM SIREN5900815BIT.CONC.T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BUR4"4"
8"
6"
10"IIIIIIIIIIIIII>>>>>COCOCO>COSave: 2/19/2024 9:48 AM sprall Plot: 2/19/2024 10:09 AM X:\FJ\G\GOLDV\163618\4-prelim-dsgn-rpts\Exhibits\CONSTRUCTION LAYOUT ZANE AND LINDSAY.dwg 0feetscale30603015PHONE: 651.490.20003535 VADNAIS CENTER DRIVEST. PAUL, MN 55110-5196www.sehinc.comFILE NO.DATE:163618CONSTRUCTION LAYOUTZANE AVENUE AND LINDSAY STREETIMPROVEMENTSGOLDEN VALLEY, MINNESOTAEXISTING CURB & GUTTERPROPOSED CURB & GUTTERPEDESTRIAN IMPROVEMENTSCONSTRUCTION LIMITSEXISTING SANITARY SEWERPROPOSED SANITARY SEWER IMPROVEMENTSEXISTING WATER MAINPROPOSED WATER MAINEXISTING STORM SEWERPROPOSED STORM SEWERPROPOSED DRAINTILEPROPOSED SIDEWALKDENOTES PROPOSED STREET WIDTH (F-F)>II>>>SEE BELOW LEFT
SEE ABOVE RIGHT
0feetscale306030152/21/2024SEE EXHIBIT 2B NO PARKING SIGN (TYP.)NO PARKING PERMITTED ON EITHER SIDE OF THESTREET FOR THE ENTIRE LENGTH OF ZANE AVE N.NO PARKING SIGN (TYP.)NO PARKING PERMITTED ON EITHER SIDE OF THESTREET FOR THE ENTIRE LENGTH OF ZANE AVE N.52
9" VSP9" VSP9" VSP8" CIP9" VSP12" CIP12" CIP12" CIP4" CIP6" CIP8"6"6" >>>>>>>>>>>>
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIISWTTWSTSS20"
6"
8"
10"
10"T12" RCP12" RCPP-BUR125060055905111411092" BIT.BIT.V-CURBBIT.BIT.CONC.CONC.BOULDERSBIT.CONC.BIT.BOULDERSBIT.BIT.BIT.2"GGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH6005CONC.BIT.GGGGGGGGGGGGGFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURCAPPED30"IIIIIIIIIIII>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>COCOCO8"
C
IP12" CIP12"
C
IP4" 8" >>>>>>
>>
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIII28"TVTELT20"TV18"
20"
12"STEL36"T24"
24"STCOCOP-BURP-BUR10" PVC10" PVC12"
RCP51" RCP ARCH15" RCP21" RCP48" RCP12" RCP111411009259259001"6"BIT.BOULDERBOULDERBIT.BIT.CONC.BIT
.BIT
.BIT
.BIT
.V-CURBBIT
.BIT
.BIT
.BIT.ROCK MULCHBIT.T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR2"24" RCP48" RCP48" RCP51" RCP ARCH>>12" PCP>>>>>>>>>>6" CMPSTP-BURGGGGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH10001100FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLTVP-BURP-BURP-BURP-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURGGGGGT-BURT-BURT-BURT-BURFOFOFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURCAPPED30"
RR IIIIIIIIIIIIIIIISTCO>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>
>>>>>>>>>>>>>>>>>CO>>>SCO2/21/2024Save: 2/19/2024 9:48 AM sprall Plot: 2/19/2024 10:09 AM X:\FJ\G\GOLDV\163618\4-prelim-dsgn-rpts\Exhibits\CONSTRUCTION LAYOUT ZANE AND LINDSAY.dwg 0feetscale30603015PHONE: 651.490.20003535 VADNAIS CENTER DRIVEST. PAUL, MN 55110-5196www.sehinc.comFILE NO.DATE:CONSTRUCTION LAYOUTZANE AVENUE AND LINDSAY STREETIMPROVEMENTSGOLDEN VALLEY, MINNESOTAEXISTING CURB & GUTTERPROPOSED CURB & GUTTERPEDESTRIAN IMPROVEMENTSCONSTRUCTION LIMITSEXISTING SANITARY SEWERPROPOSED SANITARY SEWER IMPROVEMENTSEXISTING WATER MAINPROPOSED WATER MAINEXISTING STORM SEWERPROPOSED STORM SEWERPROPOSED DRAINTILEPROPOSED SIDEWALKDENOTES PROPOSED STREET WIDTH (F-F)>II>>>SEE BELOW LEFTSEE ABOVE RIGHT
0feetscale30603015163618SEE EXHIBIT 2A
SEE EXHIBIT 2CNO PARKING SIGN (TYP.)NO PARKING PERMITTED ON EITHER SIDE OF THESTREET FOR THE ENTIRE LENGTH OF ZANE AVE N.NO PARKING SIGN (TYP.)NO PARKING PERMITTED ON EITHER SIDE OF THESTREET FOR THE ENTIRE LENGTH OF ZANE AVE N.53
8" CIP8" CIP8" CIP12" CIP8" CIP8"
8"8" CIP8" CIP>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>III IIIIIIIIIIIIISCO42"36"S36"STSTEPPTELTELPSTEL28"28"26"TVTELT20"STEL36"STP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BUR10" PVC51" RCP ARCH12" RCP51" RCP ARCH15" RCP21" RCP12" RCP12" RCP 12" RCP1"8" 110010005735564556255660564056206"BIT.BIT.BIT.BIT.BIT.CONC.CONC.BOULDERBIT.BIT.CONC.LITTLE FREE LIBRARYCONC.SHRUBS w/ROCK MULCHCONC.BIT.MOD BLOCK LANDSCAPE EDGINGw/ WOOD CHIPST-BUR T-BUR T-BUR T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR1"
1"1"1"
1"
1"1"24" RCP48" RCP 51" RCP ARCH44" RCP
A
R
C
H>>>>>>>>>>12" RCP12" PCP>>12" PCP>>>>>>STG G GGGG GGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH1000 1100
8"
8"
FO FO FO FOFOFO FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLTVT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR T-BURG FOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR
CAPPED30"I I IIIIIIIIIIIIIIIIIST COCOCO>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>COCO>>>S
S8" CIP9" VSP9" VSP8" DIP
8" VCP8" VCP8" VCP8" CIP8" CIP8" CIP>>>>>>>>>>>>>>>>>>>>>>>>
>
>
>>>>>>>>>>I
IIIIIIIIIIIIICOCOETVTSSTE11"COS22"S16"SSE23"23"9"S20"20"42"36"SP-BURP-BURP-BURP-BURP-BURP-BURP-BUR8" DIP8" DIP21" RCP15" RCP21" RCP562556055540553055205510 1121935CONC.CONC.BIT.BIT.ROCK MULCHLANDSCAPINGBIT.MODULAR BLOCKRETAINING WALLBIT.CONC.BIT.BIT.LITTLE FREE LIBRARYCONC.SHRUBS w/ROCK MULCHCONC.CONC.CONC.CONC.1"1"1"1"1"1"
1
"
1
"
1"
1"
1"
1"
1"
1"
1"P-BURP-BURP-BURP-BURGGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHBIT.CONC.T-BURT-
B
U
R
T-
B
U
R
SCAPPEDIIIIIIIIIIIII>>>>>>>>>>>>>>>>>
>
>
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>
>
>
>>>>>>>>>>>>>>>>>>>>COCOCOCOCOCOCOCOSave: 2/19/2024 9:48 AM sprall Plot: 2/19/2024 10:09 AM X:\FJ\G\GOLDV\163618\4-prelim-dsgn-rpts\Exhibits\CONSTRUCTION LAYOUT ZANE AND LINDSAY.dwg
0feetscale30603015PHONE: 651.490.20003535 VADNAIS CENTER DRIVEST. PAUL, MN 55110-5196www.sehinc.comFILE NO.DATE:CONSTRUCTION LAYOUTZANE AVENUE AND LINDSAY STREETIMPROVEMENTSGOLDEN VALLEY, MINNESOTASEE ABOVE RIGHT
SEE BELOW LEFTEXISTING CURB & GUTTERPROPOSED CURB & GUTTERPEDESTRIAN IMPROVEMENTSCONSTRUCTION LIMITSEXISTING SANITARY SEWERPROPOSED SANITARY SEWER IMPROVEMENTSEXISTING WATER MAINPROPOSED WATER MAINEXISTING STORM SEWERPROPOSED STORM SEWERPROPOSED DRAINTILEPROPOSED SIDEWALKDENOTES PROPOSED STREET WIDTH (F-F)>II>>>0feetscale306030151636182/21/2024SEE EXHIBIT 2BSEE EXHIBIT 2BNO PARKING SIGN (TYP.)NO PARKING PERMITTED ON EITHER SIDEOF THE STREET FOR THE WESTERNMOST500 LF OF LINDSAY STREET.54
Save: 1/22/2024 12:32 PM sprall Plot: 2/19/2024 10:10 AM X:\FJ\G\GOLDV\163618\4-prelim-dsgn-rpts\Exhibits\EXISTING STREET WIDTH.dwg0
feetscale
200 400200
100
EXHIBIT
NO. 3
PHONE: 651.490.2000
3535 VADNAIS CENTER DRIVE
ST. PAUL, MN 55110-5196
www.sehinc.com
FILE NO.
DATE:
163618
EXISTING STREET WIDTHS
ZANE AVENUE AND LINDSAY STREET
IMPROVEMENTS
GOLDEN VALLEY, MINNESOTA
LEGEND
40' FACE OF CURB TO FACE OF CURB
2/21/2024 55
Save: 1/22/2024 12:32 PM sprall Plot: 2/19/2024 10:10 AM X:\FJ\G\GOLDV\163618\4-prelim-dsgn-rpts\Exhibits\PROPOSED STREET WIDTH.dwg0
feetscale
200 400200
100
EXHIBIT
NO. 4
PHONE: 651.490.2000
3535 VADNAIS CENTER DRIVE
ST. PAUL, MN 55110-5196
www.sehinc.com
FILE NO.
DATE:
163618
PROPOSED STREET WIDTHS
ZANE AVENUE AND LINDSAY STREET
IMPROVEMENTS
GOLDEN VALLEY, MINNESOTA
LEGEND
30' FACE OF CURB TO FACE OF CURB
2/21/2024
26' FACE OF CURB TO FACE OF CURB
56
Save: 1/22/2024 12:31 PM sprall Plot: 2/19/2024 10:11 AM X:\FJ\G\GOLDV\163618\4-prelim-dsgn-rpts\Exhibits\SUBCUT DEPTH.dwg0
feetscale
200 400200
100
EXHIBIT
NO. 5
PHONE: 651.490.2000
3535 VADNAIS CENTER DRIVE
ST. PAUL, MN 55110-5196
www.sehinc.com
FILE NO.
DATE:
163618 SUBCUT DEPTH & SOIL BORING LOCATIONS
ZANE AND LINDSAY STREET IMPROVEMENTS
GOLDEN VALLEY, MINNESOTA
LEGEND
3' SUBCUT
SOIL BORING LOCATION
2/21/2024
45
43
44
39
46 48 49 38
37
47
40
41
42
XX
57
Save: 2/19/2024 9:52 AM sprall Plot: 2/19/2024 10:11 AM X:\FJ\G\GOLDV\163618\4-prelim-dsgn-rpts\Exhibits\PEDESTRIAN ROUTES.dwg0
feetscale
200 400200
100
EXHIBIT
NO. 6
PHONE: 651.490.2000
3535 VADNAIS CENTER DRIVE
ST. PAUL, MN 55110-5196
www.sehinc.com
FILE NO.
DATE:
163618
PEDESTRIAN ROUTES
ZANE AVENUE AND LINDSAY STREET
IMPROVEMENTS
GOLDEN VALLEY, MINNESOTA
LEGEND
EXISTING PEDESTRIAN ROUTE
2/21/2024
PROPOSED PEDESTRIAN ROUTE
58
1119
1136
1220
1200
1120
1102
5600 5510
1215
5905 /
5
9
5
5
5804
5806
5808
701
917
1106
5640 5620
1107
1150
1200
8156160-786102-12
6100
5900
573856305612621
6005
110911001114125092510005735
6020
609460925527560556255645554056005620564056605505552556055615562556555705
1101
1105
1109
1113
1117
1121
1125 1129
11321114
1110
1135
6000
6100
9195525553755355607
57485768623
935900
6114
6192
1133
1121
55305520551060906088604060706080
E
Golden
V
all
e
y
R
d
Wel
comeAveNLilacDrNPhoenix St
ZaneAveNLilac Loop
W elcom eCir
Lindsay St
StateHwyNo1003100
31011583
3102
3103
199
3097
3098
194
195
196
2195197
198
2193
2194
2198
2197
2196
2189
2190
21912192
2188
309927622761
2760
2186A
1581
1466
15822051
2122A
2068
2067
2066
1580
2059 2060
2055A2055
2058
2057
2061 2062
2064
2063
2054
3535 VADNAIS CENTER DR.
ST. PAUL, MN 55110
PHONE: (651) 490-2000
FAX: (888) 908-8166
TF: (800) 325-2055
www.sehinc.com
SANITARY SEWER DEFECTS
Map by: tschwarz
Projection: Hennepin CC
Source: Hennepin County,
City of Golden Valley, SEH
Project: GOLDV 163618
Print Date: 1/22/2024
This map is neither a legally recorded map nor a survey map and is not intended to be used as one. This map is a compilation of records, information, and data gathered from various sources listed on this map and is to be used for reference purposes only. SEH does not warrant that the Geographic
Information System (GIS) Data used to prepare this map are error free, and SEH does not represent that the GIS Data can be used for navigational, tracking, or any other purpose requiring exacting measurement of distance or direction or precision in the depiction of geographic features. The user of this
map acknowledges that SEH shall not be liable for any damages which arise out of the user's access or use of data provided.
Zane Avenue & Lindsay
Street ImprovementsPath: X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\90-GIS\GOLDV163618_SaniDefects\GOLDV163618_SaniDefects.aprxPipe Defects
Crack
Deposits
Fine Roots
Fracture
Med Roots
Pipe Broken
Sag
Active Service
1 inch = 300 feet
Exhibit
No. 7Soo Line RROlson Memorial Hwy
5905
UPRR
2/21/2024
59
>>>>>>>>>>>>
>>
>>
>>
>>
>>
>>
>>
>>
>>>>>>
>>
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>E8"8"4"4"4"4"4"4"20"8"XC XC XC XC >>>>>>>>>>BIT.
BIT.
BIT.
GRAVEL
BIT.
BOULDER
GRAVEL
BIT.
"PRAIRIE RESTORATION AREA"
MODULAR BLOCK
RETAINING WALL W/
CHAIN LINK FENCE
SSP-OHP
-
O
H
P-
O
H P-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP
-
O
H
P-OHP-OHP-OHP-OH>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>STSTBIT.CONC.BIT.CONC.I I I I I I I I I I
ST ST
00+16 00+17 00+18 00+19815
701WB-67 - Interstate Semi-Trailer
WB-67 - Interstate Semi-Trailer
4.77'5327.9Max 68.5° HorizMax 10° Vert43.542.523.5417.44.2WB-67 - Interstate Semi-TrailerOverall Length73.501ftOverall Width8.500ftOverall Body Height13.500ftMin Body Ground Clearance1.334ftMax Track Width8.500ftLock-to-lock time6.00sMax Steering Angle (Virtual)28.40°0feetscale20402010ZANE AVE N
PHONE: 651.490.20003535 VADNAIS CENTER DRIVEST. PAUL, MN 55110-5196www.sehinc.comFILE NO.DATE:Save: 2/19/2024 10:52 AM sprall Plot: 2/20/2024 9:31 AM X:\FJ\G\GOLDV\163618\4-prelim-dsgn-rpts\Exhibits\GV163618_Truck Turning.dwg
163618TRUCK TURNING MOVEMENT SAMPLEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSGOLDEN VALLEY, MINNESOTA2/21/202460
Appendix A
Summary of Property Owner Comments
61
Open House or OnlineHOUSE No.STREET PROPERTY OWNER(S)Phone NumberEmailInvisible FenceAutomatic Sprinkler System Sump PumpRetaining Walls/ Landscape FeaturesSanitary Sewer Service ProblemsCommentsOL 5600 Lindsay St Kathryn Palmisano 218-760-2531 kmverchota@gmail.comSE corner of the house. Perhaps 40+ feet away from the road. 1 - With this neighborhood's proximity to both the Luce Line trail and the local shopping center (Walgreens and Lunds), there would be benefit to the community to include pedestrian walkways or sidewalks on both Zane and Lindsay. Further, there is a fair amount of business related traffic (including semi-trucks) that use the residential Lindsay street. Improved signage at the intersection of Zane and Lindsay, and alerting business traffic that Lindsay is a residential street would be appreciated. 2 - Are there plans or considerations for pedestrians given this project? I see that a crosswalk will be painted crossing Golden Valley Rd to Zane? There is often semi-truck traffic on Lindsay and Zane and these streets are frequented by pedestrians from the residential areas and the businesses alike, as well as folks accessing the Three Rivers Park Trail. It would help improve safety to include pedestrian safety markings on the road, or to route semis away from Lindsay Street and provide guidnace that they avoid parking in areas pedestrians frequent. OH 5620 Lindsay St Mick & Renee Bergquist 763-360-9812We have occasional standing water on the North side of our lawn. Will Lindsay St be narrowed?Will semi-trucks have weight limits?OH 5625 Lindsay St Leo & Sally Anderson 763-546-5625 Y Front Lawn1. The street will be a safety hazard to the truck drivers for having the street so narrow. 2. Parking on the street with our own cars is going to be a nightmare as well.3. We have garbage trucks going up and down the street, running & stopping. They need room to pick up the garbage.4. We have a school bus that is on this street twice a day. With that being said, we get a lot of traffic on this street.5. A lot of trucks & vans delivering packages & boxes to the neighbor. We also have the Golden Valley sewer truck checking out the manholes!OL 5645 Lindsay St Randy Anderson 763-331-5167 randyanderson@outlook.com Middle of front yard at least 10' from curbUnlike most streets in GV I would venture to guess they do NOT have commercial property with daily semi-truck and trailer traffic. Lindsay St has three commercial properties on the west end of the block and two of those properties use Lindsay St for their semi-truck and trailer dock entrances. Furthermore, multiple semi-truck and trailers come off Hwy 100 down Lilac drive and use the east end of Lindsay St. to access the commercial properties located on Lindsay St. and Zane Ave. An average vehicle width in the us is approximately 6ft. An Average width of a semi-truck and trailer is the US is approximately 9ft. Let's assume that someone that can park fairly well and is about 12" away from the curb. Let's do some math 6+6+9+1+1=23 With those calculations we have about 3ft remaining or 18" on either side. Let's add walkers and bikers to the mix. What about emergency vehicles? A full-sized fire truck can measure 12ft wide according to the math that truck would NOT be unable to pass if vehicles are parked on the street. At the end of the day, I would not oppose a street width of 26ft if Lindsay St did not have the amount of semi-truck and trailer it gets on a daily basis. Maybe the City of Golden Valley could spend a little time seeing what the real-time daily traffic patterns and the frequency of truck traffic that happens on Lindsay St. before creating a possible safety issue.Zane & Lindsay Reconstruction Public Comments62
Appendix B
Preliminary Assessment Roll
63
Preliminary Special Assessment RollZANE AVENUE AND LINDSAY STREET RECONSTRUCTIONCity Project 23-02RESIDENTIAL ASSESSMENT RATE= $11,300.00STATE-AID FRONT FOOTAGE RATE= $160.00OTHER ZONINGS LOCAL STREET= $160.00RES. TOTALPID HOUSE NO. STREET CITY/STATE/ZIP PROPERTY OWNERS FRONTAGE NOTES UNITS Non-MSAS MSAS Non-MSAS MSAS ASSMTS.3311821210057 5905 GOLDEN VALLEY RD GOLDEN VALLEY MN 55422 JEW FAM/CHILDREN'S SVC MPLS190.00 4 0 $30,400.00 $30,400.003311821220006 6005 GOLDEN VALLEY RD GOLDEN VALLEY MN 55422 D & S RENTALS LLC361.72 3 0 $57,875.20 $57,875.203311821210059 5525 LINDSAY ST GOLDEN VALLEY MN 55422 G W LAWRENCE ET AL TRUST134.40 2, 16 2 $22,600.00 $22,600.003311821210058 5535 LINDSAY ST GOLDEN VALLEY MN 55422 S F KAROLEWSKI & B M EPSTEIN149.14 2, 17 2 $22,600.00 $22,600.003311821210041 5540 LINDSAY ST GOLDEN VALLEY MN 55422 CLIFTON PROPERTIES LLC181.171, 181$11,300.00$11,300.003311821210042 5600 LINDSAY ST GOLDEN VALLEY MN 55422J PALMISANO & K PALMISANO132.0011$11,300.00$11,300.003311821210048 5605 LINDSAY ST GOLDEN VALLEY MN 55422 CATHARINE W NISAM227.30 2 2 $22,600.00 $22,600.003311821210043 5620 LINDSAY ST GOLDEN VALLEY MN 55422 MICHAEL A BERGQUIST ET AL108.92 1 1 $11,300.00 $11,300.003311821210047 5625 LINDSAY ST GOLDEN VALLEY MN 55422 LEO L ANDERSON JR ETAL125.05 1 1 $11,300.00 $11,300.003311821210044 5640 LINDSAY ST GOLDEN VALLEY MN 55422 A E DIETZ & A DIETZ TRSTES110.00 1 1 $11,300.00 $11,300.003311821210046 5645 LINDSAY ST GOLDEN VALLEY MN 55422R A ANDERSON/D M L ANDERSON136.13 1 1 $11,300.00 $11,300.003311821210045 5660 LINDSAY ST GOLDEN VALLEY MN 55422 DENISE LA MERE-ANDERSON100.00 1 1 $11,300.00 $11,300.003311821210056 5735 LINDSAY ST GOLDEN VALLEY MN 55422 LAKELAND MGMT SERVS INC256.59 7 0 $41,054.40 $0.00 $41,054.403311821230004 5900 OLSON MEMORIAL HWY GOLDEN VALLEY MN 55422STORE MASTER FUNDING XVI LLC528.8830$0.00$84,620.80$84,620.803311821230003 815 ZANE AVE N GOLDEN VALLEY MN 55422 TENNANT COMPANY642.73 4, 13 0 $0.00 $102,836.80 $102,836.803311821210055 900 ZANE AVE N GOLDEN VALLEY MN 55422 GBC PARTNERS LLP273.01 4, 12 0 $0.00 $43,681.60 $43,681.603311821230001 925 ZANE AVE N GOLDEN VALLEY MN 55422 HEINRICH ENVELOPE CO118.30 4 0 $0.00 $18,928.00 $18,928.003311821220002 925 ZANE AVE N GOLDEN VALLEY MN 55422 HEINRICH ENVELOPE CO405.12 4 0 $0.00 $64,819.20 $64,819.203311821210054 1000 ZANE AVE N GOLDEN VALLEY MN 55422 GBC PARTNERS LLP497.84 5, 12 0 $41,611.20 $38,043.20 $79,654.403311821210052 1100 ZANE AVE N GOLDEN VALLEY MN 55422 GBC PARTNERS LLP387.20 5, 10 0 $40,384.00 $21,600.00 $61,984.003311821220007 1109 ZANE AVE N GOLDEN VALLEY MN 55422 IMF LLC543.75 4, 19 0 $0.00 $87,000.00 $87,000.003311821210051 1114 ZANE AVE N GOLDEN VALLEY MN 55422 DM LLC255.00 4, 9 0 $0.00 $40,800.00 $40,800.003311821220004 1250 ZANE AVE N GOLDEN VALLEY MN 55422 TENDRIL INVESTMENTS LLC221.00 3, 8 0 $0.00 $35,360.00 $35,360.003311821210065 5510 LINDSAY ST GOLDEN VALLEY MN 55422 JONATHAN KIM & MELISSA KIM68.70 2, 6, 21 0.5 $5,650.00 $5,650.003311821210064 5520 LINDSAY ST GOLDEN VALLEY MN 55422M F ADLER TR/ADMORE PROP LLC59.96 2, 21 1 $11,300.00 $11,300.003311821210063 5530 LINDSAY ST GOLDEN VALLEY MN 55422 HOLLY SHEETS81.00 1 1 $11,300.00 $11,300.003311821210053 28 GOLDEN VALLEY MN 55422 IMF LLC340.44 5, 19 0 $40,870.40 $13,600.00 $54,470.403311821240025 701 LILAC DR N GOLDEN VALLEY MN 55422 TENNANT COMPANY1,121.19 3, 14 0 $0.00 $179,390.40 $179,390.403311821230004 5509 LINDSAY ST GOLDEN VALLEY MN 55422 V SIVRIVER & I SIVRIVER81.90 6, 15, 22 0.5 $5,650.00$339,070.00 $818,955.20 $0.00 $0.00 $1,158,025.201) Residential, Single Family2) Residential, Multi Family (Two Unit)3) Industrial Corner Lot on 2 State Aid Streets, one of which is being reconstructed, assess State Aid Rate for side of construction4) Industrial with State Aid Street Frontage, Assess State Aid Rate 5) Industrial Corner Lot with Local Street and State Aid Street Frontage, Assess State Aid Rate for State Aid Street, Local Other Zonings for Local Street6) Residential Corner Lot with Local and State Aid Street Frontage, Assess One-Half Unit Residential7) Industrial with Local Street Fronage, Assess Local Rate8) Tax Payer Address: 418 HALSEY AVE SE BUFFALO MN 553139) Tax Payer Address: 6890 HARRISON CIRCLE CHANHASSEN MN 5531710) Tax Payer Address: 450 FERGUSON DR MOUNTAIN VIEW CA 9404311) Tax Payer Address for 925 Zane Avenue: C/O TAYLOR CORPORATION 1725 ROECREST DR NORTH MANKATO MN 5600312) Tax Payer Address: 1000 ZANE AVE N GOLDEN VALLEY MN 5542213) Tax Payer Address: 10400 CLEAN STREET EDEN PRAIRIE MN 5534414) Tax Payer Address: 701 LILAC DR N MINNEAPOLIS MN 5542215) Tax Payer Address: IRYNA SIVRIVER 6480 WAYZATA BLVD GOLDEN VALLEY MN 55426 16) Tax Payer Address: 2455 COMSTOCK LA N PLYMOUTH MN 5544717) Tax Payer Address for 5535 Lindsay Street: BARBARA M EPSTEIN 4121 WENDOVER CT MINNETONKA MN 55345 18) Tax Payer Address: 8445 CENTER DR NE SPRING LAKE PARK MN 55432 19) Tax Payer Address: 12424 CREEK RD W MINNETONKA MN 5530520) Tax Payer Address for 1109 Zane Avenue: 12424 CREEK RD W MINNETONKA MN 5530521) 5510 Lindsay Street and 5520 Lindsay Street is a duplex, Assess One Residential Unit for Each22) Vacant Land - ResidentialDEFERRED ASSESSMENTS LEVIED ASSESSMENTS64
65
Project Manual and Specifications
Zane Avenue and Lindsay Street Improvements
S.A.P. 128-408-002
City Project No. 23-02
I hereby certify this Specification 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
Stephen R. Prall, PE
Registration No. 54949
March 6, 2024
66
This Page Left Blank Intentionally
67
Certification
GOLDV 163618 00 00 00 - 1
DOCUMENT 00 00 00
CERTIFICATION
I hereby certify that this specification 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.
Stephen R. Prall, PE
Date: March 6, 2024 Lic. No. 54949
Reviewed By: Scott Haupt
Date: March 6, 2024
68
This Page Left Blank Intentionally
69
CITY OF GOLDEN VALLEY, MINNESOTA
ADVERTISEMENT FOR BIDS
Zane Avenue and Lindsay Street Improvements
S.A.P. 128-408-002
City Improvement Project No. 23-02
Notice is hereby given that Online Bids will be received by the City of Golden Valley, Minnesota until
10:00 a.m., April 4, 2024, via QuestCDN for the furnishing of all labor and material for the construction
of the Zane Avenue and Lindsay Street Improvements. Major quantities for the Work include.
Description Quantity Unit
Remove Concrete Pavement (Crush & Salvage) 15,600 SY
Clearing/Grubbing 12 TREE
Common Excavation 22,900 CY
Select Granular Borrow 31,200 TONS
Class 5 Aggregate Base 7,930 TONS
Bituminous Mixture 6,100 TONS
4”-6” Concrete Walk 18,900 SF
Concrete Curb and Gutter 7,100 LF
6”-8” Concrete Driveway Pavement 2,200 SY
Sanitary Sewer Lining 3,200 LF
Sanitary Sewer Service Wye Grouting/Liners 31 EA
Sodding with 4-Inches of Topsoil 11,600 SY
4”-12” PVC (C-900) Water Main 4,800 LF
4”-8” Gate Valve and Box 29 EA
10”-12” Gate Valve and Box 7 EA
F&I Hydrant 12 EA
12”-51” Reinforced Concrete Storm Sewer Pipe 2,360 LF
6” Perf PVC Pipe Drain with Sock 4,675 LF
Drainage Structures & Castings 55 EA
The bid opening will be conducted via Microsoft Teams, at which time they will be publicly opened and
read aloud:
To Join the meeting by computer or mobile ap, go to: https://bit.ly/4b960PN
Or call in (audio only)
+1 872-242-7640, United States, Chicago
Phone Conference ID: 677 112 948#
The Issuing Office for the Bidding Documents is: Short Elliott Hendrickson Inc. located at 3535 Vadnais
Center Drive, St. Paul, MN 55110-5196, Steve Prall, PE – (651) 318-0359.
The Bidding Documents may be viewed for no cost at http://www.sehinc.com by selecting the Project
Bid Information link at the bottom of the page and the View Plans option from the menu at the top of the
selected project page.
70
Digital image copies of the Bidding Documents are available at http://www.sehinc.com for a fee of $30.
These documents may be downloaded by selecting this project from the “Project Bid Information” link
and by entering eBidDocTM Number 8950933 on the SEARCH PROJECTS page.
For this project, bids will ONLY be received electronically. Contractors submitting an electronic bid will
be charged an additional $42 at the time of bid submission via the online electronic bid service
QuestCDN.com. To access the electronic Bid Worksheet, download the project document and click the
online bidding button at the top of the advertisement. Prospective bidders must be on the plan holders
list through Quest CDN for bids to be accepted. Bids shall be completed according to the Bidding
Requirements prepared by SEH dated March 6, 2024.
The Bidding Documents are available for viewing by appointment only. Please call the City of Golden
Valley Engineering Department at 763-593-3987 to schedule an appointment at the following location:
City of Golden Valley
Engineering Department
7800 Golden Valley Road
Golden Valley, MN 55427-4588
Paper copies of the Bidding Documents may be obtained from Docunet Corp. located at 2435 Xenium
Lane North, Plymouth, MN 55441 (763-475-9600) for a fee of $80.
Bid security in the amount of 5 percent (5%) of the Bid must accompany each Bid in accordance with
the Instructions to Bidders.
This work shall be subject to the Minnesota Prevailing Wage Act, Minnesota Fair Labor Standards Act,
Minnesota Rules 5200.1000 – 5200.1120, Minnesota Department of Labor and Industry (MnDLI) Wage
Decision(s), and the MnDLI Truck Rental Rate Schedule, in accordance with MnDLI Prevailing Wages for
State Funded Construction Projects for Hennepin County.
Bidders are required to submit information indicating they have practical experience of the particular
construction work bid upon, and that they have the ability and resources to complete the proposed work in
a manner satisfactory to the Owner. A contract award will only be made to a bidder meeting the minimum
contractor qualifications as stated within the contract specifications.
The successful bidder must be a “responsible contractor.” The term “responsible contractor” means a
contractor as defined in Minnesota Statutes, section 16C.285, subdivision 3. Any prime contractor,
subcontractor, or motor carrier that does not meet the minimum criteria or fails to comply with the
verification requirements is not a responsible contractor and is not eligible to be awarded a construction
contract for the project or to perform work on the project. A prime contractor, subcontractor, or motor
carrier that makes a false statement under oath verifying compliance with the minimum criteria will be
ineligible to be awarded a construction contract on the project, and the submission of a false statement
may result in termination of a contract awarded to a prime contractor, subcontractor, or motor carrier
that submits the false statement. A prime contractor shall include in its verification of compliance a list
of all of its first-tier subcontractors that it intends to retain for work on the project. Before execution of a
construction contract, a prime contractor shall submit a supplemental verification under oath confirming
that all subcontractors and motor carriers that the prime contractor intends to use to perform project
work have verified to the prime contractor, through a signed statement under oath by an owner or
officer, that they meet the minimum criteria for a responsible contractor.
71
The City of Golden Valley reserves the right to reject any and all Bids, to waive irregularities and
informalities therein and to award the Contract in the best interests of the City of Golden Valley.
BY ORDER OF THE CITY COUNCIL
Theresa Schyma, City Clerk
72
\\sehinc.com\panzura\pzprojects\FJ\G\GOLDV\163618\5-final-dsgn\52-specs-proj-man\02 - Table of Contents.DOCX
TABLE OF CONTENTS
CONTRACT DOCUMENTS
1. ADVERTISEMENT OF BIDS AB
2. INSTRUCTION TO BIDDERS IB
3. PROPOSAL FORM PF
4. AFFIDAVIT OF NON-COLLUSION AN-C
5. ACCEPTANCE OF LIQUIDATED DAMAGE RATE ALD
6. CERTIFICATE OF COMPLIANCE CC
7. RESPONSIBLE CONTRACTOR CERTIFICATION RCC
8. FORM OF CONTRACT FC
9. SPECIAL CONDITIONS SC
10. GENERAL CONDITIONS GC
11. APPENDICES A-V
73
INSTRUCTIONS TO BIDDERS INDEX
PAGE
1. PRE-BID MEETING 1
2. PREVAILING WAGE RATES 1
3. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK 1
4. BID SECURITY 1
5. CONTRACT DOCUMENTS 2
6. PREPARATION OF PROPOSAL 2
7. CONDITIONS IN BIDDER’S PROPOSAL 3
8. INTERPRETATION OF ESTIMATES 3
9. DELIVERY OF PROPOSALS 3
10. REJECTION OF BIDS 3
11. WITHDRAWAL OF PROPOSALS 3
12. PUBLIC OPENING OF PROPOSALS 3
13. EVALUATION OF BIDS 3
14. DISQUALIFICATION OF BIDDERS 4
15. EQUIPMENT 5
16. SUPPLIERS AND SUBCONTRACTORS 5
17. FURNISHING OF EVIDENCE OF RESPONSIBILITY 5
18. REQUIREMENTS OF CONTRACT BOND 5
19. FAILURE TO EXECUTE CONTRACTS 5
20. AWARD OF CONTRACT 5
74
IB-1
INSTRUCTIONS TO BIDDERS
CITY OF GOLDEN VALLEY, MINNESOTA
1. PRE-BID MEETING
No pre-bid meeting will be held for this project.
2. PREVAILING WAGE RATES
The contractor will be required to pay not less than the minimum wage rates
certified by the Minnesota Department of Labor and Industry (DLI) Prevailing
wages for State Funded Construction Projects, Highway and Heavy Construction
in Hennepin County, and not less than the minimum DLI certified Truck Rental
Rates for the project location. Prevailing Wage Rates and Truck Rental Rates
and reporting requirements are included in Appendices J-M.
3. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK
The Bidder shall examine to their satisfaction the quantities of work to be done as
determined from the Plans and Specifications. Quantities indicated by the
Engineer on drawings or elsewhere are estimated only, and Bidders must rely on
their own calculations. Bidders shall be thoroughly familiar with the
Specifications, including all Special Conditions.
Submission of a bid by the Bidder is a representation that the Bidder has visited the
Work site, become generally familiar with local conditions under which the Work is
to be performed, and correlated personal observations with requirements of the
Contract Documents. Bidders shall inform themselves of the character and
magnitude of work and the conditions under which the work is to be performed
concerning the site of the work, the structure of the ground, the existence of surface
and groundwater, availability of drainage, the obstacles which may be encountered,
means of approach to the site, manner of delivering and handling materials,
facilities of transporting and installing construction plant and equipment and all
other relevant matters pertaining to the complete execution of this Contract. No
plea of ignorance of conditions that exist or that may hereafter exist, or of difficulties
that will be encountered in the execution of the work hereunder, as a result of
failure to make necessary examination and investigations, will be accepted as a
sufficient excuse for any failure or omission on the part of the Contractor to fulfill in
every detail all the requirements of this Contract, or will be accepted as a basis for
any claim whatsoever for extra compensation or for an extension of time. No
Bidder may rely upon any statements or representations of any officer, agent, or
employee of the City with reference to the conditions of the work or the character of
the soil or other hazards that may be encountered in the course of construction.
Submission of a bid by a Bidder is a representation that the Bidder has contacted
the affected utilities listed in Item 18 of the Special Conditions prior to submitting
the bid to determine the extent of their facilities within the project area and the
scope and anticipated schedule of the facility relocation, removal or adjustment.
4. BID SECURITY
Each bid shall be accompanied by a cash deposit, certified or cashier’s check, or
bid bond with a corporate surety in an amount at least equal to five (5) percent of
the total amount of the base bid, payable to the City as a guaranty that the Bidder
75
IB-2
will enter into a contract with the City for the work described in the Proposal, and
the amount of the bid security of a successful Bidder shall be forfeited to the City
as liquidated damages in the event that such Bidder fails to enter into a contract
and furnish Contractor’s bond.
5. CONTRACT DOCUMENTS
The Contract Documents shall consist of the Plans and the Specifications along with
the fully executed Contract Form. “Plans” means all project plans and drawings
including addendums as distributed by the City. “Specifications” means all documents
included in the project manual including, but not limited to, the following:
• the Certification:
• Advertisement for Bids;
• Instructions to Bidders;
• Proposal Form;
• Affidavit of Non-Collusion;
• Acceptance of Liquidated Damage Rate;
• Certificate of Compliance
• Responsible Contractor Certification Form
• Form of Contract
• Special Conditions
• General Conditions;
• All documents required within any of the documents listed herein
including, but not limited to, all bonds and insurance required.
• Appendix
6. PREPARATION OF PROPOSAL The Bidder shall state the prices for each item of work in the Online Bid
Worksheet.
The following items are required for a bid to be considered complete:
1. Completed Proposal Form
2. Five Percent Bid Security
3. Completed Contractor Questionnaire
4. Receipt of Addenda (if applicable), must be downloaded to submit
bid.
5. Affidavit of Non-Collusion
6. Acceptance of Liquidated Damage Rate
7. Employment Certificate of Compliance
8. Responsible Contractor Certification Form
9. Hourly Equipment and Labor Rates
10. Complete list of subcontractors working on this project, the
portion of the project they will be constructing and the value of
the work they are responsible for.
The Proposal shall be typed or printed in ink in the appropriate places. If the
Proposal is made by an individual, his name and post office address shall be
shown. If made by a firm or partnership, the name and post office address of
each member of the firm or partnership shall be shown. If made by a company
76
IB-3
or corporation, the Proposal shall identify the name of the state formation of the
corporation or business, and names, titles and business addresses of the
President, Secretary and Treasurer. All bids from corporations shall bear the
official seal of the corporation; if the corporation does not have a corporate seal,
the bid must be signed by the president and the treasurer. This form must be
uploaded to QuestCDN when submitting your bid.
7. CONDITIONS IN BIDDER’S PROPOSAL
The Bidder shall not stipulate in its Proposal any conditions not provided for on
the Proposal Form.
8. INTERPRETATION OF ESTIMATES
The award of the Contract shall be made on the basis of the Engineer’s estimate
of quantities as shown in the Proposal, but these quantities are not guaranteed to
be accurate and are furnished without any liability on the part of the City.
Quantities indicated by the Engineer on drawings or elsewhere are estimated
only, and Bidders must rely on their own calculations.
9. DELIVERY OF PROPOSALS
Bidders shall submit their Proposal via QuestCDN, if there are any addenda for
this project, they must be downloaded in order to submit your electronic bid. This
project will be bid using QuestCDN’s on-line bidding tool known as VirtuBid™
(vBid™). Only bids received through vBid™ will be accepted. See the Project
Manual Appendix for instructions on the use of this bidding tool.
10. REJECTION OF BIDS
The City reserves the right to reject any and all bids, including without limitation;
proposals that show any omission, alteration of form, additions not called for,
conditional bids or alternate bids not specified or irregularities of any kind.
Proposals in which the prices are obviously unbalanced may be rejected.
11. WITHDRAWAL OF PROPOSALS
A Bidder may withdraw its Proposal without prejudice to themselves, provided a
written request is filed with the City Clerk before the hour of letting, and such
withdrawn Proposal may be modified and resubmitted by the Bidder at any time
prior to the hour set for receiving bids.
12. PUBLIC OPENING OF PROPOSALS
Proposals will be opened publicly and read aloud in such place as designated at
the time and the date set in the “Advertisement for Bids.” Bidders or their
authorized agents are invited to be present.
13. EVALUATION OF BIDS
The City will review the completed Contractor Questionnaire, included within the
Proposal Form, to determine whether the Bidder has the practical knowledge,
experience, available personnel, equipment and financial resources for the timely
and professional completion of the work. The City also reserves the right to make
inquiries regarding past performance of any Bidder on previous contracts. The
object of this review and any other inquiries is to provide the City with the best
available information regarding the capabilities of the Bidder to complete the work
77
IB-4
as specified in the Contract Documents, and to minimize the risk of awarding the
Contract to an unqualified Bidder.
Bidders are required to submit evidence that they have practical knowledge of the
particular work bid upon and that they have the financial resources to complete the
proposed work. The City reserves the right to reject any Proposal where there is
insufficient or unsatisfactory evidence to demonstrate the Bidder’s ability to perform
the work. Failure on the part of any Bidder to have carried out previous contracts
satisfactorily, to show adequate experience, or to possess necessary equipment or
labor for completion of the work, shall be sufficient cause for disqualification of the
Bidder. Bidders who will subcontract more than 50% of the value of the work
under the Contract shall be deemed unqualified to perform the work.
The City will award the Contract to the Bidder whose bid price, quality and
experience best conform to the overall interests of the City. Bids from qualified
bidders will be considered as described in the City of Golden Valley General
Conditions, Section II.1 CONSIDERATION OF BIDS. The City’s decisions
regarding bidder qualifications, contract award and contract amount shall be final.
The City has limited financial resources to commit to the project. Accordingly,
the project must be accomplished with a minimum of interruption, on time and
without cost overruns. The City believes that a contractor with sufficient
experience in constructing this kind of specialty roadway is necessary for this
complicated project. Therefore, the City will consider the quality and experience
of each Bidder in addition to the bid price.
A Bidder will not be considered for this project unless the Bidder receives a rating
of at least 10 points, as determined by the City, using the following system for
assigning points:
Experience constructing an urban street reconstruction
project similar in size and functions within the last five
years, to the satisfaction of the City
5 points
For each additional project qualifying under the
above category 1 point each
Experience of the assigned job superintendent in
supervising construction of an urban street reconstruction
project while under traffic similar in size and functions
within the last five years, to the satisfaction of the City
5 points
For each additional roadway supervised that
qualifies under the above category 1 point each
History of initiating change orders (not at the owner’s
request) that total more than 5% of the original bid within
the last five years
Deduct 2 points
for each confirmed project
History of complaints regarding completion deadlines or
the quality of the work of projects within the last five years
Deduct 2 points
for each confirmed project
The City may give partial credit for points depending upon the
nature of the projects.
14. DISQUALIFICATION OF BIDDERS
More than one Proposal for the same project from an individual firm, partnership,
company or corporation under the same or different names will not be
78
IB-5
considered. Evidence that any Bidder is interested in more than one Proposal for
the same work will result in the rejection of all such Proposals. Collusion
between Bidders shall be sufficient cause for the rejection of all bids so affected.
Failure to achieve a rating of 10 points or more as described in section 9 above
shall be sufficient cause to disqualify a Bidder for this project.
15. EQUIPMENT
When requested by the City, the Bidder shall furnish a complete statement of the
make, size, weight (where weight is one of the specified requirements), condition
and previous length of service of all equipment to be used in the proposed work.
16. SUPPLIERS AND SUBCONTRACTORS
The Bidder shall provide, within the time requested, a list of all suppliers and
subcontractors to be used on the project for approval by the City. All provisions of
Item 12 of these instructions shall also apply to subcontractors and suppliers. The
Bidder will be notified in writing by the City of disqualification of any supplier or
subcontractor. The Bidder will then be given the option to replace the disqualified
supplier or subcontractor with an approved supplier or subcontractor or withdraw
its bid. No adjustment of bid prices will be allowed for such replacement.
17. FURNISHING OF EVIDENCE OF RESPONSIBILITY
When requested by the City, the Bidder and any subcontractors shall furnish a
balance sheet, certified by a Certified Public Accountant, dated not more than sixty
(60) days prior to date of the opening of the Proposal which shall set forth
outstanding assets and liabilities in reasonable detail. The City may also require
the Bidder and its subcontractors to furnish a list of work of similar nature
performed with dates of completion thereof. The Bidder or subcontractor shall also
furnish any other additional information relative to financial responsibility and
competence to do the work as may be requested by the City prior to acceptance of
any Proposal.
18. REQUIREMENTS OF CONTRACT BOND
The successful Bidder, at the time of execution of the Contract, shall furnish and at
all times maintain a satisfactory and sufficient bond in the full amount of the Contract
as required by law with a corporate surety satisfactory to the City. The form of bond
is that required by Statute. Personal sureties will not be approved.
19. FAILURE TO EXECUTE CONTRACTS
Failure to furnish the Contract Bond in a sum equal to the amount of the award, or
to execute the Contract within ten (10) days as specified, shall be just cause for the
annulment of the award and, in the event of the annulment of the award, the
amount of the guaranty deposited with the Proposal shall be retained by the City,
not as a penalty, but as liquidated damages.
20. AWARD OF CONTRACT
If the Contract is to be awarded, the City Council will award the Contract to the
Bidder whose bid is in the best interest of the City. Award will be based on the
Base Bid, plus any bid alternates the City may include.
79
Proposal Form
PF-1
CITY OF GOLDEN VALLEY, MINNESOTA
City Council
City of Golden Valley
7800 Golden Valley Road
Golden Valley, MN 55427
Council Members:
In accordance with the Advertisement for Bids of the City of Golden Valley, inviting
proposals in conformity with the plans and specifications on file in the office of the City
Engineer, City of Golden Valley, Minnesota, the undersigned hereby certifies that an
examination has been made of the Specifications and the Plans, and the site of the work,
and hereby proposes to furnish all necessary machinery, equipment, tools, labor and other
means of construction and to furnish all materials specified in the manner and at the time
prescribed; and understands that the quantities of work shown herein are approximate only
and are subject to increase or decrease; and further understands that all quantities of work,
whether increased or decreased, are to be performed at the following unit prices:
80
Proposal Form
Contractor Questionnaire
PF-2
City of Golden Valley, Minnesota
Zane Avenue and Lindsay Street Improvements
S.A.P. 128-408-002 - City Project No. 23-02
Bidders must file this Prospective Bidder Contractor Questionnaire by bid opening as
required in the Advertisement for Bids. This questionnaire is to be attached to the sealed
bid proposal.
The object of the questionnaire is not to discourage bidding or make it difficult for
qualified bidder to file bids, but is to make it possible for the City to have exact
information on the financial ability, personnel, equipment, past performance and
experience of the bidders involved prior to awarding the Contract. The City reserves the
right to require additional information before approving the award of the Contract to a
Contractor. This may be done to help qualify subcontractors for bidding to better
determine the contractor’s qualifications for bidding the work.
The contents of this questionnaire will be private until the City has completed the
selection process. At that time, all information will become public, except information
that qualifies as trade secret data under Minnesota Statutes Section 13.37.
If the City is not satisfied with the sufficiency of the answers to the questionnaire, it may
require additional information, including a financial statement, or it may determine that
the Bidder is unqualified to bid the project.
The Bidder must submit a full, complete and accurate statement. False information or
material omission will be grounds for disqualifying the Bidder.
STATEMENT OF BIDDER QUALIFICATIONS
1. Name of Bidder:
Type of Contractor:
2. Bidder Address:
3. Date of Organization:
4. State of Organization:
5. How many years has Bidder been engaged in the contracting business under the
present name?
6. Contracts on hand (attach a list of present contracts, including the nature of the work,
a schedule as to estimated completion date and gross amount of each contract).
7. General character of the work performed by Bidder:
81
Proposal Form
Contractor Questionnaire
PF-3
8. Has Bidder ever failed to complete any work awarded to it?
Yes ____ No ____ If yes, attach a statement explaining where and why.
9. Has Bidder ever defaulted on a contract?
Yes ____ No ____ If yes, attach a statement explaining where and why.
10. Attach a list of the larger, more relevant projects completed by Bidder, including
the kind of work and approximate cost.
11. Attach a list of the major equipment that Bidder has available and the hourly
rates for each piece (list whether equipment prices are with or without operator).
12. Attach a statement of Bidder’s experience in the construction of work similar
in scope to this project.
13. Furnish written evidence, preferably from banks of Bidder’s available credit.
14. Submit a signed statement from Bidder’s bonding company, establishing the
bonding capacity for the firm.
15. Experience Requirements:
Bidder’s company, project superintendent and job site foreman must all have
successful construction experience on one qualifying project within the five (5)
years prior to the bid opening date.* A qualifying project is an urban street
reconstruction project with a minimum engineer’s estimate of three million
dollars.
* The following meet the experience requirements: Acquisition of a company with
relevant successful experience within the five (5) years prior to the bid opening
date by the bidder; a company in existence for less than five (5) years that
meets the minimum experience requirements for the project superintendent and
job site foreman.
82
Proposal Form
Contractor Questionnaire
PF-4
83
Proposal Form
Contractor Questionnaire
PF-5
1 Additional Qualifying Project Name (1 pt)
2 Project Number
3 Describe the work completed on this project
3 Final Project Cost
4 Total Value of Change Orders Initiated by Contractor
5 Total Percentage of above Change Orders to Original Contract Amount
6 Contract Completion Date
7 Actual Completion Date
8 If work was not completed by Contract Completion Date explain reason
9 Owner's Representative
Agency
Telephone
Email
1 Project Supervisor Name
2 How long has the Supervisor been in current position?
3 Name of qualifying project supervised (5 pts)
4 Project Number of project supervised
5 Description of Project
6 Owner's Representative
Agency
Telephone
Email
1 Name of qualifying project supervised (1 pt)
2 Project Number of project supervised
3 Description of Project
4 Owner's Representative
Agency
Telephone
Email
1 Name of qualifying project supervised (1 pt)
2 Project Number of project supervised
3 Description of Project
4 Owner's Representative
Agency
Telephone
Email
Experience of Assigned Supervisor for this project
84
Proposal Form
Contractor Questionnaire
PF-6
Subcontractor Name Contract Name Value of Work Major Work Items
85
Proposal Form
Contractor Questionnaire
PF-7
Certified as true and correct this ______ day of , 20__.
____________________________________
(Company Name)
____________________________________
(Authorized Signature)
____________________________________
(Title)
____________________________________
(Signer Printed Name)
86
Proposal Form
PF-8
Line
No.
Item
No. Description Unit
Est.
Qty
1 2021.501 MOBILIZATION LS 1
2 2101.502 CLEARING EACH 12
3 2101.502 GRUBBING EACH 12
4 2101.505 CLEARING ACRE 0.3
5 2101.505 GRUBBING ACRE 0.3
6 2104.502 REMOVE BOLLARDS EACH 2
7 2104.502 REMOVE GATE VALVE EACH 3
8 2104.502 REMOVE GATE VALVE & BOX EACH 32
9 2104.502 REMOVE HYDRANT EACH 12
10 2104.502 REMOVE DRAINAGE STRUCTURE EACH 14
11 2104.502 REMOVE SIGN TYPE C EACH 41
12 2104.502 SALVAGE BOULDER EACH 1
13 2104.502 SALVAGE SIGN TYPE C EACH 5
14 2104.502 SALVAGE SIGN TYPE SPECIAL EACH 6
15 2104.502 SALVAGE MAILBOX SUPPORT EACH 15
16 2104.503 SAWING CONCRETE PAVEMENT (FULL DEPTH) LF 370
17 2104.503 SAWING BITUMINOUS PAVEMENT (FULL DEPTH) LF 1733
18 2104.503 REMOVE SEWER PIPE (STORM) LF 605
19 2104.503 REMOVE SEWER PIPE (SANITARY) LF 416
20 2104.503 REMOVE CURB & GUTTER LF 9444
21 2104.503 SALVAGE CHAIN LINK FENCE LF 110
22 2104.503 REMOVE SANITARY SERVICE PIPE LF 97
23 2104.503 REMOVE WATER SERVICE PIPE LF 760
24 2104.503 REMOVE WATER MAIN LF 4804
25 2104.504 REMOVE CONCRETE DRIVEWAY PAVEMENT SY 825
26 2104.504 REMOVE BITUMINOUS DRIVEWAY PAVEMENT SY 1482
27 2104.504 REMOVE BITUMINOUS PAVEMENT SY 2760
28 2104.518 REMOVE CONCRETE WALK SF 1002
29 2104.602 REMOVE MANHOLE (SANITARY) EACH 2
87
Proposal Form
PF-9
Line
No.
Item
No. Description Unit
Est.
Qty
30 2104.602 REMOVE MANHOLE (WATERMAIN) EACH 3
31 2104.602 REMOVE CASTING (CASTING AND COVER - STORM) EACH 15
32 2104.602 REMOVE CASTING (CASTING AND COVER - WATER MAIN) EACH 3
33 2104.602 REMOVE CASTING (FRAME- SANITARY) EACH 13
34 2104.602 SALVAGE CASTING (COVER- SANITARY) EACH 13
35 2104.603 SALVAGE LANDSCAPE EDGING-BRICK LF 72
36 2104.603 SALVAGE MODULAR BLOCK RETAINING WALL LF 10
37 2104.604 REMOVE CONCRETE PAVEMENT (CRUSH & SALVAGE FOR
TEMP. STABILZATION) SY 15550
38 2104.618 SALVAGE CONCRETE PAVERS SF 84
39 2104.618 REMOVE LANDSCAPING MULCH SF 207
40 2106.507 EXCAVATION - COMMON (EV) CY 22840
41 2106.507 EXCAVATION - SUBGRADE (EV) CY 750
42 2106.609 SELECT GRANULAR BORROW MOD 5% TON 31210
43 2108.504 GEOTEXTILE FABRIC TYPE V SY 12600
44 2118.609 AGGREGATE SURFACING SPECIAL (3" MINUS -
TEMPORARY DRIVEWAYS) TON 2174
45 2123.61 STREET SWEEPING (WITH PICKUP BROOM) HR 54
46 2211.509 AGGREGATE BASE CLASS 5 TON 7931
47 2301.602 DRILL & GROUT REINF BAR (EPOXY COATED) EACH 247
48 2331.603 JOINT ADHESIVE (MASTIC) LF 14646
49 2357.506 BITUMINOUS MATERIAL FOR TACK COAT GAL 1335
50 2360.509 TYPE SP 9.5 WEARING COURSE MIX (4,F) TON 2513
51 2360.509 TYPE SP 12.5 NON WEAR COURSE MIX (2,C) TON 3139
52 2360.609 TYPE SP 9.5 WEARING COURSE MIX (2,C) - DRIVEWAYS
AND TRAILS TON 442
53 2451.609 COARSE FILTER AGGREGATE (DRAIN TILE) TON 1307
54 2451.609 PIPE BEDDING MATERIAL TON 2477
55 2451.609 CRUSHED ROCK TON 150
56 2502.602 6" PVC PIPE DRAIN CLEANOUT ASSEMBLY EACH 21
57 2502.603 6" PERF PVC PIPE DRAIN (W/ SOCK) LF 4676
88
Proposal Form
PF-10
Line
No.
Item
No. Description Unit
Est.
Qty
58 2503.503 6" DUCTILE IRON PIPE SEWER CL 52 LF 97
59 2503.503 8" DUCTILE IRON PIPE SEWER CL 52 LF 140
60 2503.503 10" DUCTILE IRON PIPE SEWER CL 52 LF 276
61 2503.503 51" SPAN RC PIPE-ARCH SEWER CLASS IIIA LF 60
62 2503.503 12" RC PIPE SEWER DESIGN 3006 CLASS V LF 52
63 2503.503 15" RC PIPE SEWER DESIGN 3006 CLASS V LF 791
64 2503.503 18" RC PIPE SEWER DESIGN 3006 CLASS V LF 76
65 2503.503 18" RC PIPE SEWER DESIGN 3006 CLASS III LF 603
66 2503.503 21" RC PIPE SEWER DESIGN 3006 CLASS III LF 425
67 2503.503 24" RC PIPE SEWER DESIGN 3006 CLASS III LF 259
68 2503.503 27" RC PIPE SEWER DESIGN 3006 CLASS III LF 52
69 2503.503 30" RC PIPE SEWER DESIGN 3006 CLASS V LF 10
70 2503.503 48" RC PIPE SEWER DESIGN 3006 CLASS III LF 16
71 2503.603 12" HDPE PIPE SEWER LF 8
72 2503.602 CONNECT TO EXISTING SANITARY SEWER EACH 6
73 2503.602 CONNECT TO EXISTING MANHOLES (STORM SEWER) EACH 2
74 2503.602 CONNECT TO EXISTING STORM SEWER EACH 7
75 2503.602 CONNECT TO EXISTING SANITARY SEWER SERVICE EACH 3
76 2503.602 6" CLEAN-OUT ASSEMBLY (SANITARY) EACH 3
77 2503.602 CONSTRUCT BULKHEAD EACH 2
78 2503.603 CLEAN PIPE SEWER LF 341
79 2503.603 4" PVC PIPE SEWER (SDR-35) LF 273
80 2503.603 6" PVC PIPE SEWER (SDR-35) LF 1691
81 2503.603 LINING SEWER PIPE 8" LF 1556
82 2503.603 LINING SEWER PIPE 9" LF 1620
83 2504.601 TEMPORARY WATER SYSTEM LS 1
84 2504.602 CONNECT TO EXISTING WATERMAIN EACH 17
85 2504.602 HYDRANT EACH 12
86 2504.602 ADJUST VALVE BOX - WATER EACH 1
89
Proposal Form
PF-11
Line
No.
Item
No. Description Unit
Est.
Qty
87 2504.602 1" CORPORATION STOP EACH 18
88 2504.602 2" CORPORATION STOP EACH 4
89 2504.602 4" GATE VALVE & BOX EACH 3
90 2504.602 6" GATE VALVE & BOX EACH 17
91 2504.602 8" GATE VALVE & BOX EACH 9
92 2504.602 10" GATE VALVE & BOX EACH 1
93 2504.602 12" GATE VALVE & BOX EACH 6
94 2504.602 1" SADDLE (STAINLESS STEEL) EACH 18
95 2504.602 2" SADDLE (STAINLESS STEEL) EACH 4
96 2504.602 1" CURB STOP & BOX EACH 18
97 2504.602 2" CURB STOP & BOX EACH 4
98 2504.602 HYDRANT MARKER EACH 12
99 2504.603 4" PVC WATERMAIN LF 80
100 2504.603 6" PVC WATERMAIN LF 336
101 2504.603 8" PVC WATERMAIN LF 1549
102 2504.603 10" PVC WATERMAIN LF 45
103 2504.603 12" PVC WATERMAIN LF 2783
104 2504.603 1" TYPE PE PIPE (SIDR 7 WATER SERVICE) LF 625
105 2504.603 2" TYPE PE PIPE (SIDR 7 WATER SERVICE) LF 147
106 2504.603 24" STEEL CASING PIPE (JACKED) LF 90
107 2504.604 4" POLYSTYRENE INSULATION SY 1372
108 2504.608 DUCTILE IRON FITTINGS (EPOXY COATED) LB 5929
109 2506.502 CONSTRUCT DRAINAGE STRUCTURE DES 48-4020 EACH 20
110 2506.502 CONSTRUCT DRAINAGE STRUCTURE DES 54-4020 EACH 4
111 2506.502 CONSTRUCT DRAINAGE STRUCTURE DES 60-4042 EACH 1
112 2506.502 CONSTRUCT DRAINAGE STRUCTURE DES 66-4042 EACH 1
113 2506.502 CONSTRUCT DRAINAGE STRUCTURE DES 72-4020 EACH 3
114 2506.502 CONSTRUCT DRAINAGE STRUCTURE DES 84-4020 EACH 1
115 2506.502 CONSTRUCT DRAINAGE STRUCTURE DES 96-4020 EACH 1
90
Proposal Form
PF-12
Line
No.
Item
No. Description Unit
Est.
Qty
116 2506.602 CONSTRUCT DRAINAGE STRUCTURE DES 48-4020
(W/ 4' SUMP) EACH 2
117 2506.602 CONSTRUCT DRAINAGE STRUCTURE DES 54-4020
(W/ 4' SUMP) EACH 2
118 2506.602 CONSTRUCT DRAINAGE STRUCTURE DES 72-4020
(W/ 4' SUMP) EACH 1
119 2506.602 CONSTRUCT DRAINAGE STRUCTURE DES STD. 2X3 EACH 17
120 2506.602 CONSTRUCT DRAINAGE STRUCTURE DES 4007
(SANITARY) EACH 2
121 2506.602 CASTING ASSEMBLY (DRIVEWAY CURB STOP) EACH 2
122 2506.602 CASTING ASSEMBLY (NEENAH R-3067-L) EACH 48
123 2506.602 CASTING ASSEMBLY (NEENAH R-3237) EACH 1
124 2506.602 CASTING ASSEMBLY (NEENAH R-2573) EACH 1
125 2506.602 CASTING ASSEMBLY (NEENAH R-1733) (STORM) EACH 2
126 2506.602 CASTING ASSEMBLY (NEENAH R-4342) EACH 2
127 2506.602 CASTING ASSEMBLY SPECIAL (FRAME ONLY –
NEENAH R-1733) EACH 12
128 2506.602 CASTING ASSEMBLY SPECIAL (FRAME ONLY –
NEENAH R-1733-1) EACH 1
129 2506.602 INSTALL CASTING (SALVAGED COVER) (SANITARY) EACH 13
130 2506.602 CASTING ASSEMBLY (MCDONALD 74M "A" SERIES) EACH 24
131 2506.602 ADJUST FRAME AND RING CASTING (STORM) EACH 8
132 2506.602 ADJUST FRAME AND RING CASTING (GATE VALVE
MANHOLE) EACH 1
133 2506.603 RECONSTRUCT SANITARY STRUCTURE LF 16.9
134 2511.602 PLACE BOULDER EACH 1
135 2521.518 4" CONCRETE WALK SF 15596
136 2521.518 6" CONCRETE WALK SF 3284
137 2531.503 CONCRETE CURB & GUTTER DESIGN B612 LF 341
138 2531.503 CONCRETE CURB & GUTTER DESIGN B618 LF 6656
139 2531.503 CONCRETE CURB & GUTTER DESIGN D412 LF 31
140 2531.503 CONCRETE CURB DESIGN B6 LF 110
141 2531.504 6" CONCRETE DRIVEWAY PAVEMENT SY 519
91
Proposal Form
PF-13
Line
No.
Item
No. Description Unit
Est.
Qty
142 2531.603 CONCRETE SILL LF 2096
143 2531.604 8" CONCRETE DRIVEWAY PAVEMENT (HIGH EARLY) SY 725
144 2531.604 7" COMMERCIAL CROSS GUTTER DRIVEWAY (HIGH EARLY) SY 944
145 2531.618 TRUNCATED DOMES SF 534
146 2540.602 INSTALL SALVAGED MAILBOX AND SUPPORT EACH 15
147 2540.603 LANDSCAPE EDGING LF 24
148 2540.603 INSTALL SALVAGED LANDSCAPE EDGING-BRICK LF 72
149 2540.603 INSTALL SALVAGED MODULAR BLOCK RETAINING WALL LF 10
150 2540.618 INSTALL CONCRETE PAVERS SF 84
151 2540.618 CONCRETE PAVERS (F&I) SF 100
152 2557.603 INSTALL CHAIN LINK FENCE LF 110
153 2563.601 TRAFFIC CONTROL LS 1
154 2564.502 INSTALL SIGN TYPE C EACH 5
155 2564.518 SIGNS PANELS TYPE C SF 280.15
156 2564.518 SIGN TYPE SPECIAL SF 62
157 2564.602 INSTALL SIGN TYPE SPECIAL EACH 2
158 2571.502 CONIFEROUS TREE 6' HT B&B EACH 4
159 2571.502 DECIDUOUS TREE 2.5" CAL B&B EACH 14
160 2571.502 DECIDUOUS SHRUB NO 5 CONT EACH 7
161 2571.602 CONIFEROUS SHRUB NO 5 CONT EACH 5
162 2572.603 TEMPORARY FENCE (TREE PROTECTION FENCING) LF 100
163 2573.501 STABILIZED CONSTRUCTION EXIT LS 1
164 2573.501 EROSION CONTROL SUPERVISOR LS 1
165 2573.503 SILT FENCE, TYPE MS LF 1019
166 2573.503 SEDIMENT CONTROL LOG TYPE STRAW LF 91
167 2575.604 ROLLED EROSION PREVENTION CATEGORY 10 SY 610
168 2575.604 SEEDING - MnDOT 38-631 (POLLINATOR PLOT URBAN SE)
(W/ 4" TOPSOIL) SY 610
169 2575.604 SODDING TYPE LAWN (W/ 4" TOPSOIL) SY 10913
170 2575.604 MULCH MATERIAL, TYPE SPECIAL (4" THICK) SY 225
92
Proposal Form
PF-14
Line
No.
Item
No. Description Unit
Est.
Qty
171 2575.604 HYDRAULIC MULCH MATRIX (W/ 4" TOPSOIL, SEED &
HYDRAULIC MULCH) SY 722
172 2573.502 STORM DRAIN INLET PROTECTION EACH 85
173 2582.603 4" SOLID LINE YELLOW - MULTI-COMPONENT (WR) LF 400
174 2582.603 24" SOLID LINE WHITE - MULTI-COMPONENT (WR) LF 122
175 2582.603 4" BROKEN LINE YELLOW - MULTI-COMPONENT (WR) LF 550
176 2582.618 PAVEMENT MESSAGE - MULTI-COMPONENT (WR) SF 124
177 2582.618 CROSSWALK MULTI COMP (WR) SF 744
178 SPEC PROV F&I MANHOLE BAFFLE (STORM) SF 81.5
BID ALTERNATE A - SANITARY SEWER SERVICE WYE SEALING VIA GROUT PACKER INJECTION
METHOD
179 SPEC PROV CHEMICAL GROUT GAL 155
180 SPEC PROV SEAL 8" MAIN TO 6" LATERAL W/ 3' BLADDER EACH 17
181 SPEC PROV SEAL 9" MAIN TO 6" LATERAL W/ 3' BLADDER EACH 14
BID ALTERNATE B - SANITARY SEWER WYE LINERS
182 SPEC PROV SERVICE WYE LINER - 8" MAIN X 6" WYE EACH 17
183 SPEC PROV SERVICE WYE LINER - 9" MAIN X 6" WYE EACH 14
93
Proposal Form
PF-15
Accompanying this proposal is the Bid Security, which under the contract documents, is subject to forfeiture in the event of default by the undersigned.
In submitting this proposal, the undersigned acknowledges that the City reserves the right
to reject any or all proposals and to waive informalities.
This proposal may not be withdrawn after the opening of proposals, and shall be subject to
acceptance by the City for a period of forty-five (45) calendar days from the opening thereof.
If Bidder is a corporation or company, provide the State of incorporation:
If Bidder is a partnership, state full name of all co-partners:
Proposal Submitted by (please print):
Company Name: Telephone:
Address: Date:
City, State, Zip:
Email Address for Contact Person:
By:
Title:
By:
Title:
94
Rev. 02/11 AN-C-1
AFFIDAVIT AND INFORMATION
REQUIRED OF BIDDERS
AFFIDAVIT OF NON-COLLUSION:
I hereby swear or affirm under penalty of perjury:
1. That I am the Bidder (if the bidder is an individual), a partner in the Bidder (if the
Bidder is a partnership), or an officer or employee of the bidding corporation or
company having authority to sign on its behalf (if the Bidder is a corporation or
company).
2. That the attached bid or bids have been arrived at by the Bidder
independently, and have been submitted without collusion and without any
agreement, understanding, or planned common course of action with any
other vendor of materials, supplies, equipment or services described in the
invitation to bid, designed to limit independent bidding or competition.
3. That the contents of the Bid or Bids have not been communicated by the Bidder or
its employees or agents to any person not an employee or agent of the Bidder or
its surety on any bond furnished with the Bid or Bids, and will not be communicated
to any such person prior to the official opening of the Bid or Bids; and
4. That I have fully informed myself regarding the accuracy of the statements
made in this affidavit.
Signature
Firm Name
Subscribed and sworn to before me
on this _____ day of , 2024.
Notary Public. My Commission expires:
Bidder Employee Identification Number:
(Number used on Employer Quarterly Federal Tax Return,
U.S. Treasury Department Form No. 941)
95
\\sehinc.com\panzura\pzprojects\FJ\G\GOLDV\163618\5-final-dsgn\52-specs-proj-man\06 - Accep Liquidated Damage Rate.DOCX ALD-1
ACCEPTANCE OF LIQUIDATED DAMAGE RATE
Due to the difficulty of proving damages caused by not completing this project within the
specified times, the undersigned company (“Contractor”) agrees that the amounts listed
below (the “Liquidated Damages”) are appropriate and fair amounts for actual damages.
Contractor hereby stipulates that the Liquidated Damages shall apply in the event that
the contract work is not completed within the specified times as outlined here and in the
Special Provisions:
Failure to have all of the required work completed by the final completion
date shall result in the City charging the Contractor, and withholding from
any monies due, liquidated damages in the amount of $500 per calendar
day until all work is completed.
Liquidated damages as described here shall be withheld from money due to the
Contractor when Work is not completed within the Contract time.
Company Name:
Date:
By:
Title:
96
CC-1
EMPLOYMENT CERTIFICATE OF COMPLIANCE
I hereby certify that ____________________ (“Bidder”) is in compliance with Minnesota
Statutes Section 363 as amended and (check one of the two below, as applicable):
________________ Has a certificate of compliance issued by the
Department of Human Rights.
________________ Has applied for a certificate of compliance to
the Commissioner of Human Rights, which is pending.
I also certify that Bidder, and all of its subcontractors, are in compliance as applicable,
with Federal Executive Order 11246, September 24, 1965 as amended by Executive
Order 11375, October 13, 1967 and U.S. Department of Labor Regulations (41 CFR
Part 60), and will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. I also certify that Bidder, and all
of its subcontractors, shall take affirmative action to ensure that applicants for
employment are employed, and that employees are treated during employment, without
regard to their race, color, religion, sex, or national origin. Such action includes, and is
not limited to, the following: employment, upgrading, demotion, or transfer; recruitment
or recruitment advertising; and layoff or training, including apprenticeship. Bidder and
its subcontractors have posted approved notices setting forth the provisions of this
nondiscrimination clause in a place visible to employees and applicants for employment.
Bidder and its subcontractors also assure that all qualified applicants will receive
consideration for employment without regard to race, color, religion, sex or national
origin.
Bidder, and all of its subcontractors, shall, upon request, provide access to the City, the
State of Minnesota, the Comptroller General of the United States, or any of their duly
authorized representatives, any books, documents, papers, and records which are
directly pertinent to this contract for the purpose of conducting an audit, examination,
excerpts, and transcriptions. Bidder, and all of its subcontractors, shall retain all
required records for three (3) years after final payment and all other pending matters are
closed on this project.
Signature of Bidder
Title
Name of Company
, 20__
Date
97
9-1
CITY OF GOLDEN VALLEY
RESPONSIBLE CONTRACTOR CERTIFICATE
Applies to all prime contracts in excess of $50,000
A responsible contractor is defined in Minnesota Statutes §16C.285, subdivision 3.
Any prime contractor or subcontractor who does not meet the minimum criteria under
Minnesota Statutes §16C.285, subdivision 3, or who fails to verify that it meets those
criteria, is not a responsible contractor and is not eligible to be awarded a construction
contract for the project or to perform work on the project.
A false statement under oath verifying compliance with any of the minimum criteria shall
render the prime contractor or subcontractor that makes the false statement ineligible to
be awarded a construction contract for the project and may result in termination of a
contract awarded to a prime contractor or subcontractor that makes a false statement.
Before execution of a construction contract, a prime contractor shall submit a verification
under oath confirming that all subcontractors that the prime contractor intends to use to
perform the project work have verified to the prime contractor, through a signed
statement under oath by an owner or officer, that they meet the minimum criteria for a
responsible contract.
By signing this statement, I, _________________________________________________ (typed or printed name),
_____________________________________ (title) certify that I am an owner or officer of the company
and do verify under oath that my company is in compliance with each of the minimum
criteria listed in the law.
______________________________________________________________________
(name of the person, partnership or corporation submitting this proposal)
______________________________________________________________________
(business address)
Signed: ____________________________________ _____________________
(bidder or authorized representative) Date
98
FC - 1
CONTRACT NO. 23-02
AGREEMENT FOR THE ZANE AVENUE AND LINDSAY STREET IMPROVEMENTS
PROJECT NO. 23-02
S.A.P. 128-408-002
THIS AGREEMENT (this “Agreement”), entered into the ____ day of
________________, 20__ between the City of Golden Valley (the “City”), a municipal
corporation, existing under the laws of the State of Minnesota, and , a
, under the laws of (“Contractor”).
ARTICLE 1. The Contract Documents. The Contract Documents consist of: this
Agreement, the Proposal and Bid of the Contractor, the Contractor’s Bonds, the General
Conditions, Special Conditions and any supplementary conditions, drawings, plans,
Specifications, addenda issued prior to execution of this Agreement, other documents
listed herein or in any of the foregoing documents, and Modifications of the same issued
after execution of this Agreement (collectively the “Contract” or “Contract Documents”).
A Modification is (1) a written amendment to the Contract signed by both parties, (2) a
Change Order, (3) a Construction Change Directive, or (4) a written order for a minor
change in the Work issued by the Engineer.
In the event of a conflict among the various provisions of the Contract Documents, the
terms shall be interpreted in the following order of priority:
1. Modifications to the Contract
2. This Agreement
3. Special Conditions
4. General Conditions
Drawings shall control over Specifications, and detail in drawings shall control over
large-scale drawings.
All capitalized terms used and not otherwise defined in this Agreement, but defined
elsewhere in the Contract Documents, shall have the meaning set forth in the Contract
Documents.
ARTICLE 2. The Work. Contractor, for good and valuable consideration the sufficiency
of which is hereby acknowledged, covenants and agrees to furnish all materials, all
necessary tools and equipment, and to do and perform all work and labor necessary for
Zane Avenue and Lindsay Street Improvements (23-02) (the “Project”) according to the
Plans and Specifications and all of the Contract Documents.
Contractor shall commence and conclude the Work in accordance with the Contract
Documents. Time is of the essence in this Agreement. Accordingly, Contractor shall
complete the Work in accordance with the time schedule for commencement and
completion of the Work set forth in the Contract Documents. Contractor shall complete
the Work in every respect to the satisfaction and approval of the City.
99
FC - 2
ARTICLE 3. Contract Price. The City shall pay the Contractor the Contract Price in
current funds for the Contractor’s performance of the Contract. The Contract Price shall
be $____________, subject to additions and deductions as provided in the Contract
Documents.
Installment payments, if any, on account of the Work shall be made in accordance with
the provisions of the General Conditions. Final payment shall be due and payable on or
before thirty (30) days after issuance of a Certificate of Final Completion issued by the
City Engineer confirming that the Work has been fully completed and Contractor’s
obligations fully performed by Contractor.
ARTICLE 4. Contractor’s Bonds. Contractor shall make, execute and deliver to the
City corporate surety bonds in a form approved by the City, in the sum of $__________
for the use of the City and of all persons furnishing labor, skill, tools, machinery or
materials to the Project. Said bonds shall secure the faithful performance and payment
of the Contract by the Contractor and shall be conditioned as required by law. This
Agreement shall not become effective unless and until said bonds have been received
and approved by the City.
ARTICLE 5. Acceptance of the Work. The City, through its authorized agents, shall
be the sole and final judge of the fitness of the Work and its acceptability.
ARTICLE 6. Records. Contractor shall keep as complete, exact and accurate an
account of the labor and materials used in the execution of the Work as is possible, and
shall submit and make this information available as maybe requested by the City.
ARTICLE 7. Payment. All payments to Contractor shall be made payable to the order
of ____________________, and the City does not assume and shall not have any
responsibility for the allocation of payments or obligations of the Contractor to third
parties.
ARTICLE 8. Cancellation Prior to Execution. The City reserves the right, without
liability, to cancel the award of the Contract at any time before the execution of the
Contract by all parties.
ARTICLE 9. Special Assessment Contingency. The City’s obligation under this
contract is contingent upon the availability of appropriated funds, including funds
derived from special assessments, from which payment for contract purposes can be
made. The City shall not be legally liable for any payment under this Agreement unless
the special assessment appeal period under Minn. Stat. § 429.081 has passed and no
appeals have been received.
ARTICLE 10. Termination. The City may by written notice terminate the Contract, or
any portion thereof, when (1) it is deemed in the best public, state or national interest to
do so; (2) the Special Assessment contingency has not been met; (3) the City is unable
to adequately fund payment for the Contract because of changes in state fiscal policy,
100
FC - 3
regulations or law; or (4) after finding that, for reasons beyond Contractor’s control,
Contractor is prevented from proceeding with or completing the Work within a
reasonable time.
In the event that any Work is terminated under the provisions hereof, all completed
items or units of Work will be paid for at Contract Bid Prices. Payment for partially
completed items or units of Work will be made in accordance with the Contract
Documents.
Termination of the Contract or any portion thereof shall not relieve Contractor of
responsibility for the completed Work, nor shall it relieve Contractor’s Sureties of their
obligations for and concerning any just claims arising out of the Work.
IN WITNESS WHEREOF, both parties hereto have caused this Contract to be signed
on their respective behalves by their duly authorized offices and their corporate seals to
be hereunto affixed the day and year first above written.
THE CITY OF GOLDEN VALLEY, MINNESOTA
BY
Roslyn Harmon, Mayor
BY
Kirsten Santelices, Acting City Manager
CONTRACTOR
BY
ITS
101
SPECIAL CONDITIONS
TABLE OF CONTENTS
SC-i
PAGE
1. GENERAL ............................................................................................................................ 1
2. PROJECT DESCRIPTION ................................................................................................... 1
3. QUALIFICATIONS OF BIDDER ........................................................................................... 1
4. STARTING AND COMPLETION TIME ................................................................................ 2
5. SCHEDULE AND CONSTRUCTION PHASING .................................................................. 3
6. SPECIFICATIONS WHICH APPLY ..................................................................................... 4
7. REFERENCE ....................................................................................................................... 4
8. PRE-CONSTRUCTION CONFERENCE ............................................................................. 5
9. CONSTRUCTION MEETINGS ............................................................................................ 5
10. SUPERVISION OF WORK .................................................................................................. 5
11. EMERGENCY CONTACTS ................................................................................................. 6
12. RESIDENT PROJECT REPRESENTATIVE ........................................................................ 6
13. SITE CONDITIONS .............................................................................................................. 6
14. MAINTENANCE OF EXISTING CITY UTILITIES ................................................................ 7
15. CONSTRUCTION STAKING ............................................................................................... 7
16. QUALITY CONTROL AND QUALITY ASSURANCE TESTING .......................................... 7
17. PROJECT ACCESS AND STAGING AREA ........................................................................ 8
18. UTILITY CONFLICTS .......................................................................................................... 8
19. EASEMENTS AND PERMITS ............................................................................................. 9
20. UNION PACIFIC RAILROAD REQUIREMENTS ............................................................... 11
21. DRIVEWAY CONSTRUCTION ON PRIVATE PROPERTY .............................................. 12
22. MEASUREMENT AND PAYMENT .................................................................................... 13
23. TREE AND LANDSCAPE PRESERVATION ..................................................................... 13
24. RESPONSIBILITY FOR DAMAGE CLAIMS (1714) ........................................................... 14
25. MOBILIZATION (2021) ...................................................................................................... 14
26. CLEARING AND GRUBBING (2101) ................................................................................. 14
27. REMOVALS AND SALVAGES (2104) ............................................................................... 15
28. SAWING CONCRETE AND BITUMINOUS PAVEMENT (2104) ....................................... 19
29. EXCAVATION AND EMBANKMENT (2106) ...................................................................... 19
30. GEOSYNTHETIC CONSTRUCTION MATERIALS (2108) ................................................ 21
31. AGGREGATE SURFACING (2118) ................................................................................... 22
32. CONTAMINATED AND DEBRIS-IMPACTED SOIL .......................................................... 22
33. WATER USE ON PROJECT (2130) .................................................................................. 25
34. AGGREGATE BASE (2211) .............................................................................................. 25
102
SPECIAL CONDITIONS
TABLE OF CONTENTS
SC-ii
35. DRILL AND GROUT REINFORCEMENT BAR (EPOXY COATED) (2301) ...................... 25
36. JOINT ADHESIVE (MASTIC) (2331) ................................................................................. 26
37. PLANT MIXED BITUMINOUS MIXTURES (2360) ............................................................. 28
38. PIPE BEDDING (2451) ...................................................................................................... 30
39. CRUSHED ROCK FOR STABILIZATION (2451) .............................................................. 30
40. COARSE FILTER AGGREGATE (2451): .......................................................................... 30
41. CONSTRUCT BULKHEAD (2503) ..................................................................................... 30
42. PIPE SEWERS (2503) ....................................................................................................... 31
43. WATER MAIN CONSTRUCTION (2504) ........................................................................... 32
44. CORPORATION STOPS (2504) ........................................................................................ 33
45. CURB STOP AND BOX (2504) .......................................................................................... 33
46. WATER SERVICE PIPE (2504) ......................................................................................... 33
47. SERVICE SADDLE ............................................................................................................ 34
48. TEMPORARY WATER SYSTEM ....................................................................................... 34
49. FURNISH AND INSTALL HYDRANT (2504) ..................................................................... 35
50. FIRE HYDRANT MARKERS (2504) .................................................................................. 35
51. CONNECT TO EXISTING WATER MAIN (2504) .............................................................. 35
52. ADJUST GATE VALVE BOX (2504) .................................................................................. 35
53. GATE VALVE AND BOX (2504) ........................................................................................ 35
54. DUCTILE IRON FITTINGS (2504) ..................................................................................... 36
55. 4” POLYSTYRENE INSULATION (2504) .......................................................................... 36
56. MANHOLES AND CATCH BASINS (2506) ....................................................................... 36
57. FURNISH AND INSTALL MANHOLE BAFFLE .................................................................. 37
58. FURNISH AND INSTALL CASTING ASSEMBLY (2506) .................................................. 39
59. FURNISH AND INSTALL CASTING FRAME (NEENAH R-1733 FRAME) (2506) ............ 40
60. INSTALL SALVAGED COVER (2506) ............................................................................... 40
61. RECONSTRUCT MANHOLE STRUCTURE (2506) .......................................................... 40
62. ADJUST FRAME & RING CASTING (2506) ...................................................................... 41
63. RANDOM RIPRAP (2511) ................................................................................................. 41
64. WALKS (2521) ................................................................................................................... 41
65. CONCRETE CURB AND GUTTER (2531) ........................................................................ 42
66. CONCRETE SILL (2531) ................................................................................................... 43
67. 7” COMMERCIAL CROSS GUTTER DRIVEWAY (2531) ................................................. 43
68. CONCRETE DRIVEWAY PAVEMENT (2531) ................................................................... 44
103
SPECIAL CONDITIONS
TABLE OF CONTENTS
SC-iii
69. INSTALL SALVAGED MAILBOX AND SUPPORT (2540) ................................................. 45
70. INSTALL SALVAGED RETAINING WALLS (2540) ........................................................... 45
71. INSTALL SALVAGED LANDSCAPE MATERIALS (2540) ................................................. 45
72. INSTALL SALVAGED CONCRETE PAVERS (WALK) (2540) .......................................... 46
73. FURNISH AND INSTALL CONCRETE PAVERS (WALK) (2540) ..................................... 46
74. INSTALL SALVAGED CHAIN LINK FENCE (2557) .......................................................... 46
75. INSTALL SALVAGED BRICK OR ROCK LANDSCAPE EDGING (2540) ......................... 46
76. TRAFFIC CONTROL AND MAINTENANCE (2563) .......................................................... 47
77. INSTALL SALVAGED SIGNS (2564) ................................................................................. 48
78. FURNISH AND INSTALL SIGN TYPE C (2564) ................................................................ 49
79. FURNISH AND INSTALL SIGN TYPE SPECIAL (2564) ................................................... 49
80. TREES AND SHRUBS AS SPECIFIED (2571) ................................................................. 50
81. TEMPORARY TREE PROTECTION FENCING (2572) ..................................................... 51
82. EROSION AND SEDIMENTATION CONTROL (2573) ..................................................... 51
83. TURF ESTABLISHMENT (2575) ....................................................................................... 52
84. LANDSCAPE EDGING (2575) ........................................................................................... 54
85. MULCH MATERIAL (2575) ................................................................................................ 55
86. PAVEMENT MARKINGS (2582) ........................................................................................ 55
87. RESTORATION ................................................................................................................. 55
88. CLEAN PIPE SEWER ........................................................................................................ 56
89. SANITARY SEWER MAIN REPAIR ................................................................................... 56
90. SANITARY SEWER SERVICE WYE SEALING VIA GROUT PACKER INJECTION
METHOD (BID ALTERNATE A) ......................................................................................... 61
91. SANITARY SEWER SERVICE WYE LINING (BID ALTERNATE B) ................................. 72
92. SANITARY SEWER SERVICE REPLACEMENT PROGRAM ........................................... 81
93. PROCEDURES IN THE EVENT OF A SEWAGE SPILL ................................................... 81
104
SC-1
SPECIAL CONDITIONS
CITY OF GOLDEN VALLEY
FOR
CITY PROJECT NO. 23-02
S.A.P. 128-408-002
ZANE AVENUE AND LINDSAY STREET IMPROVEMENTS
BID OPENING: April 4, 2024
10:00 am CST
1. GENERAL: Instructions to Bidders and General Conditions as embodied in
these Contract Documents shall apply except as modified or supplemented in
these Special Conditions.
2. PROJECT DESCRIPTION: The contract Work includes for the reconstruction of
the streets in Golden Valley within the following boundaries:
Zane Avenue and Lindsay Street Improvements Project Area: Zane Avenue
North from Olson Memorial Highway Frontage Road to Golden Valley Road.
Lindsay Street from Zane Avenue North to Lilac Drive.
The Work will include, but is not limited to, the following:
Removal of concrete and bituminous pavement. Also, water main
replacement, sanitary sewer lining, spot sewer replacement, subgrade
preparation, installation of storm sewers, aggregate base, granular
borrow, bituminous pavement, concrete pedestrian ramps, concrete walk,
concrete curb and gutter, landscaping, restoration, and utility repairs.
This project has two bid alternates:
Bid Alternate A includes bid items for service wye sealing. These items
are listed under the Sanitary Sewer Service Wye Sealing Via Grout
Packer Injection Method section of the Statement of Estimated Quantities
(SEQ) of the Plan and of the Proposal Form. Refer to the Specifications
for additional details.
Bid Alternate B includes bid items for service wye lining utilizing a Cured-
in-Place Pipe (CIPP) liner. These items are listed under the Sanitary
Sewer Service Wye Liners section of the SEQ of the Plan and of the
Proposal Form. Refer to the Specifications for additional details.
The City has the right to accept or reject Bid Alternates A or B at its
discretion or any combination thereof.
See the Plans for more detailed information on the locations.
3. QUALIFICATIONS OF BIDDER: Bidders are required to submit evidence that
they have practical knowledge of the particular work bid upon, and that they have
the financial resources to complete the proposed Work. Failure on the part of
any Bidder to carry out previous contracts satisfactorily or any bidder’s lack of
105
SC-2
experience or equipment necessary for the satisfactory and timely completion of
this Project may be deemed sufficient cause for disqualification of said Bidder.
Please refer to Instructions to Bidders and Contractor’s Questionnaire regarding
other Bidder Qualification Requirements. Bidders who will require more than
fifty percent (50%) of the Work value to be performed by subcontractors
will be deemed unqualified to perform the Work. Bidder must submit
subcontractor list with their anticipated items of work and value.
The following Contract items shall be considered specialty items and will not be
included in the fifty percent (50%) requirement as stated in the Qualifications of
Bidders Section of the Instructions to Bidders:
Item No. Item
2563.601 Traffic Control
2503.603 Sewer Pipe Lining
Spec. Provisions Service Wye Grouting | Service Wye Lining (Alt. Bid)
4. STARTING AND COMPLETION TIME: Contractor shall furnish all required
bonds and insurance within one (1) week of the award of the Contract by the
Golden Valley City Council. Work shall begin within one week following the
issuance of the Notice to Proceed.
All Work under this Contract must be Substantially Completed no later than July 31,
2025 (the "Contract Time"), and be completed and ready for final payment in
accordance with Section I, Paragraph 1.J. of the General Conditions on or before
October 31, 2025 (the "Contract Time"). Contractor shall prosecute the Work
continuously and effectively, with the least possible delay, to the end that all Work is
completed within the Contract Time.
The City is entitled to damages for failure of the Contractor to complete the Work
within the Contract Time. In view of the difficulty in making a precise determination of
actual damages incurred, the City will assess a daily charge not as a penalty but as
liquidated damages to compensate the City for additional costs incurred.
Failure to substantially complete the Work by the Contract Time shall result
in the City charging Contractor, and withholding any monies due as
liquidated damages, the amount of $500 per calendar day until all Work is
completed.
If Contractor is delayed for any reason in the commencement or performance of
the Work, to the extent such delay will prevent the Contractor from completing
the Work (or any portion thereof) within the Contract Time, Contractor’s sole
remedy for such delay shall be an extension of the Contract Time. All such
extension requests shall be made according to the requirements and procedures
set forth in Division I, 1806 (Determination and Extension of Contract Time) and
1403 (Notification for Contract Revisions) of the MnDOT shall apply, except as
modified or supplemented in these Special Conditions.
Without limiting the foregoing, if a conflict arises with existing private utilities
during the commencement or performance of the Work, Contractor shall proceed
106
SC-3
to work in areas without such conflict until the conflicts are resolved. It is the
express understanding of the parties with regard to all Work that Contractor will
undertake its performance in a manner to avoid or minimize any delays that may
result from private utility conflicts or any other possible causes of delay.
5. SCHEDULE AND CONSTRUCTION PHASING: Contractor shall schedule its
work to minimize inconvenience to property owners.
This project shall be divided into three (3) areas for project scheduling and shall
conform to the requirements on the Construction Sequencing plan sheet(s).
This Work must be completed according to the following phasing requirements.
Contractor shall submit to the Engineer for review and approval, a detailed
critical path phasing plan and schedule a minimum of one (1) week before
the pre-construction conference. The schedule must detail all controlling
operations. The following requirements/operations must be included in this
plan:
A. Installation of sanitary sewer liners (mains and services) before
installation of wear course. Once the existing pavement is removed on a
street, work must proceed in a continuous manner until it is completed.
Contractor must schedule the Work to avoid time when there is no work
progressing on any given street.
B. Driveway replacement within the required time constraints.
C. Landscape restoration within the required time constraints.
D. Completion of the Project by the specified dates.
E. Once Contractor has raised all castings to their final grade, it must allow
two (2) weeks in each area for City staff to televise existing and new
sewers before the wear course is placed. Contractor shall ensure that all
work on sewer manholes, catch basins and sewer lines is completed, and
they are cleaned to the Engineer’s satisfaction before any televising is
performed. If the sewers are determined, at any time during televising
operations, to need any additional cleaning, the City will, at their
discretion, clean them with their own staff (at $500/hour with a four-
hour minimum) or retain a cleaning service to perform cleaning on all
sewers remaining to be televised. All costs for such cleaning will be
billed to the Contractor or withheld from monies due.
F. Coordination with Union Pacific Railroad (UPRR):
a. Contractor shall complete all items listed in Section 20 of these Special
Conditions in the required timeframe prior to construction within UPRR
right of way.
b. Contractor shall provide traffic control and road closure, in accordance
with the Traffic Control and Maintenance (2563) section of these
Special Conditions, for UPRR during the UPRR’s crossing panel
replacement and signal work.
107
SC-4
c. Contractor shall saw cut and remove bituminous pavement for UPRR
to perform crossing panel replacement and provide temporary driving
surface up to the new crossing panels upon UPRR completion, as
directed by the Engineer.
d. Plan subcutting and storm sewer operations within 25’ of track
centerline during UPRR crossing panel replacement operations.
e. Installation of aggregate base, pavement, curb and gutter, and
sidewalk within UPRR right of way shall be completed after the new
crossing panels and signals are placed by UPRR, unless directed
otherwise by Engineer.
Working hours for this project shall be limited to 7:00 a.m. to 7:00 p.m., Monday
through Saturday, except as otherwise stated in the Contract Documents, unless
approved in writing by the City Engineer. Contractor shall schedule its work to
comply with this requirement.
Contractor shall perform some Work at times other than those indicated if
the Engineer deems it is in the best interest of the City and the property
owners affected. No claims for extra compensation will be considered for
complying with this requirement.
6. SPECIFICATIONS WHICH APPLY: The Specifications which apply to the Work
shown in the Plans shall be as follows:
A. These Special Conditions.
B. Standard Utilities Specifications for Watermain and Service Line
Installation, Sanitary Sewer and Storm Sewer Installation, and Trench
Excavation and Backfill/Surface Restoration, Revised 2018, as prepared
by the City Engineers Association of Minnesota (CEAM) and published by
the League of Minnesota Cities, St. Paul, Minnesota, except as modified
or supplemented in these Special Conditions. Copies of the Standard
Utilities Specifications are available from the Minnesota Society of
Professional Engineers by calling 651.292.8860, or from the CEAM
website at http://ceam.org/.
C. Division I, 1507 (Utility Property and Service) and Division I, 1512
(Unacceptable and unauthorized work) of the MnDOT Specification shall
apply, except as modified or supplemented herein.
D. Division II (Construction Details) and Division III (Materials) of the MnDOT
Specification shall apply, except as modified or supplemented herein.
7. REFERENCE: All references in the Specifications and Special Conditions to
“MnDOT Specification” are intended to mean the Minnesota Department of
Transportation’s “Standard Specifications for Construction,” 2020 Edition, and its
supplements. All reference therein to the State, the Department, the Department
of Transportation of the State of Minnesota and the Commissioner shall be read
as reference to the City.
108
SC-5
8. PRE-CONSTRUCTION CONFERENCE: Prior to the beginning of construction
operations, a pre-construction conference shall be held, and shall be attended by
the authorized representatives of the City, the Engineer in charge of the Project,
utility companies and persons of the contracting firm or firms who will have direct
responsibility for workmanship and/or materials used on the Project. The
conference will disclose all aspects for execution and schedule of the Work.
Agreement on any and all questionable measurements, materials, methods or
other matters shall be made at this conference.
Contractor shall submit the following at the preconstruction conference:
Critical path phasing plan and schedule, which details all controlling
operations. This shall be submitted a minimum of one (1) week before
the pre-construction conference.
General project contact information including emergency contacts
Subcontractor list (discussed under Section 3 of these Special Conditions)
Material supplier list
Shop drawings
Traffic Control plan
9. CONSTRUCTION MEETINGS: Contractor shall be required to attend weekly
construction meetings scheduled for 8:00 a.m. on Wednesdays at Golden Valley
City Hall. Contractor shall also be required to attend weekly meetings with
business representatives to discuss upcoming work, access needs/changes, etc.
Contractor must submit the following at each meeting:
A two-week Critical Path schedule of work bar graph/Gantt chart showing
the two-week work plan
The overall project schedule
Erosion Control Inspection Forms (see Erosion & Sedimentation Control
Section in these Specifications)
Written documentation of performed street sweeping (see Erosion &
Sedimentation Control Section in these Specifications)
A written request for any extra work
The Project Schedule information will be included in a newsletter distributed to
property owners in the Project area updating them of the progress and expected
construction sequencing. Failure to submit an approved, detailed Critical Path
Schedule as required shall result in the City withholding any monies due.
In the event delays are experienced on the Project due to weather or conflicts
with private utility company facilities, Contractor’s schedule must detail extra
efforts to put the construction back on schedule.
10. SUPERVISION OF WORK: Contractor shall provide a competent, reliable
Superintendent to be present at all times when Work is in progress in accordance
with Section 1506 of the MNDOT Standard Specifications for Construction and
as modified herein.
109
SC-6
The Superintendent must be the full-time person identified in the Contractor
Questionnaire with the Proposal, and shall act as Contractor’s representative and
supervise all of Contractors and subcontractors forces through all phases of
operations of the Work. Contractor shall not replace the Superintendent without
written authorization by the Engineer.
The Superintendent shall not change with phases of the Work nor shall a
subcontractor’s superintendent act as the Contractor’s Superintendent.
Additionally, the Superintendent shall not be a working foreman of the Contractor
or subcontractor.
The Superintendent shall have the authority to represent the Contractor in all
issues that may arise during execution of the Work, and to obtain all the
equipment and manpower needed to perform the Work as outlined in the Plans
and as directed by the Engineer. All orders from the Engineer shall be directed to
the Contractor through the Superintendent.
11. EMERGENCY CONTACTS: Contractor shall provide the City, at or before the
pre-construction conference, with a list of emergency contacts. This list shall
include a telephone number to contact the Project superintendent 24-hours a day
until all of the Work is completed, as well as additional 24-hour emergency
contacts for all subcontractors.
12. RESIDENT PROJECT REPRESENTATIVE: The Engineer shall designate an
Inspector for this project. The Inspector shall have the same authority as that
specified for the Inspector in MnDOT Specification 1510 and the General
Conditions of these Specifications. The Contractor must direct all requests for
extra compensation, or changes in scope or character of the Work through the
Inspector to the Engineer. Failure to direct such initial requests may be cause for
rejection of the request.
In order to ensure all communication to property owners on this project is uniform
and complete, Contractor shall direct all communication to the City.
Contractor shall, however, be responsible for disseminating daily construction
notices, or other communication as directed by the Engineer, to the property
owners on a daily basis indicating construction operations and access conflicts.
Failure to disseminate such information, as directed by the Engineer, shall be
cause for the City to withhold all compensation due.
13. SITE CONDITIONS: Contractor shall be required to keep the Project site in a
clean, orderly condition at all times. Littering of cans, bottles or other
garbage/debris will not be tolerated. Contractor shall submit a plan to the
Engineer for approval, for debris and waste disposal within the Project area. It
shall include, but not be limited to, providing a dumpster for debris and waste
materials.
No removal items, spoil or aggregate piles will be allowed within rights-of-way
overnight except by express, written consent of the Engineer. In the event piles
are left in the rights-of-way at the end of the day, the City may, at its
110
SC-7
discretion and without prior notification to Contractor, remove all piles with
its own or contracted forces. All costs associated with such removal shall
be billed to Contractor or withheld from monies due.
14. MAINTENANCE OF EXISTING CITY UTILITIES: The City has cleaned and
televised all sanitary sewer lines and storm sewer lines prior to construction.
Sanitary sewer televising videos and reports are available for download at the
following link: Golden Valley Zane Ave_Lindsay St Videos
Contractor shall be responsible for keeping all utilities clean during construction
including but not limited to gate valve stacks, utility lines, and manholes. In the
event debris is found during the post-construction televising of sewers, the
City may, at its discretion, clean all remaining sewers to be televised with
its own or contracted forces. All costs associated with such cleaning shall
be billed to Contractor or withheld from monies due.
15. CONSTRUCTION STAKING: The City, or its representative, will set
construction stakes, lines, elevations and grades for this construction as deemed
necessary by the Engineer. The stakes established by the City will constitute the
field control Contractor will use to perform the Work. It will be Contractor’s
responsibility to request any additional staking necessary to perform the Work.
Contractor’s superintendent shall notify the Inspector a minimum of 48 hours in
advance of the need for construction stakes. This advance notification
requirement must be strictly adhered to. No claims for down time or delays in
work due to Contractor’s negligence to request staking as described will be
permitted. Contractor shall be obligated to prepare the entire area to be staked
before requesting staking. Failure to prepare the area to the Engineer’s
satisfaction shall result in staking delays until the area is prepared properly. No
claims for lack of stakes or schedule delays will be considered that are due to not
properly preparing such areas.
Contractor shall be responsible for the preservation of all stakes and marks
established by the City or its consultants. If the Engineer determines that
construction stakes have been carelessly or willfully destroyed or disturbed by
Contractor or by Contractor’s lack of protection of the stakes, the cost of
replacing the stakes will be deducted from monies due Contractor.
The City will provide Contractor with written notice of violation of this Section one
time. This written notice shall serve as notice of withholding of monies due
Contractor so the City may recover its costs for failure to comply with this
requirement.
16. QUALITY CONTROL AND QUALITY ASSURANCE TESTING: Contractor shall
be responsible for quality control testing in accordance with the current Schedule
for Material Testing found on the MnDOT website
http://www.dot.state.mn.us/materials/lab.html, as amended in these
Specifications. All costs for such testing shall be included in the unit prices for
the items to be tested.
111
SC-8
All testing must be done by a laboratory experienced with the testing procedures
required by MnDOT and approved by the Engineer. Certification of such
experience shall be submitted to the Engineer at the pre-construction
conference.
Contractor shall also cooperate with the Engineer in collecting companion
samples in accordance with MnDOT Specifications to verify Contractor’s test
results. Collecting companion samples shall be considered incidental for which
no direct compensation shall be made. The City will be responsible for testing
such samples provided by Contractor at its cost. The Engineer shall contact
Contractor so he may be represented during sampling, and assist as necessary.
17. PROJECT ACCESS AND STAGING AREA: Construction traffic access to the
Project areas shall be limited to City streets being reconstructed under this
project, and federal, state and county highways and City streets as approved by
the Engineer, or as otherwise noted in the plans.
The use of other non-designated routes shall be cause for ticketing. This
requirement shall not waive Contractor’s obligation to comply with existing
statutes, local ordinances, or any other existing laws; nor shall it waive the
governing authority from assigning penalty for violating such statutes, ordinances
or laws.
Construction staging area to be submitted and approved by the City. This
requirement shall not waive Contractor’s obligation to comply with existing
statutes, local ordinances or any other existing laws; nor shall it waive the
governing authority from assigning penalty for violating such statutes, ordinances
or laws.
No extra compensation will be allowed for extra construction
costs due to these restrictions.
18. UTILITY CONFLICTS: In order to minimize inconvenience to adjacent property
owners and expedite the Project, Contractor shall be expected to coordinate its
efforts with the private utility companies so the Work can be done in a timely
manner. Contractor shall schedule or redirect its Work to ensure that utility
company relocates, installations and/or removals do not impede progress of the
Project. Contractor shall also coordinate all unanticipated utility relocations or
adjustments determined to be necessary to complete the Work. The City will be
responsible for costs incurred by the utility companies for unanticipated
relocations and adjustments only in cases where prior, written authorization to
perform the utility work is provided by the Engineer.
Contractor waives claims for any and all costs or damages due to alleged delay,
disruption or acceleration, and releases the City from any such claims, to the
extent the claim is due to the failure of any private utility with facilities affected by
the Project to promptly relocate, remove, or adjust such facilities.
112
SC-9
CenterPoint Energy (CPE) will be upgrading and/or replacing gas mains in the
Project area as part of this project. Contractor is expected to coordinate
construction operations with CPE so all Work can be done in a timely manner
without impeding the progress of the Project.
Utility company contacts for this Project are:
Arvig – Brian Applequist ........................................................... (218.346.5500)
AT&T – Jerry Streeter ................................................................ (612.344.3327)
CenterPoint Energy – Amir Fazlovic ......................................... (612.321.5086)
Lumen/CenturyLink, Inc. (Consultant) – Brandon Amam ......... (701.866.7952)
Comcast – McClay Lyford ........................................................ (651.925.6372)
MCI Communications (Verizon) – Andy Wood .......................... (612.919.1741)
Met Council – Manking Lee ....................................................... (651.602.4313)
Sprint – Dan Hilliard ................................................................... (612.217.3526)
Verizon – Andrew Frette ............................................................ (612.919.1751)
Xcel Energy – Dave Fitch ......................................................... (612.630.4127)
Xcel Energy (Lighting Division) – Damon Erickson ................... (651.229.2480)
Zayo Group – Steve Senger ..................................................... (612.210.8037)
It is anticipated that some facilities will be in conflict with the Work on this project
that Contractor will be expected to guard and protect these facilities. No claims
for extra compensation to perform the Work in accordance with the Plans
that are due to conflicts with in-place utilities shall be considered.
Likewise, no claim for delays due to conflicts with in-place utilities shall be
considered. (Also see Special Conditions Section 4 with regard to utility
company requirements)
19. EASEMENTS AND PERMITS: The City shall work to obtain all required
permanent and temporary easements and permits for this project with the
exception of the following:
A. The construction activities, methods and procedures used on this Project
shall comply with and be done in accordance with the General Permit
Authorization to Discharge Storm Water Associated with a Construction
Activity under the National Pollutant Discharge Elimination System/State
Disposal System Permit Program. Therefore, prior to beginning the Work,
the City and Contractor as a co-permittee will be required to obtain a permit
from the Minnesota Pollution Control Agency (MPCA). The Storm Water
Pollution Prevention Plan (SWPPP) is included in the Plan. The Contractor
shall file required construction Storm Water permit online with the MPCA
(https://rsp.pca.state.mn.us/TEMPO_RSP/Orchestrate.do?initiate=true).
The permit becomes valid one business day after Contractor submits a
completed application online. Contractor shall email the permit to the City
permit once obtained.
In addition to establishing legal accountability by the co-permittee on this
Project, the general permit shall serve to modify the Minnesota Department
of Transportation (MnDOT) Standard Specifications for Construction and all
113
SC-10
supplements thereto. All permit requirements pertaining to construction
practices, application of erosion control methods and devices, and
implementation time requirements are hereby incorporated into the
Construction Specifications by reference and are made both integral and
enforceable parts of the Contract.
The weekly inspection and maintenance requirements of said general
permit (Part IV.E) shall be the responsibility of Contractor. All site
inspections shall be completed in accordance with the requirements
specified in the permit. An inspection form will be supplied by the City. It
shall be Contractor’s responsibility to provide blank copies of the log sheet
as necessary for the life of this Contract. The active and completed
inspection forms shall be kept on the Project site in a secure, weatherproof
location, and shall be accessible by both Contractor and City personnel at
all times. This information shall also be made available to any other
interested party upon request. Contractor shall provide copies of the
previous week’s original inspection form to the Engineer at every
weekly construction meeting. The inspection form will be filed with the
Project’s SWPPP.
B. Contractor shall also obtain a City of Golden Valley Storm Water Management
Permit and a Right-of-Way Permit from the City. Contractor shall comply with
all terms and requirements of the permits. No additional permit fees or
securities will be required to obtain these permits over the Contract
Performance and Payment Bonds required in Section VI, Item 18
“Requirements of Contract Bond” of the General Conditions of this Contract.
C. Contractor shall execute UPRR’s current form of Contractor’s Right of Entry
Agreement and to comply with the requirements set forth therein. Applicable
fee shall be paid by the Contractor.
The City will obtain the following permits:
A. Erosion and Sediment Control Permit from Bassett Creek Watershed
Management Commission (BCWMC). Contractor shall be required to fulfill all
requirements and provide any bonds required of the permit.
B. Department of Health permit for water main replacement work. Contractor
shall be required to fulfill all requirements of this permit.
C. Separate Miscellaneous Work permits from MnDOT for all work on MnDOT’s
right-of-way along North from Olson Memorial Highway Service Road (HWY
55) and Lilac Drive (HWY 100). Contractor shall be required to fulfill all
requirements and provide any bonds required of the permit.
114
SC-11
D. Pipeline Crossing Agreement (water main), Pipeline Encroachment
Agreement (storm sewer), and Construction and Maintenance Agreements
(surface improvements) with Union Pacific Railroad (UPRR).
20. UNION PACIFIC RAILROAD REQUIREMENTS: The Contractor shall conform
to all Union Pacific Railroad (UPRR) requirements and associated costs,
including those described in the Pipeline Crossing Agreement (Appendix M),
Pipeline Encroachment Agreement (Appendix N), required for working in UPRR
right of way, including but not limited to:
A. Contractor shall execute UPRR’s current form of Contractor’s Right of Entry
Agreement and to comply with the requirements set forth therein. Applicable
fee shall be paid by the Contractor.
B. Contractor shall provide UPRR and the City at least thirty (30) working days
advance notice prior to working within twenty-five (25) feet of any track, and
upon UPRR’s receipt of such notice, UPRR will determine and inform the City
whether a flagman needs to be present or whether Contractor needs to
implement any special protective or safety measures.
C. Contractor shall meet UPRR insurance requirements, including Railroad
Protective Liability Insurance (RPLI), as described in the Exhibit C of the
Pipeline Crossing Agreement (Appendix M) and Exhibit C of the Pipeline
Encroachment Agreement (Appendix N). More info on RPLI can also be found
at the following link:
https://www.up.com/real_estate/rrinsurance/liability_insurance/index.htm
D. Contractor shall obtain third-party flagging and third-party construction
observation via RailPros and complete the Project and Billing form (Appendix
O) and send to: utilities.office.staff@railpros.com.
i. Pipeline Crossing (watermain) Folder Number: 03328-47
ii. Pipeline Encroachment (storm sewer) Project: 0783985
E. Contractor shall complete a separate UPRR Work Plan (Appendix Q) for both
Pipeline Crossing (Folder Number 03328-47) and Pipeline Encroachment
(Folder Number 0783985) and send to: utilities.office.staff@railpros.com.
F. Contractor shall obtain track monitoring for all work, as required in UPRR Work
Plan (Appendix Q) and UPRR’s Guidelines for Track & Ground Monitoring
(Appendix R).
G. Contractor shall complete a shoring plan, and provide shoring, as required in
UPRR Work Plan (Appendix Q) and UPRR’s Guidelines for Temporary
Shoring (Appendix S).
H. Contractor shall locate UPRR signal cables prior to construction:
a. Email the UPRR Manager of Signal Maintenance James Brenner at
jrbrenne@up.com
115
SC-12
b. Provide the depth of the casing, the MP and Subdivision given in
Exhibit A of the UPRR Agreement (Appendix M and Appendix N).
c. Ask them to reply to your email with any instructions.
I. Contractor shall call UPRR at 1-800-336-9193 to locate any buried fiber
optic cables prior to work within UPRR right of way. If fiber optic cable is
present, contractor shall coordinate with the City and the applicable
telecommunications companies for the relocation or other protection of the
fiber optic cable prior to beginning any work.
J. Contractor shall submit a UPRR call before you dig (CBUD) ticket and
forward the ticket to utilities.office.staff@railpros.com
a. UPRR CBUD:
https://www.up.com/aboutup/community/telecom/groups/index.htm
K. Contractor shall conform to UPRR safety requirements, including but not
limited to those found in UPRR Contractor Minimum Safety Requirements
(Appendix T).
L. No work of any kind shall be performed, and no person, equipment,
machinery, tools, materials, vehicles or other items shall be located,
operated, placed or stored within twenty-five (25) feet of any track at any
time for any reason except as approved by UPRR or when crossing tracks
for work outside UPRR right of way.
21. DRIVEWAY CONSTRUCTION ON PRIVATE PROPERTY: Residential
property owners with driveways disturbed as part of this street improvement
project will be given the opportunity to reconstruct their entire driveway at
contract unit prices. (No adjustments to any pay items associated with driveway
reconstruction will be permitted due to increases or decreases in quantities due
to Work on private property). The estimated quantities may not reflect all of the
proposed private driveway Work. The Engineer shall set a reasonable deadline
for residents to return their agreements, and Contractor shall be obligated to
perform all such Work as ordered by the Engineer. Contractor shall cooperate
with the Engineer to ensure timely completion of Private Driveway
Construction. Claims by the Contractor for delays caused by not receiving this
information to coincide with the Work schedule will not be allowed.
Some driveways, requested by residents to be replaced, may require the
Contractor to assume a higher degree of liability to construct than a normal
driveway, or on which the ability to achieve the required quality is not possible
(i.e., too much or not enough slope, landscaping impacts, construction along a
foundation, etc.). If Contractor deems this to be true, it may make a request to
the Engineer to remove the driveway from the Work. The Engineer shall
consider all such requests; however, the decision of whether or not the driveway
shall be included in the Work shall be at the sole discretion of the Engineer. If
the Engineer deems the driveway is within the scope of the Contract Work, the
116
SC-13
Contractor shall be obligated to perform such Work in accordance with all
Specifications herein.
Contractor shall be responsible to establish grades for all private driveways. The
City may be available, with advanced notification, per Contractor’s request to
help assist in establishing grades.
Contractor shall be required to notify the property owners 48 hours in
advance of performing work on private driveways. Failure to provide such
written notification shall result in Contractor delaying the Work until the
proper notification is provided. No claim for extra compensation to adhere to
this requirement shall be considered.
22. MEASUREMENT AND PAYMENT: Payment for all items shall be by the unit
price bid.
Items on the Proposal Form have been listed in a logical order. However, items
from any section may be used for like work on any part of this project, not only
the section they are listed under. No claims for additional compensation for use
of an item for work under a different section will be considered.
Measurement for all items not specifically described in these Specifications shall
be done in accordance with MnDOT Standard Specifications.
Contractor shall submit all final quantities to the City within one month after wear
course paving. Should Contractor’s final quantities not be submitted within the
required time, it shall be understood that the City’s Quantities for the Work are
accepted by Contractor.
Unclassified work authorized by the Engineer, will be paid for on a force account
basis according to Section VIII, Item 8 of the General Conditions.
23. TREE AND LANDSCAPE PRESERVATION: Significant care must be taken to
protect existing trees and shrubbery that the Engineer feels may be impacted by
the construction. Contractor shall meet with the Assistant City Forester
(763.593.3976) on-site to review procedures for successful protection of
trees throughout the construction process. Special care must be taken when
in close proximity to any such vegetation to prevent unnecessary cutting,
breaking, or shredding of roots; wounding or scraping of trunks; smothering of
root systems by stockpiling of construction materials or excavated materials
within their drip lines; excess foot or vehicular traffic; or parking of vehicles within
their drip lines.
Contractor shall install tree protection fencing, as directed by the Engineer in the
field. The unit price bid per linear foot shall be considered compensation in full to
place and maintain all such protection throughout the construction.
117
SC-14
Contractor shall exercise due caution to protect existing tree branches. All
branches that have been damaged by Contractor shall be properly trimmed in
accordance with National Arboriculture Standards by the end of the workday.
Contractor shall also notify the Engineer immediately of any damaged branches.
When excavating near trees, Contractor shall cut cleanly back to the soil line, all
exposed, shredded or torn roots greater than 1-½” in diameter, with proper
pruning equipment. The cost to cut roots shall be incidental for which there shall
be no direct compensation. When excavating or sloping within fifteen (15) feet of
any tree, Contractor shall coordinate all such efforts with the Assistant City
Forester. Standard excavation procedures may need to be modified for large
trees that have their trunks closer than five (5) feet from the excavation or sloping
limits.
Contractor shall be required to provide protection to all exposed oak tree roots
that are cut prior to July 1. Contractor shall have on-site an approved wound
dressing to be applied to freshly cut root ends immediately (within 10 minutes)
after excavation to prevent oak wilt infection. Wound dressing will not be
permitted for any other situation other than oaks damaged by construction before
July 1. Contractor shall coordinate all such work with the Assistant City Forester.
24. RESPONSIBILITY FOR DAMAGE CLAIMS (1714): The provisions of MnDOT
Specification 1714 are supplemented as follows:
Contractor must have the City of Golden Valley, and Short Elliott
Hendrickson Inc. named as additional insureds on any insurance
coverage Contractor is required to provide.
25. MOBILIZATION (2021): The lump sum for mobilization is to include all aspects
of work in accordance with MnDOT Specification 2021, for the base bid. No
measurement for Mobilization shall be made for Bid Alternates A or B.
26. CLEARING AND GRUBBING (2101): In an effort to minimize tree removals,
Contractor shall be obligated to remove trees at any time throughout the duration
of the Work. Contractor’s bid price shall take into consideration multiple
mobilizations. Contractor shall notify the Engineer of any trees he/she feels
must be removed to complete the Work as specified. The Engineer may wait
until all subgrade correction and/or sloping near such questionable trees is
complete to determine the necessity of removals. No claims for extra
compensation shall be considered due to Contractor’s compliance with this
requirement. Clearing and grubbing shall be performed in accordance with the
provisions of MnDOT Section 2101, and the following:
The Engineer shall mark all trees, shrubbery and other items designated for
clearing and grubbing, after grade stakes have been established. Only those
trees and items as marked may be removed. Any items removed or
damaged by Contractor not marked for removal will be Contractor’s
responsibility to replace at its sole cost. All replacement items must be
approved by the Engineer. Only the Engineer or his designate is
118
SC-15
authorized to mark trees, brush or shrubs for any purpose or in any
manner. In addition, Contractor shall ensure that trees/landscaping not
designated for removal are not damaged, marked or defaced in any way.
Grinding of stumps may be allowed with approval from the Engineer.
All trees cleared and grubbed shall be promptly disposed of off the site with
no additional compensation. Disposal must be in accordance with all county
and state disposal requirements. Contractor shall not leave removed trees,
stumps or debris on the Project site overnight.
Measurement for clearing and grubbing trees shall be the individual tree,
or by the acre, as specified in the Plans or as directed by the Engineer.
Payment for clearing and grubbing trees under these items is for trees four
(4) inches in diameter and larger (measured at a point 24-inches above
the ground) only, and shall be considered compensation in full to remove
each tree and stump as directed by the Engineer. Removal and disposal
of all trees, brush and shrubs smaller than four (4) inches in diameter shall
be considered incidental for which no direct compensation shall be made.
No claims shall be considered for extra costs due to size for clearing
and/or grubbing trees or shrubs as directed by the Engineer. Trees,
stumps, brush and shrubs the Engineer designates to be removed in
conjunction with private driveway construction, as part of this project, shall
be performed and compensated for in accordance with this Specification.
Once the Engineer marks trees and shrubs for removal, Contractor shall
promptly remove such items and dispose of them off the Project area.
27. REMOVALS AND SALVAGES (2104): The unit price bid for all items
designated for removal shall include disposal at a site selected by Contractor and
approved by the Engineer. Items designated to be removed must be loaded and
taken from the Project area as they are removed. In no case will removal
items be allowed to remain on the Project overnight without written
consent of the Engineer. Failure to comply with this requirement may result in
the City withholding all money due until removal items have been disposed of off
the Project.
Residents with driveways disturbed as part of the Work will be given the
opportunity to replace their entire driveways in conjunction with the Project.
Removals of bituminous or concrete driveway pavement shall be compensated
for under the unit price bid for the type of pavement removed, and shall be
considered compensation in full for such Work as directed by the Engineer. No
claims for extra compensation or unit price adjustment will be considered due to
increased or decreased quantities for private driveway work.
Contractor shall be required to remove all pavement against building
foundations, panels or existing retaining walls by hand to prevent damage
to the in-place structure. All such extra equipment and labor, including but not
limited to, jackhammers, compressors, etc., shall be considered incidental to the
unit price bid for such removal.
119
SC-16
Contractor shall salvage all items designated to be reused on this project as
directed by the Engineer. The City has no areas contiguous to the Project for
stockpiling salvaged bituminous pavement or crushed concrete pavement. Items
damaged by the Contractor that are designated to be salvaged shall be
replaced at the Contractor’s expense.
If there are existing mailboxes that must be removed to construct the Project,
Contractor shall salvage and reset them at the end of the Project. During the
Project, Contractor must provide a temporary bank of mailboxes to allow mail
delivery by the U.S. Postal Service. Contractor shall coordinate the temporary
mailbox locations with the local post office. These locations shall also be
approved by the Engineer. The temporary mailbox bank shall be considered
incidental to salvage mailbox and support.
It shall be Contractor’s responsibility to notify the Engineer before removal of any
existing mailbox posts that are rotten and cannot be removed without damage. If
Contractor fails to notify the Engineer and the posts are damaged, Contractor
shall be responsible for repairing the damaged post at its own expense. An item
is included in this project for replacing rotted mailbox supports. Contractor shall
also cooperate with property owners to install either the support furnished by
Contractor or a support that the property owner supplies. Any mailboxes or
supports to be salvaged which are damaged during storage or replacement shall
be replaced at Contractor’s expense. Any painting/staining required, in the
opinion of the Engineer, to match original condition that is due to damage by
Contractor shall be included in the unit price bid for salvaging and replacing the
mailboxes and supports. Payment will be made on the basis of each support
post set to its permanent location regardless of the number of mailboxes on each
unit in accordance with postal requirements. No compensation will be
considered for work to temporarily set any mailbox. Contractor shall cooperate
with property owners to determine the location for final setting of mailboxes.
The unit price bid, per square yard, to Remove Bituminous Pavement, regardless
of existing pavement thickness (see chart in plan for existing bituminous
thickness) shall be considered compensation in full to remove the full depth of all
bituminous from the roadway (including bituminous curb), as directed by the
Engineer. Contractor shall dispose of the material at no additional cost in
accordance with all applicable rules and regulations. The contractor may choose
to reclaim the full depth of bituminous pavement with underlying granular material
for reuse on this project as directed by the Engineer. The reclaimed bituminous
pavement can be used to cap select granular borrow to provide a drivable
surface.
Bituminous pavement designated to be removed (driveways, bituminous curb,
and small miscellaneous bituminous pavements), shall be disposed of by
Contractor at a site selected by Contractor and approved by the Engineer.
The unit price bid, per square yard, to Remove Concrete Pavement (Crush &
Salvage for Temporary Stabilization), regardless of existing pavement thickness
120
SC-17
(see chart in plan for existing concrete thickness) shall be considered
compensation in full to crush the full depth of all concrete from the roadway
(including integral curb) and remove any reinforcement that may be present.
Concrete pavement shall be crushed on site, as directed by Engineer, for reuse
to cap select granular borrow to provide a drivable surface. Placement and
maintenance of crushed concrete to cap select granular borrow, as
directed by Engineer, shall be considered incidental to the unit bid price to
Remove Concrete Pavement (Crush & Salvage for Temporary Stabilization).
Contractor shall provide suitable means to provide dust control during crushing
operations, as directed by the Engineer and in accordance with Minnesota
Pollution Control Agency’s (MPCA) Fugitive Dust Emissions Management and
Best Practices. The contractor shall be required to submit to the Engineer a
Fugitive Dust Control Plan prior to any crushing operations. In addition,
contractor shall apply water to temporary stockpiles to control dust, as directed
by the Engineer. Crushing operations shall not take place adjacent to residential
properties, within 100 feet of the railroad track, or in locations as directed by the
Engineer. In the event there is excess crushed concrete pavement, the Engineer
will direct Contractor to use as additional granular base material or to dispose of
it off the Project. Contractor shall dispose of the material at no additional cost in
accordance with all applicable rules and regulations. In order to maintain
temporary vehicle access during construction, concrete pavement shall be
removed half at a time on each street as needed to replace existing water main.
Contractor shall dispose of the material at no additional cost in accordance with
all applicable rules and regulations. No payment for additional mobilizations to
remove concrete pavement in phases will be made.
The unit price bid for Remove Bollards shall be considered compensation in full
to remove bollards and bollard foundations in conformance with the plans and as
directed by the Engineer.
The unit price bid for Remove Landscape Mulch shall be considered
compensation in full to remove landscape mulch materials in conformance with
the plans and as directed by the Engineer and disposed of offsite by Contractor.
Measurement shall be made by area, in square feet, of mulch material removed.
The unit price bid to Salvage Modular Block Retaining Wall shall be considered
compensation in full to salvage the existing modular block wall, including
foundation blocks, for reuse on this project. The measurement shall be based on
the actual linear footage, measured across the face of the wall, acceptably
salvaged. Contractor shall be responsible for replacing any damaged blocks with
matching blocks of the same manufacturer color necessary for rebuilding the
walls.
The unit price bid to Salvage Concrete Pavers (Driveway or Walk) shall be
considered compensation in full to salvage pavers for driveway or sidewalk, for
reuse on this Project. Contractor shall offer any extra pavers to the resident.
Contractor shall be responsible for replacing any pavers damaged during
construction with matching blocks of the same manufacturer and color necessary
121
SC-18
for rebuilding them, at no additional cost to the Owner. The measurement for
Salvage Concrete Pavers (Driveway or Walk) shall be based on the actual area
in square feet of undamaged pavers removed from the Work.
The unit price bid per linear foot to Salvage Chain Link Fence shall be
considered compensation in full to remove the existing footings (if present),
vertical support posts and fencing materials for reuse on this project as directed
by the Engineer. The measurement shall be based on the actual linear footage
acceptably removed, measured horizontally across the face of the fence,
including support posts. Contractor shall be responsible for replacing any
damaged components with matching components of the same manufacturer or
finish and color necessary for reinstalling the fence.
The unit price bid to Salvage Landscape Items (inclusive of brick/rock edging,
boulders etc.) shall be compensation in full for all materials, equipment and labor
to salvage such items for reuse on this Project. Items designated to be salvaged
that are damaged by Contractor shall be replaced with new items at Contractor’s
expense. Excess salvaged items shall be offered to the property owner adjacent
to the Work. If the property owner does not want the excess salvaged items, it
shall be Contractor’s responsibility to dispose of such items at a site selected by
Contractor and approved by the Engineer with no additional compensation.
The unit price bid for Salvage Sign (Type C or Special) shall be considered
compensation in full to salvage and protect all signs in conformance with the
plans and as directed by the Engineer. Existing street name signs shall be
salvaged to the City of Golden Valley as directed by the Engineer.
The unit price bid for Remove Sign, Type C, shall be considered compensation in
full to remove signs in conformance with the plans and as directed by the
Engineer.
The unit bid prices for Remove Water Main Pipe and Remove Water Service
Pipe shall also include the removal of water main fittings including, but not limited
to, tees, bends, and elbows.
The unit bid price for hydrant removal shall be considered compensation in full to
remove hydrants and store in an area designated by the Engineer for 48 hours to
allow city staff to remove parts from the hydrants before they are removed.
The unit bid price for hydrant marker removal shall be considered compensation
in full to remove and dispose of hydrant markers from existing hydrants specified
for removal.
The unit bid price to remove gate valve shall be considered compensation in full
to remove all sizes of gate valves inside a gate valve manhole. Removal of the
gate valve manhole shall be paid for under a separate bid item.
122
SC-19
The unit bid price to remove the gate valve and box shall be considered
compensation in full to remove all sizes of gate valves, including hydrant auxiliary
valves.
The unit bid price for salvaging casting frame and cover shall be considered
compensation in full to salvage all sanitary sewer manhole castings and covers.
Salvaged covers will be reinstalled on new manhole casting frames (paid for
under separate bid item) and salvaged casting frames shall be stockpiled as
directed by the Engineer for pickup by City staff.
28. SAWING CONCRETE AND BITUMINOUS PAVEMENT (2104): Sawing
concrete and bituminous pavements shall be compensated for at the unit price
bid for actual length of pavement sawed.
Sawing shall be paid for one time only. Contractor shall be required to take all
precautions necessary to ensure that pavement is removed cleanly along all saw
cut joints. Any re-sawing of bituminous or concrete pavements deemed
necessary by the Engineer shall be done at Contractor’s expense.
Sawing at curb replacement locations shall be incidental to curb removal and will
not be measured and paid for separately under this item.
Bituminous saw cuts at match points with existing pavements shall be performed
immediately prior to placement of bituminous wear course.
See table in plan for existing pavement thicknesses observed during soil borings.
Contractor shall be required to saw cut bituminous pavement for UPRR to
perform crossing panel replacement, as directed by the Engineer.
Concrete dust shall be swept up and slurry created by wet-sawing shall be
cleaned up, as directed by engineer, immediately after sawcutting concrete
pavement, driveways, walks, curbs or other panels.
29. EXCAVATION AND EMBANKMENT (2106): The excavation and embankment
shall be constructed in accordance with the Provisions of Section 2106, MnDOT
Specification, except as modified herein.
Depth of actual subcut shall be determined in the field by the Engineer. In
order to facilitate efficient determination of actual subcut depth, Contractor shall
be obligated to dig test holes ahead of its excavation operation so the Engineer
may determine actual subcut depths. Contractor shall notify the Engineer at
least 48 hours in advance of the excavation to schedule the Work. Extra
compensation for delays caused by Contractor’s failure to schedule the Engineer
as described shall not be considered. Contractor shall provide all equipment and
labor to dig test holes at its expense. Contractor shall also be responsible for
determining that test hole sites are clear of utilities before excavation.
123
SC-20
The geotechnical report for this project is included in the Appendix.
A. Excavation-Common: Excavation-Common shall be considered as all
excavation required, including but not limited to, construction of the
roadbeds, driveways, walks, trails and stripping topsoil prior to
construction of embankments, as shown in the Plans and/or as
determined necessary by the Engineer.
No claims for additional compensation above the unit price bid shall be
considered, regardless of subgrade soil type or depth of subcut required.
Contractor shall be responsible for disposal of all excavated materials
and shall be required to salvage and reuse all suitable soils encountered
within the excavation. Suitable materials include material free of
contamination, rocks and debris. The Engineer shall determine the
suitability of excavated soils from the excavation for reuse on the Project.
The cost of such salvaging, placement and compaction shall be included
in the unit price bid for excavation of such soils.
The basis of payment for Excavation-Common shall be by excavated
volume as determined by cross-sectional measurement, average
end area method.
Contractors shall be advised the actual depth of excavation and backfill
will be determined in the field.
Excavation-Subgrade: Excavation-Subgrade shall be considered as
roadbed excavation below the depth indicated in the Plans, as directed by
the Engineer.
B. Select Granular (2106): Select Granular Borrow shall conform to the
requirements of MnDOT Specification 3149.2B, except as herein amended:
Maximum particle size shall be four inches. Not more than 5% of the
material passing a one-inch sieve may pass a #200 sieve. The unit
price shall include all installation, grading, compacting and any other work
necessary to conform to the Plans.
Compaction shall be in accordance with the Standard Proctor Specified
Density Method unless specifically noted otherwise.
Contractor shall give the Engineer notification of borrow site two
weeks prior to the use on the Project. Contractor shall provide
gradation testing performed by a party acceptable to the Engineer,
for all materials under this pay item and in accordance with the
Schedule for Materials Control. All testing shall be at the rate specified
in the Materials Testing Schedule. Contractor shall schedule with the
Engineer times for sampling the granular borrow so the Engineer may be
present. Measurement and payment will be measured on a per ton
installed basis. Contractor must provide accurate scale tickets. No
124
SC-21
requests for measurement by any other means will be considered. In
addition, Contractor will not be allowed to set up a portable scale to
comply with this requirement. All tickets must come from a
permanent scale approved by the Engineer.
Contractor must submit all scale tickets for this item to the Engineer
no later than noon of the day following delivery to the Project. At
Engineers discretion tickets that are not provided within the time
specified may not be accepted for payment.
C. Test Rolling/Compaction: Contractor shall not be allowed to place any
aggregate base until the subgrade has been approved by the Engineer.
Test rolling shall meet the requirements of MnDOT Specification 2111.
Contractor shall furnish a test roller to verify adequate consolidation of all
subgrade soils. Any visible deflection of the subgrade shall be considered
unacceptable, and the Engineer will require Contractor to take corrective
measures to obtain a consistent, stable subgrade. Compaction of all of the
subgrade shall be in accordance with MnDOT Specification 2106.3.G.1,
Specified Density Method. Compliance will be based on Standard Proctor
Densities. No additional compensation shall be considered to obtain
specified densities in accordance with the Specifications. Test rolling shall
be considered incidental for which there shall be no direct compensation.
All costs to excavate and compact in-place subgrades to specified densities
shall be included in the unit price bid for Common Excavation.
The Plans show the approximate construction limits defined by the street
excavation and embankments. They do not represent construction limits
in areas of water, sewer or utility construction. Contractor shall keep the
construction within the grading limits to the extent possible. The Engineer
will direct Contractor to grade outside of the limits shown when necessary.
Contractor shall provide such grading with no additional compensation.
Restoration shall be paid at the unit prices for such restoration.
30. GEOSYNTHETIC CONSTRUCTION MATERIALS (2108): The geosynthetic
construction materials shall be constructed in accordance with the Provisions of
Section 2108, MnDOT Specification, except as modified herein.
A. Geotextile Fabric: The unit price bid per square yard shall be compensation
in full for equipment, material and labor to install each type of geotextile
fabric specified in accordance with the Engineer’s and manufacturer’s
recommendations.
The geotextile fabric for roadbed stabilization, Type V, shall meet the
requirements of MnDOT Specification 3733 for the type specified.
Edges shall be overlapped and sewing will be required. Type V fabric
shall be installed (rolled) perpendicular to the street centerline. All fabric
shall be lapped and stitched with double “J” stitch for Type V. Seams shall
have two (2) lines of stitching over the overlapped material. The stitched
125
SC-22
seam shall meet the same minimum strength requirements as the fabric on
which the seam is constructed. The fabric shall be placed flat and hand-
stretched to pre-tension the fabric. Certification of seam testing shall be
provided to the Engineer.
Measurement shall be made on the actual square yards placed excluding
overlap and stitched seams. Sewing will be considered incidental
31. AGGREGATE SURFACING (2118): Aggregate Surfacing Special (3” Minus
Limestone) shall be constructed in accordance with the Provisions of Section
2118 of MnDOT Specifications except as modified herein. The aggregate
material shall be compacted in accordance with MnDOT Specification
2211.3.D.2.b, Quality Compaction Method. Imported material will be measured
on a per ton installed basis, based on weight tickets from a certified scale.
Aggregate Surfacing Special shall be used for temporary driveways, entrances,
or other temporary surfaces, as directed by the Engineer. The unit bid price per
ton includes furnishing, placing and compacting aggregate for temporary access
during construction, maintaining aggregate surfacing as directed by engineer
during construction, and excavating, hauling/disposal off-site. Contractor shall
dispose of the material at no additional cost in accordance with all applicable
rules and regulations.
Aggregate surfacing for temporary access, as described above, shall be
constructed a minimum 8” thick, or as directed by engineer.
The material shall consist of crushed limestone or recycled concrete but not
bituminous asphalt and shall meet the gradation as shown in the following table.
Contractor shall provide product source and certification that supplied material
meets below gradation requirements.
Sieve Percent Passing (%)
3-inch 100
2-inch 90-60
1-inch 80-45
¾-inch 55-30
#200 3-12
32. CONTAMINATED AND DEBRIS-IMPACTED SOIL: Although the City is not
aware of buried debris or contamination on the Project, Contractor should be
aware that debris and/or contaminated materials may be encountered in any
excavation.
In the event Contractor suspects that contamination is present on the Project
(organic vapor detector readings above background, staining or discoloration,
debris-rich fill, or olfactory evidence), Contractor shall stop Work and
IMMEDIATELY NOTIFY THE ENGINEER. The Engineer shall be responsible
for notifying the necessary regulatory agencies and other necessary parties.
126
SC-23
Contractor shall be prepared to stop work at the suspected contaminated
or debris-impacted site for a minimum of 72 to 96 hours after notifying the
Engineer to allow time to test for actual contamination and/or extent of
debris in the soil. The City’s Environmental Consultant shall collect
samples of the suspect material for characterization. No suspect material
shall be removed from the site or moved from its position at the time of
discovery without the Engineer’s approval. No claims for costs for
interrupted progress shall be considered.
A. Contaminated Soil
The soils shall be considered contaminated if laboratory results indicate
the contamination concentrations exceed the applicable risk or health
based cleanup criteria established by the State of Minnesota or U.S.
Environmental Protection Agency. If the soils are determined to be
contaminated the City’s Environmental Consultant shall work with the
appropriate regulatory agency to develop project specific cleanup goals.
When the excavation resumes at a contaminated or potentially
contaminated site, the City’s Environmental Consultant shall conduct field
monitoring to identify the materials that are to be managed as
contaminated. The Engineer shall direct Contractor on the appropriate
management of the contaminated soil.
Said material may be stockpiled, reused within the Project, or hauled off-
site for treatment as directed by the Engineer and in accordance with the
Project-specific cleanup goals. Reuse and stockpiling of said material are
limited to areas within the Project limits and must meet the guidelines
included in the MPCA Best Management Practices for the Off-site Reuse
of Unregulated Fill (MPCA, February 2012) and Managing Petroleum
Contaminated Soil at Public Works Projects (September, 2008).
B. Debris-Impacted Soil
The material shall be considered debris-impacted if the amount of debris
in the soil exceeds 5% by volume as verified by the Engineer. The
Engineer will verify by “Charts for Estimating Proportions of Mottles and
Coarse Fragments” Munsell Soil Handbook, 2000 Edition. If the soils are
determined to be debris impacted, the City’s Environmental Consultant
shall work with the appropriate regulatory agency to develop project
specific cleanup goals.
When the excavation resumes at a debris-impacted site, the City’s
Environmental Consultant shall conduct field monitoring to identify the
materials that are to be managed as debris-impacted. The Engineer shall
direct Contractor on the appropriate management of the debris-impacted
material. With the approval of or under the direction of the Engineer,
Contractor may be required to separate debris from the soil to meet the
127
SC-24
5% by volume guideline. Contractor will be required to reasonably sort
debris from soil in an effort to minimize disposal at the landfill.
When the excavation in the area where contaminated and/or debris-impacted
soils are located is complete, Contractor shall permit the City to collect samples
from the bottom and sidewalls of the excavation. Soils shall not be excavated
beyond the limits shown on the cross-sections in the Plan, or as approved unless
directed in writing by the Engineer.
Contractor shall be obligated to comply with all applicable safety regulations
imposed by federal and state law for handling pollutants, contaminants, or
hazardous substances, wastes or materials, including but not limited to,
29 C.F.R., Part 1910, and all subsequent revisions thereof.
Contractor may be required to temporarily stockpile contaminated or debris-
impacted soil on the Project site or at a City-owned location within the City (only
as directed in writing by the Engineer). Excavated materials with different
physical characteristics (i.e. contaminated soil for off-site disposal, contaminated
soil for on-site reuse, debris, etc.) will be segregated into separate stockpiles.
Contaminated or debris-impacted soil shall be stockpiled on an impervious
surface or reinforced plastic a minimum of 10 mils thick. Contractor shall cover
contaminated soil stockpiles with 10-mil reinforced plastic and securely anchor it
from wind using sandbags, clean soil or an Engineer-approved alternative. Any
maintenance or recovering of stockpiles due to lack of adequate anchorage shall
be at Contractor’s expense. If the Engineer deems it necessary, the Contractor
shall surround the stockpile with fencing to provide extra security. Once
established, stockpiles shall not be disturbed, moved or combined except as
directed by the Engineer.
The City reserves the right to retain responsibility to manage the disposal of soils
determined to be unfit for use on the Project due to contamination or debris.
Suspect material that has been characterized and does not meet either
contaminated or debris-impacted criteria shall be Contractor’s
responsibility to manage under the General Excavation provisions with no
additional expense to the City.
The City advises Contractor to coordinate for a secondary disposal site for
soils containing debris below the established levels. The City reserves the right to
hire a different contractor for this operation if an agreement regarding extra work
compensation for contaminated and/or debris impacted soils cannot be
established.
If directed by the Engineer, Contractor shall haul contaminated or debris-
impacted materials to a permitted treatment facility consistent with state and local
requirements. The method of treatment shall be approved by the Engineer and
be in accordance with the approved project-specific cleanup goals. Contractor
shall complete all necessary permits and applications for the treatment facility.
Contractor shall certify to the Engineer within 30 days of completion of soil
128
SC-25
treatment that the soil has been treated/disposed as approved by the Engineer.
Contractor shall provide copies of all treatment facility applications, permits,
approvals and disposal manifests to the City and Engineer.
Handling, stockpiling and disposal of contaminated and debris-impacted
materials shall be considered Unclassified Work. The City shall compensate the
Contractor for such Unclassified Work, as specified by the Engineer, at a rate of
the actual cost, plus 10 percent (10%). Contractor shall submit detailed records
of the actual cost incurred for such removal, stockpiling and disposal. Contractor
shall separate contaminated and debris-impacted materials from non-
contaminated soil to the extent deemed practical by the Engineer. Unclassified
Work for this section shall be limited to work over and above the costs Contractor
would have experienced to excavate and remove the soils per the Contract.
33. WATER USE ON PROJECT (2130): Project related water use for compaction,
dust control, sod, and landscaping shall be considered incidental. Should the
Engineer deem that additional water must be used on the Project; Contractor
shall provide the water within two (2) hours of notification by the Engineer.
Contractor will not be charged for any project related water use. However, to
receive permission to take water from hydrants, Contractor shall be required to
obtain a meter from the City Utilities Maintenance Department (763.593.3962).
The meter requires a one thousand eight hundred dollar ($1,800.00) deposit,
which will be refunded when Contractor returns the meter in good condition.
Contractor shall identify specific hydrants he/she wishes to take water from
during construction and obtain approval from the Engineer. Only hydrants
approved by the Engineer will be available for use by Contractor.
34. AGGREGATE BASE (2211): The Class 5 Aggregate Base shall be constructed
in accordance with the Provisions of Section 2211 of MnDOT Specifications. The
aggregate base shall be compacted in accordance with MnDOT Specification
2211.3.D.2.a , Specified Density Method. Imported material will be measured on
a per ton installed basis, based on weight tickets from a certified scale.
Contractor may use Class 5 Recycled Aggregate on this Project. If recycled
aggregate is used, Contractor shall be responsible for providing testing
certification for all recycled aggregate used. Contractor shall provide
documentation of product source and certification that recycled aggregate meets
all requirements for Class 5 (MnDOT Specification), including the percent
crushing. Testing documentation shall be performed by a testing agency
approved by the City. The rate of testing shall be as follows:
The first test shall be performed before use on the Project, and thereafter one
test every 2,000 tons used.
35. DRILL AND GROUT REINFORCEMENT BAR (EPOXY COATED) (2301): This
work shall consist of drilling, grouting, and inserting No. 4 x 12-inch-long epoxy
129
SC-26
coated reinforcement bars in accordance with the provisions of MnDOT 2301 and
the following:
Measurement will be by the number of epoxy coated reinforcement bars that are
furnished, installed, and grouted in place as specified. Payment will be under
Item 2301.602 (Drill and Grout Reinforcement Bar (Epoxy Coated)) at the
Contract bid price per each, which shall be payment in full for all work included
under this section.
36. JOINT ADHESIVE (MASTIC) (2331): This shall consist of furnishing and
placing Joint Adhesive (Mastic) as specified in accordance with the following:
This work is the application of a hot-applied modified asphalt used as an
adhesive on a cold longitudinal construction joint for hot mix asphalt (HMA)
pavements. The material shall be applied to the face of the concrete gutter pan
immediately before the bituminous wear course is installed. The engineer shall
determine if this item is to be installed prior to paving the wear course. If the
engineer directs the Contractor that the joint adhesive is not to be installed, the
contractor will not be paid for this item.
Provide joint adhesive as specified in Table 1.
Table 1. Joint Adhesive Specifications
TEST SPECIFICATION
Brookfield Viscosity, 204°C [400°F] ASTM D 3236 4,000-10,000 cp
Cone Penetration, 25°C [77°F] ASTM D 5329 60-100 mm
Flow, 60° [140°F] ASTM D 5329 5 mm maximum
Resilience, 25°C, [77°F] ASTM D 5329 30% minimum
Ductility, 25°C, [77°F] ASTM D 113 30 cm minimum
Ductility, 4°C, [39.2°F] ASTM D 113 30 cm minimum
Tensile Adhesion, 25°C, [77°F] ASTM D 5329 500% minimum
Softening Point STM D 36 77°C [170°F] min.
Asphalt Compatibility ASTM D 5329 Pass
Apply joint adhesive ONLY when the pavement surface temperature is
10°Celsius [50°Fahrenheit] and rising or as directed by engineer.
Use a jacketed double boiler type melting unit, with both agitation and
recirculation systems. Provide a pressure feed wand application system. If
necessary, use a hot air lance with propane and compressed air in combination,
capable of heating air at the exit orifice to 982°C [1800°F] and a discharge
velocity of 914 m/sec [3000 feet per second].
Submit a copy of the manufacturer’s recommendations for heating and re-heating
material, and for applying the joint adhesive material. Do not remove the joint
adhesive from the package until immediately before it is placed in the melter.
Use clearly marked boxes with the name of the manufacturer, the trade name of
130
SC-27
the adhesive, the manufacturer’s batch and lot number, the application/pour
temperature, and the safe heating temperature. Feed additional material into the
melter at a rate equal to the rate of material used.
Furnish a production data sheet for each melter on the Project. Include the
manufacturer’s melting/heating rate in pounds per hour to application/pour
temperature. Also include the conditions under which the rate of melting/heating
sealant to application/pouring temperature was determined. Provide automatic
thermostatic controls and temperature gauges to monitor the temperature of heat
transfer oil in the kettle jacket. No payment will be made for material placed in
excess of 110 percent of the melter’s capacity, based on the manufacturer’s
melting rating and the actual number of hours worked.
Furnish, for City’s use, an infrared temperature-measuring gun accurate to 1°C at
204°Celsius [1°Fahrenheit at 400°F]. Check the pouring temperature of the
adhesive, at least once per hour, at the point of discharge. Stop production if the
adhesive falls below the recommended application/pour temperature. If the
adhesive temperature at the point of discharge exceeds the maximum safe
heating temperature, empty the melter and dispose of the adhesive in an
environmentally safe method. No payment will be made for this material or its
disposal.
Do not mix different manufacturer’s brands or different types of adhesives.
The joint face must be clean and dry. If necessary, use a heat lance. Apply the
joint adhesive material over the entire face of the top lift, cold longitudinal edge of
a HMA pavement where and adjacent HMA pavement will be constructed. Apply
a band approximately 3 mm [1/8”] thick. The use of an application shoe attached
to the end of application wand is recommended. Do not overlap the joint by
greater than 12.5 mm [1/2”] at the top of the joint and 50 mm [2”] at the bottom of
the joint. Apply the joint adhesive, at the point of discharge, above the
recommended pour temperature of 193°Celsius [380°Fahrenheit] and below the
safe heating temperature of 210°Celsius [410°Fahrenheit]. Apply the joint
adhesive immediately in front of the paving operation. If the adhesive is tracked
by construction vehicles, repair the damaged area and restrict traffic from driving
on the adhesive.
Contractor is responsible for all the quality control (QC) sampling and testing.
Provide material certification and quality control test results for each batch of
adhesive used on the Project. The adhesive must meet all requirements in
Table 1. Provide 2 sample boxes for each lot of adhesive used on the Project,
for field sampling. Each sample box shall hold 2.3 kg [5 pounds] of adhesive.
Provide Teflon or Silicone-lined boxes.
The Engineer is responsible for all quality assurance (QA) sampling and testing.
Acceptance of the adhesive material is based on certification and quality control
results, provided by Contractor, that adhesive meets the requirements in Table 1.
131
SC-28
Use field samples to verify that the delivered adhesive meets the requirements.
Take a sample, on the first day of production, from the application wand, during
the first 20 minutes of placing adhesive from each melter on the Project. Each
sample shall consist of two, Teflon/Silicone lined boxes each containing 2.3 kg
[5 pounds] of adhesive. Label the two sample boxes with the: Project number,
date, time, location, adhesive temperature, manufacturer, and lot number.
Number each box one of two, or two of two. Take one sample for each lot of
adhesive used on the Project. City may conduct additional sampling and testing.
If a field sample fails to meet any of the requirements in Table 1, the Work
completed with the material from the lot that the field sample represents, shall be
subject to a reduction in the Contract unit price equal to ten percent for each
failing property.
Joint Adhesive shall be measured by the linear foot. Payment for the accepted
quantity of joint adhesive at the Contract Price of measure will be compensation
in full for all costs of furnishing and applying the material as specified.
37. PLANT MIXED BITUMINOUS MIXTURES (2360): All bituminous mixtures shall
be in conformance with MnDOT Specification 2360, except as modified or
supplemented herein.
Bituminous mixtures to be used on this Project shall be Superpave mixtures as
shown below. Refer to Plans for locations of each mix type.
1. Wearing Course: Type SP 9.5 Wearing Course Mix (4,F)
2. Non-Wearing Course: Type SP 12.5 Non-Wearing Course (2,C)
3. Bituminous Mixture for
Driveways & Trails:
Type SP 9.5 Wearing Course Mix (2,C)
Contractor shall submit Q/C testing for Class B aggregates included in mix
designs based on the following schedule:
1. For every 5,000 tons of bituminous mixture placed on the Project, or for
mix placed 30 days after the previous submittal, perform and submit the
following Q/C testing from Class B stockpile:
a. Soundness Testing (ASTM C 88)
b. Loss by Abrasion and Impact (ASTM C 131)
In addition, it shall be Contractor’s obligation to ensure the top surface is closed
to the satisfaction of the Engineer. The use of coarse mixtures that do not close
to the Engineer’s satisfaction shall not be permitted.
Compaction shall be obtained in accordance with MnDOT Specification
2360.3.D.2, Ordinary Compaction. Contractor shall have a certified person,
approved by the City, with calibrated nuclear testing equipment to verify roll
patterns achieve maximum density.
132
SC-29
Design of all mixtures used on this Project shall be approved by MnDOT, and mix
certification documentation of such shall be provided to the Engineer at least two
weeks prior to placement.
The unit price bid for Bituminous Mixtures for Base and Wearing courses shall be
considered compensation in full to furnish and place the asphalt in accordance
with MnDOT Specification 2360, the Plans and the Engineer except that no
incentives shall be included in the payment. Disincentives in accordance with the
Specification shall apply.
Bituminous tack coat shall be CSS-1 or CSS-1h.
For bituminous driveways that residents elect to have replaced in conjunction
with this project, the unit prices bid for common excavation, aggregate base and
bituminous driveway mixture shall be considered compensation in full to perform
such extra work as directed by the Engineer. No claims for extra compensation
will be considered. Contractor shall not be allowed to negotiate prices based on
an increase or decrease in quantities as a result of the driveway reconstruction
program.
All bituminous used in construction of driveways completely replaced shall be
placed with a paver. It shall be the obligation of Contractor to ensure all
driveways are installed with proper drainage. Failure to place the pavement with
proper drainage shall be cause for replacement. If Contractor deems that there
is not sufficient grade to ensure drainage, he shall notify the Engineer before
placement of the new aggregate base, and cooperate with the Engineer in
seeking the best alternative for replacement. In all cases, the pavement must
slope away from existing structures, and whenever possible, slope to the street.
Driveway pavements shall be placed in two lifts unless Contractor can
demonstrate to the Engineer that satisfactory results may be obtained with one
lift. The quality of workmanship of the pavement installed in this manner shall be
determined by the Engineer.
All asphalt driveways shall be completed within two weeks from the start of
the curb placement. Failure to complete the Work in accordance with this
requirement may result in the City withholding all monies due until the
Work is completed.
Any structural or surface defect of the driveway pavement which develops during
the one-year warranty period described in the General Conditions of these
Specifications, including, but not limited to, cracking, roller marks, settlement or
heaving, or open surface condition, shall be cause for rejection and replacement
of the entire driveway at Contractor’s expense. Determination of defective
materials to be replaced shall be solely made by the Engineer.
133
SC-30
The unit price bid for each mixture shall be compensation in full to place and
warrant such mixture as specified.
All turf restoration and casting adjustments, including sealing and grouting, must
be complete before the wearing course on the street may be placed.
38. PIPE BEDDING (2451): This shall consist of furnishing and placing bedding
material as specified in accordance with the provisions of MnDOT 2451 and
3149, the plan details for utility construction, and the following:
Select Granular Material (MnDOT 3149.2B) shall be used for bedding material,
and pipe foundation for water main. Granular bedding used for water main shall
be measured and paid for by the ton of granular material furnished and placed.
Any necessary excavation for pipe bedding and any disposal of excess material
related to pipe bedding shall be considered incidental for which no additional
compensation shall be considered.
39. CRUSHED ROCK FOR STABILIZATION (2451): Work shall consist of
furnishing and placing crushed rock pipe foundation material. The crushed rock
shall meet the gradation requirements set forth under MnDOT 3149.2G.2.
The crushed rock shall only be used for pipe foundation or manhole
foundation, or as directed by the Engineer. In no case will there be
compensation allowed for crushed rock used for the purpose of
dewatering. Geotextile fabric shall be measured and paid for separately.
Measurement will be made by the weight of crushed rock material
furnished and placed as specified. Payment will be made under Item
2451.507, Crushed Rock for Stabilization, at the contract bid price per ton,
which shall be payment in full for all costs incidental thereto including, but
not limited to, excavation of unstable soils to place the rock as specified.
In no case will there be additional compensation allowed for removal and
disposal of the material necessary to place the crushed rock as specified.
40. COARSE FILTER AGGREGATE (2451): The unit price bid per ton for Coarse
Filter Aggregate shall be considered compensation in full for all equipment,
material and labor to place crushed rock meeting the requirements of MnDOT
Specification 3149.2H around the perforated pipe to provide subgrade drainage,
in conformance with the detail in the Plans and as directed by the Engineer
41. CONSTRUCT BULKHEAD (2503): The unit price bid for each interior structure
repair shall be considered compensation in full to bulkhead/patch each existing
pipe opening as directed by the Engineer.
The unit price bid shall include all labor, materials and incidentals to complete the
work at locations where pipes will be abandoned adjacent to existing structures,
or as directed by the Engineer.
134
SC-31
42. PIPE SEWERS (2503): Pipe Sewers shall be constructed in accordance with the
provisions of MnDOT 2503, and the most recent version of the Standard Utilities
Specifications for Sanitary Sewer and Storm Sewer Installation, as prepared by
CEAM, except as modified below.
All joints in the reinforced concrete pipe (RCP) shall be sealed with preformed
rubber gasket type seals, in accordance with the most current version of MnDOT
Standard Plate 3006.
No construction joints are allowed for sanitary or storm sewer pipe connections.
The connection to existing sanitary sewer or storm sewer pipe item shall be to
the nearest joint. No concrete collars allowed unless otherwise approved in
writing by the Engineer.
Contractor shall be responsible for providing all dewatering by such means as
will preserve the structural stability of the trench bottom and sides and provide a
dry trench for the installation of the pipe and appurtenant structures. All such
dewatering, per the Engineer’s approval, shall be considered incidental to the
pipe and appurtenant structures for which no direct compensation will be made.
Contractor shall be responsible for flow control and bypass pumping, as
necessary, to complete sanitary sewer construction. These tasks shall be
considered incidental to pipe installation for which no direct compensation will be
made.
The unit price bid per linear foot for each size perforated and/or solid walled
Polyvinyl Chloride Pipe (PVC) drain pipe shall be considered compensation in full
for all materials, equipment and labor to construct the subgrade and sump drain
system in accordance with MnDOT Specification 2503, CEAM Specifications and
in conformance with the Plans. It shall also include installation of a green with
brown striped #12 solid copper tracer wire in accordance with the details in the
Plans. The PVC pipe shall also include installation of PVC wyes and all other
fittings, including bends and caps. The perforated PVC pipe shall include a
geotextile sock meeting MnDOT Specification 3733. The above items shall be
considered incidental. Cleanouts as shown on the Plans shall be paid for
separately.
The unit price bid for each size of sanitary PVC pipe shall include materials,
equipment and labor necessary to install sanitary sewer and/or sanitary service.
The pipe shall include the installation of a green with brown striped #12 solid
copper tracer wire in accordance with the details in the plans. It shall also include
the installation of PVC fittings including bends and caps. PVC wyes used for
sanitary sewer as shown on the plans will be paid for separately. Cleanouts as
shown on the plans shall also be paid for separately.
The unit price bid for each size sanitary and storm Cleanout Assembly shall be
considered compensation in full to construct a cleanout in accordance with the
detail in the Plans and as directed by the Engineer on either the perforated drain
135
SC-32
pipe, or the laterals that are provided for connecting to sanitary service or private
drain pipes. The unit price shall include, but not be limited to, the wye, bends,
steel post, a green with brown striped #12 Solid Copper tracer wire in
accordance with the detail in the Plans and vertical pipe extending to the surface.
The storm and sanitary cleanouts shall be constructed with SDR 35 PVC and
SDR 26 PVC, respectively. The unit bid price for each size cleanout assembly
does not include the casting assembly. The cleanout casting assembly
(McDonald 74M “A” Series) as shown in the detail shall be paid for separately.
All ductile iron pipe (DIP) shall be Class 52 (unless otherwise noted in plans) and
wrapped with polyethylene pipe encasement in accordance with the
manufacturer’s recommendations. The polyethylene for each pipe shall be
overlapped and sealed to keep the water out. The polyethylene pipe
encasement shall conform to AWWA C105/A21.5 (8-mil thickness), Class C
(Black), and be in tube form. The polyethylene pipe encasement shall be
considered incidental.
Pipe materials specific to water main and sanitary sewer construction shall be in
accordance with CEAM specifications.
The unit price bid to Connect to Existing Storm Sewer, Connect to Existing
Manholes, Connect to Existing Sanitary Sewer, and Connect to Existing Sanitary
Sewer Service shall be considered compensation in full for all materials,
equipment and labor to connect to an existing pipe sewer line in accordance with
the Plans, and as directed by the Engineer. This includes, but not limited to,
excavating, cutting the existing pipe, and securing the connection with a collar,
sleeve, or adapter as required.
Excavation and backfill in accordance with MnDOT 2503 shall be considered
incidental for pipe sewer installation, including pipe sewers to be supported on
helical piles.
Contractor shall supply an OSHA-approved trench box to minimize damage
to adjoining landscaping due to installation of pipes and appurtenant
structures. All extra costs to provide the box and install the sewer or water shall
be considered incidental for which no extra compensation shall be considered.
43. WATER MAIN CONSTRUCTION (2504): Water mains shall be constructed in
accordance with the most recent version of the Standard Utilities Specifications
for Water main and Service Line Installation, as prepared by CEAM, except as
modified below.
Water mains and appurtenances will be replaced or relocated on this
Project as shown on the Plans. Contractor shall be paid for acceptably
completed work at the unit prices bid for water main and appurtenant
items. No claims for extra compensation above the unit prices shall be
considered due to the random location for repairs or relocations, or for
over-burying of proposed water mains as shown in the Plans.
136
SC-33
Polyvinyl chloride (PVC) pressure pipe and fittings shall be used for water
main construction on this project, unless otherwise noted. The CEAM
Standard Specifications for Section 2611, “Watermain and Service Line”
installation shall govern for this work. The service line material shall be
SIDR 7 Polyethylene Pipe (PE) with compression brass fittings.
Furnishing and installing tracer wire shall be incidental to the PVC pipe
and PE service lines.
It shall be Contractor’s obligation to take precautions when exposing the
existing water mains to prevent damage to them. If Contractor fails to take
the necessary precautions, all costs to repair damage to the existing water
main shall be borne by Contractor. If, in the Engineer’s opinion,
Contractor has taken the necessary precautions and damage occurs, the
City will be responsible for the cost of such repairs.
All water main flushing shall be performed by City staff, and requires a
minimum 48-hour advance notice.
Contractor shall supply an OSHA-approved trench box to minimize damage
to adjoining landscaping due to installation of pipes and appurtenant
structures. All extra costs to provide the box and install the sewer or water
(including any necessary excavation for pipe bedding and disposal of excess
material related to pipe bedding and/or replacement backfill) shall be considered
incidental for which no additional compensation shall be considered.
44. CORPORATION STOPS (2504): The unit price bid for each size corporation
stop shall be considered compensation in full for all equipment, materials and
labor to furnish and install each stop complete in-place.
The unit price bid for each size corporation stop shall be considered
compensation in full for all materials, equipment and labor to wet tap and install
the corporation complete in-place. Corporation stop shall be A.Y. McDonald
(74701B-33), or approved equal. The stainless steel insert
(A.Y. McDonald - 6136) furnished and installed at the corporation stop at each
proposed service location shall be considered incidental. The service saddle will
be paid for separately.
45. CURB STOP AND BOX (2504): The unit price bid for each Curb Stop and Box
shall be considered compensation in full for all equipment, materials and labor to
furnish and install complete, in-place as directed by the Engineer. Curb stops
shall be A.Y. McDonald (76104-33) with A.Y. McDonald Series 5622 8 Curb Box
complete with 5623LTW Lid, or approved equal. Includes furnishing and
installing SnakePit® Access point tracer wire box provided with SnakePit Bracket-
refer to Plan detail and detail in Appendix F. Connection to the existing service
shall be incidental. The stainless steel insert (A.Y. McDonald – 6136) furnished
and installed at each proposed curb stop shall be considered incidental.
46. WATER SERVICE PIPE (2504): The unit price bid for each size SIDR 7
Polyethylene Pipe (PE) used for water services shall be considered
137
SC-34
compensation in full to construct the services complete, in-place in accordance
with the Plans, and as directed by the Engineer. If Contractor has more than one
water service excavation open at a time, they cannot be on the same street
where the excavation would block traffic.
47. SERVICE SADDLE: The unit price bid for each service saddle installed at
proposed service line locations shall be considered compensation in full for all
equipment, materials, and labor to furnish and install complete-in-place. Service
saddles shall be stainless steel (Smith-Blair 372 or equal).
48. TEMPORARY WATER SYSTEM: The lump sum unit price bid for Temporary
Water System shall be considered compensation in full, including but not limited
to piping, fittings, disinfection, testing and demolition, to provide a temporary
water delivery system approved by the Engineer.
Contractor shall connect temporary water to existing services larger than 2”
underground at the existing service. Connecting temporary water to and
disconnecting from existing water services, including excavation and
backfill, shall be incidental to the lump sum unit price for Temporary Water
System.
The water main installation and temporary water distribution shall be completed
in a manner so fire protection can be maintained. The minimum pipe size for
the temporary water main pipe on Zane Avenue and the westernmost 500’
of Lindsay Street (commercial properties) is equal to or greater than the
diameter of the largest connecting service of that segment, but not less
than six-inches. Contractor shall match existing pipe size when temporarily
connecting to existing services, or as directed by the Engineer. Contractor
shall furnish temporary water system in a manner does not affect jobsite safety
and does not affect accesses to businesses or residents. Contractor shall
connect temporary water directly to existing main below ground.
The contractor may provide two separate temporary systems; one for domestic
and one for fire protection. The minimum pipe size for domestic temporary water
main pipe servicing any commercial property shall be three-inch for properties
with separate domestic and fire water connections or without an internal fire
suppression system as directed by engineer. Contractor shall match existing pipe
size when temporarily connecting to existing domestic only services, up to three-
inch, or as directed by the Engineer.
Contractor shall submit a phasing plan to the City. In addition, Contractor shall
submit to the Engineer for review and approval, a plan detailing how water will be
provided, pipes disinfected and tested, and removed for the affected property
owners. The plan must be designed to minimize pressure and flow losses from
the existing supply condition. The temporary water installation plans shall be
submitted to the City two weeks prior to the start of water main installation. All
water main flushing shall be performed by City staff, and requires a minimum 48-
hour advance notice. The Engineer will cooperate with Contractor to determine
the best method for providing the Work.
138
SC-35
49. FURNISH AND INSTALL HYDRANT (2504): The unit price bid shall be
considered compensation in full to furnish and install each hydrant in accordance
with CEAM Specifications and the detail in the Plans. The unit price bid shall
also include, but not be limited to, drain rock, plastic wrap, pipe restraints,
disinfection and testing to complete the installation in complete conformance with
such specifications and the Plan detail. Contractor shall be required to restrain
all hydrant fittings beginning from the main. Each hydrant shall have a 6-inch
auxiliary gate valve & box. The 6-inch auxiliary gate valve & box and 6-inch PVC
(C-900) hydrant lead shall be paid for separately under their respective bid items.
For hydrant replacements connecting to an existing water main, the
connection from the new hydrant lead to the existing main shall be
considered incidental to the Furnish & Install Hydrant (2504) item.
50. FIRE HYDRANT MARKERS (2504): The unit price bid for each Fire Hydrant
Marker shall be considered compensation in full for all equipment, materials and
labor to furnish and install complete, in-place as directed by the Engineer.
Hydrant Marker shall be EZ See Hydrant Markers (72610 W-R 10501) with
reflective tape (65’ overall length), or approved equal, and installed in
accordance with the manufacturer’s instructions or as directed by the Engineer.
51. CONNECT TO EXISTING WATER MAIN (2504): The unit price for Connect to
Existing Water Main shall be compensation in full, but not limited to, locating,
excavating, draining down and cutting into the existing pipe. Sleeves, fittings and
pipe required to make the connection will be paid for at their respective unit
prices.
52. ADJUST GATE VALVE BOX (2504): Contractor shall be required to adjust all
gate valve boxes as directed by the Engineer. The unit price bid for each gate
valve box adjustment shall be considered compensation in full for all equipment,
materials, and labor including, but not limited to bituminous patching mixture, to
set the valve box as directed by the Engineer.
All valves within the roadway shall be set to 1/4-inch below the elevation
of the finished pavement surface. Valve elevations shall be verified by
Contractor within 24 hours prior to wear course paving.
53. GATE VALVE AND BOX (2504): The unit price bid for each size gate valve
shall be considered compensation in full to install the auxiliary and/or mainline
valve complete in-place in accordance with the detail in the Plans and the
following requirements. All gate valves shall be iron body, resilient wedge, in
accordance with AWWA C509, non-rising stem with O-ring packing with a
working pressure of 150 psi. They must open counterclockwise and be equipped
with mechanical joints and 2-inch square, corrosion-resistant stainless steel
operating nuts. They shall also be fusion-bonded, epoxy-coated and equipped
with stainless steel bolts, Type 304, alloy group 1, CW condition meeting the
requirements of ASTM F594 to provide corrosion protection. All valves shall be
installed with size G Tyler #6860 boxes, #6 round base and a drop lid having the
word “WATER” cast thereon. All valves, including but not limited to, auxiliary
139
SC-36
valves shall also be installed with Power Seal™ Model 5000 valve box aligners,
or approved equal, to ensure the valve operating nut remains centered in the
valve box. The boxes shall be capable of extending a minimum of one-foot
upward from their initial installed position.
All valves within the roadway shall be set to 1/4-inch below the elevation of the
finished pavement surface. Valve elevations shall be verified by the Contractor
within 24 hours prior to wear course paving.
54. DUCTILE IRON FITTINGS (2504): The unit price bid per pound for Ductile Iron
Fittings shall be considered payment in full to install all such fittings complete in-
place in accordance with the Specifications. It shall also include, but not be
limited to, all megalug glands, rods or other restraining devices or corrosion
inhibitors the Engineer deems necessary to restrain or protect such
fittings/restraints. All bolts and nuts used in the construction of water mains on
this project shall be stainless steel or “Core Blue.”
Contractor shall be required to restrain 6-inch and 8-inch fittings a
minimum of 20 feet from all such fittings; 12-inch fittings shall be
restrained a minimum of 40 feet from all such fittings. All fittings on the
hydrant lead shall be restrained back to the tee fitting on the main.
Ductile Iron Fittings shall meet the following requirements:
ANSI/AWWA C153/A21.53, “American National Standard for Ductile
Iron Compact Fittings, 3-inch through 24-inch, and 54-inch through
64-inch for Water Service,”
ANSI/AWWA C111/A21.11, “American National Standard for Rubber
Gasket Joints for Ductile Iron Pressure Pipe and Fittings,”
ANSI/AWWA C116/A21.16, “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.”
Ductile Iron Fittings shall be measured by the pound, in accordance with the
published American National Standard. Joint accessories or restraint shall not
be considered in the weight.
55. 4” POLYSTYRENE INSULATION (2504): The unit price bid per square yard for
4” Polystyrene Insulation shall be considered compensation in full to insulate
water mains and sewers from freezing. It shall include all equipment, materials
and labor to place 4-inch thick high-density polystyrene Styrofoam insulation as
directed by the Engineer over the top of the pipe to be protected.
56. MANHOLES AND CATCH BASINS (2506): All Manholes and Catch Basins
shall be constructed in accordance with the Provisions of Section 2506 of
MnDOT Specifications, except as modified herein.
The use of a manhole debris catcher equal or equivalent to that provided
by Grappler Specialty Products (www.grapplerusa.com) must be used when
constructing, adjusting or reconstructing drainage structures on this
140
SC-37
project. The intent is to catch falling debris such as mortar, soil, etc. All
costs related to providing and use of such product shall be considered incidental
to such construction, adjustment or reconstruction of structures.
The unit price bid for each type of sanitary or storm structure shall be considered
compensation in full to construct each manhole, median/yard drain or catch basin
complete, in-place in conformance with the Plans, excluding the casting
assembly. Casting, rings and casting adjustment to final elevation shall be paid
for under the F&I Casting Assembly (2506) item for each type of casting.
Design K Drainage Structures shall be constructed in accordance with MnDOT
Specification 2506, with the details on the Plans and as directed by the Engineer.
Design 4020 Drainage Structures shall be constructed in accordance with
MnDOT Specification 2506, MnDOT Standard Plates, the Plans, and as directed
by the Engineer.
All storm sewer structures that will have castings in the proposed curb and gutter
shall be furnished with Neenah Casting Assembly R-3067-L, or approved equal.
All other storm sewer castings shall be Neenah Casting Assembly R-1733 or
Neenah Casting Assembly R-4342 for Median/Yard Drains, or approved equal.
Drainage Structures Design 4020 which have the casting assembly R-3067-L
designated, shall be constructed with a 24” x 36” opening on the top slab to
match the dimension of the casting.
The unit price bid to Connect to Existing Drainage Structure and Connect to
Existing Structure (Sanitary) shall be considered compensation in full, including
but not limited to, excavating, breaking into the existing structure, repairing
unused holes in the structure and repairing or modifying the existing invert to
match new pipe locations, as directed by the Engineer. Connect to Existing
Drainage Structure shall be measured and paid for by the number of new pipes
connected to the existing structure. No payment will be made for connection of
pipes to new structures constructed under this project.
57. FURNISH AND INSTALL MANHOLE BAFFLE: The unit price bid per square
foot to furnish and install Manhole Baffle shall be considered compensation in full
for all materials, equipment and labor to install a SAFL Baffle, The Preserver
(Momentum Environmental) or approved equal, into each size Design 4020
Drainage Structure complete, in-place as specified in the plans, in accordance
with the manufacturer’s recommendations and as directed by the Engineer.
Measurement for payment will be made by surface area of the installed baffle,
with the width being the diameter of the sump manhole being fitted, and the
height being the vertical height of the panel or panels installed. A supplier of the
SAFL Baffle is Upstream Technologies, Chanhassen, Minnesota, telephone:
651.295.3369. A supplier of The Preserver is Brock White Company, St. Paul,
Minnesota, telephone: 651.647.0950.
141
SC-38
Requests for products to be accepted as approved equal must be submitted to
the Engineer a minimum of two weeks prior to the bid opening. Detailed product
information must be submitted showing the approved equal condition (efficiency
test results, material specifications, etc.). Approved equal products will be
provided to plan holders by addendum prior to the bid opening. Requests for
approved equal materials that have not been submitted in accordance with
the above will not be considered for use on this project.
Contractor shall install the baffle at the elevation shown on the plans, with a
vertical tolerance of +/- 0.5 inches. The baffle must also be installed at the
horizontal midpoint of the sump, perpendicular to the inlet pipe. The top and
bottom rails of the baffle must be level, with no tolerance on levelness. Upon
completion of installation, baffle panels may overlap as much as 2 inches, or the
edges of adjacent panels may touch one another without overlapping. However,
no gap is allowed between baffle panels.
SAFL Baffle
Materials –
1. Baffle Panels
a. Stainless steel shall be Type 304.
b. Stainless steel shall have a minimum yield strength of 31,000 pounds
per square inch (psi).
c. Modular baffle panels shall be manufactured to allow insertion through
the City’s standard storm sewer castings.
d. Minimum panel height of 33, 44, or 54 inches as determined by inlet
size (see Plans).
e. Minimum panel thickness shall be 1/8 inch.
2. Frame
a. Shall consist of 1” x 1” square stainless steel tube with 1/8” thick walls.
b. Connector on top and bottom frame rails shall consist of a solid square
stainless steel bar measuring 7/8” by 7/8” in cross section.
3. Anchor Bolts
a. Must be 3/8” Diameter.
b. Must have a mechanism, approved by the Engineer, that expands
against the sides of a hole drilled in the concrete structure wall, to
secure the bolt.
c. Minimum pullout strength of each anchor shall be 2,200 pounds and
minimum shear strength shall be 2,500 pounds.
4. Screws and Bolts
a. Must conform to MnDOT 3319.2E.
The Preserver (Momentum Environmental)
1. Construct Structural Pollution Control Devices (SPCDs):
The storm sewer system designed for this project includes SPCDs. These
structures shall be commercially available products that are fabricated and
constructed in accordance with the applicable provisions for manholes and
142
SC-39
catch basins as defined in these project Specifications, the manufacturer’s
recommendations, and the following:
a. Materials Requirements:
i. Connections shall be watertight, either via elastomeric seals or
cemented by the Contractor using non-shrink grout.
ii. Internal components and hardware shall be made of non-corroding
material only – stainless steel, aluminum, reinforced concrete,
fiberglass, or copolymer plastic.
iii. Castings shall be vented and meet local government unit’s
requirements.
iv. The structures and castings shall be rated for HS-20 loading.
b. Project Performance Requirements:
i. All units must:
(a) Be non-mechanical and flow driven, requiring no external
power.
(b) Not block/clog or have a reduction of treatment capacity during
normal operation.
(c) Be configured to minimize the potential for scour and
resuspension of materials during high flows.
(d) Be designed to not allow trapped pollutants to be released
during temporary backwater conditions.
(e) Be designed and constructed such that it can be inspected and
maintained from the surface without requiring entry into the
structure.
(f) Have a storage sump sized so that it is capable of storing a
volume of material that would allow the SPCD to be fully
functional if cleaned only one time per year at equal intervals.
(g) Not exceed a total build depth (rim to sump) of 20’ for purposes
of maintenance.
58. FURNISH AND INSTALL CASTING ASSEMBLY (2506): The unit price bid for
each casting assembly shall be considered compensation in full for all
equipment, materials and labor to furnish and install the specified casting in
accordance with MnDOT Specification 2506, including but not limited to setting
the casting to the correct height and sealing the casting and rings in accordance
with the detail, casting adjustment specification and as directed by the engineer.
Adjusting frame and ring casting will not be measured separately for any
structures receiving a new casting assembly. See Plans for schedule of castings
assemblies.
Contractor shall adjust all castings within the roadway to 1/4-inch below the
finished pavement surface within 48 hours after the base course paving is
complete.
143
SC-40
59. FURNISH AND INSTALL CASTING FRAME (NEENAH R-1733 FRAME)
(2506): The unit price bid for each casting frame assembly shall be considered
compensation in full for all equipment, materials and labor to furnish and install
the specified casting frame in accordance with MnDOT Specification 2506,
including but not limited to setting the casting to the correct height and sealing
the casting and rings in accordance with the detail, casting adjustment
specification and as directed by the engineer. Adjusting frame and ring casting
will not be measured separately for any structures receiving a new casting frame
assembly.
Contractor shall adjust all castings within the roadway to 1/4-inch below the
finished pavement surface within 48 hours after the base course paving is
complete.
60. INSTALL SALVAGED COVER (2506): The unit price bid for installing each
salvaged sanitary manhole cover shall be considered compensation in full for all
equipment, materials and labor to install each salvaged cover onto a new casting
frame (paid for under separate bid item) at locations shown in the Plans or as
directed by the Engineer.
61. RECONSTRUCT MANHOLE STRUCTURE (2506): The unit price bid per linear
foot shall be considered compensation in full to reconstruct manhole structures
so designated in accordance with MnDOT Specification 2506.
The unit price bid shall include salvaging existing top slab, removal of existing
cone and/or barrel sections, furnishing and installing 42-inch (or other diameter
barrel sections as existing structure diameters dictate) diameter barrel sections,
sealing new barrel joints, reinstalling salvaged top slab, setting and adjusting the
casting to its final elevation and sealing rings in accordance with the Adjust
Frame & Ring Casting (2506) of these Specifications. Adjustment rings shall be
the same diameter as top slab opening. Contractor will be required to field
verify structure diameter on all manholes to be reconstructed prior to
performing the work. Contractor will also be required to furnish and install any
needed barrel sections to complete the manhole reconstruction.
Each new barrel joint shall be sealed with Infi-Shield™ 6” external rubber seal
wrap as manufactured by Sealing Systems Inc. or submit for “As-Equal” two (2)
weeks prior to bid opening. A supplier for Infi-Shield™ is Ess Brothers and Sons,
Inc., Loretto, Minnesota.
Measurement shall be made from the lowest point of the barrel section actually
reconstructed to the bottom of the finished casting elevation.
The use of a manhole debris catcher equal or equivalent to that provided
by Grappler Specialty Products (www.grapplerusa.com) must be used when
constructing, adjusting or reconstructing sanitary and storm manholes on
this project. The intent is to catch falling debris such as mortar, soil, etc.
All costs related to providing and use of such product shall be considered
incidental to such construction, adjustment or reconstruction of structures.
144
SC-41
62. ADJUST FRAME & RING CASTING (2506): The unit price bid for adjusting
each frame and ring casting shall be considered compensation in full including,
but not limited to, furnishing new adjusting rings, sealing the rings and casting,
bituminous patching, sawing necessary to raise the castings and setting them to
the elevation designated by the Engineer, and in accordance with the detail. This
applies to existing structures only, which are not receiving a new casting.
Compensation for adjusting, sawing, patching and sealing rings and castings on
structures constructed, reconstructed or furnished and installed under this
Contract shall be included in the unit price bid for such construction or
reconstruction. Adjustment rings shall be the same diameter as top slab opening.
Contractor shall adjust all castings within the roadway to 1/4-inch below the
finished pavement surface within 48 hours after the base course paving is
complete.
The use of a manhole debris catcher equal or equivalent to that provided
by Grappler Specialty Products (www.grapplerusa.com) must be used when
constructing, adjusting or reconstructing sanitary and storm manholes on
this project. The intent is to catch falling debris such as mortar, soil, etc.
All costs related to providing and use of such product shall be considered
incidental to such construction, adjustment or reconstruction of structures.
63. RANDOM RIPRAP (2511): The unit price bid per cubic yard of Random Riprap
Class III shall be considered compensation in full for all equipment, materials and
labor to furnish and install riprap in accordance to MnDOT Specification 2511
(except as modified below), the detail in the plans, and as directed by the
Engineer. All riprap used on project shall be field stone. No limestone will be
allowed.
Geotextile Fabric, Type IV shall be placed under riprap as shown on the detail in
the plans and as directed by the Engineer. The fabric shall meet the
requirements of MnDOT Specification 3733 and be paid separately under the
Geotextile Fabric, Type IV item.
64. WALKS (2521): The unit price bid for each thickness of concrete walk shall be
considered compensation in full to construct the walk in accordance with MnDOT
Specification 2521, these Specifications and to the full satisfaction of the
Engineer.
A. Excavation and Embankment (2106): The excavation and embankment shall
be constructed in accordance with the provisions of Section 2106, except as
modified herein.
At locations where fill is required to construct the walk, Contractor shall
utilize select granular borrow at the unit price bid per ton and compact the
fill material using the “Ordinary Compaction Method”.
145
SC-42
B. Concrete Pedestrian Ramp (2521): All concrete pedestrian ramps shall be
constructed in accordance with the Provisions of MnDOT 2521, except as
modified herein.
At locations where pedestrian curb ramps are to be constructed or
reconstructed, removal and disposal of the in-place concrete walk,
concrete curb and gutter and any sawing that may be required shall be
paid for at the unit price bid for the respective bid item.
The pedestrian curb ramps shall be constructed in accordance with the
details in the Plans. The truncated dome panels shall be “Detectable
Warning Plates”, Model #R4984 (cast iron with no powder coated finish),
as manufactured by Neenah Foundry Company, telephone: 800.558.5075,
Tuf Tile ADA detectable warning products, telephone: 888.960.8897, or an
approved equal. The unit price bid for Truncated Domes shall be
measured by the square foot, and shall be considered compensation in full
to install them as directed by the Engineer. The concrete walk into which
the panels are placed shall be measured by actual square foot area
placed and paid for under item 6-inch Concrete Walk unless otherwise
noted in the plans.
The concrete to be used for hand-placed flatwork shall be placed in accordance
with the provisions of MnDOT Specification 2521, and these Specifications.
However, Contractor may, with the Engineer’s approval, modify the concrete
mixture to reduce the possibility of defects. However, the unit price bid for
concrete pavement shall remain the same. All extra costs for such modification
shall be borne by Contractor.
Contractor shall construct a decorative two-foot wide shoulder using a hand
trowel to smooth concrete “windows” in broom finished concrete, as shown in the
plans and as directed by Engineer. Shoulder shall be placed at the edge of the
concrete walk at locations when concrete walk is at the back of curb. All
materials and labor to construct the shoulder shall be considered incidental to the
unit bid price for 4” Concrete Walk and 6” Concrete Walk.
All contraction joints in new walk constructed under this contract shall be saw cut.
The cost for providing the saw cut joints shall be included in the unit price bid for
each thickness of walk. No additional compensation shall be considered for
sawing joints in new walk. Upon completion of saw cutting the joints, the concrete
walk must be immediately cleaned, including the slurry created by wet-
sawing, to the satisfaction of the Engineer. Saw cuts shall extend to at least
30% of the walk thickness.
All expansion joints constructed in the new walk shall be tooled and shall be
¼-inch radius to meet current PROWAG standards.
65. CONCRETE CURB AND GUTTER (2531): Concrete Curb and Concrete Curb
and Gutter shall be placed in accordance with the provisions of MnDOT
Specification 2531, and these Specifications.
146
SC-43
Replacement of curbs and driveway panels will be paid for under the bid items
for 2531 Concrete Curb and Gutter Design B612, B618 or D412, Concrete Curb
Design B6, and 6” or 8” Concrete Driveway Pavement. Removals of existing
concrete items will be paid for at the Unit Price Bid for such removals. Concrete
Curb and Gutter removals shall be paid for under the Remove Concrete Curb
and Gutter Item regardless of length. Each size and type of concrete curb and
concrete curb and gutter will be paid for under its respective bid item. Integral
curb shall be measured as Remove Concrete Pavement as specified under that
Section.
Necessary bituminous patching shall be paid for under the item for such work.
In some areas, the Engineer shall require Contractor to hand-place curbs, walks
and pavements to avoid damage to landscaping, retaining walls, etc. No request
for additional compensation shall be considered to accommodate this
requirement.
66. CONCRETE SILL (2531): The unit price per linear foot for Concrete Sill shall be
considered compensation in full to construct concrete sill at locations when
concrete walk is at the back of curb, as directed by Engineer, in conformance
with MnDOT Specification 2531, and the standard details in the plans. It shall
include, but not be limited to, all excavation, materials, and labor to install the
materials as specified. Polythene sheeting and 1/4-inch thick separation material
shall be considered incidental to the unit bid price for Concrete Sill. Epoxy coated
tie bars, as directed by Engineer, shall be paid for under the item for Drill and
Grout Reinforcement Bar (Epoxy Coated).
The sill shall be measured separately from the concrete curb and gutter,
regardless of the type of installation as shown in the standard details.
67. 7” COMMERCIAL CROSS GUTTER DRIVEWAY (2531): The unit price bid per
square yard for 7” Commercial Cross Gutter (High-Early Strength) shall be
considered compensation in full to construct the cross gutter driveway in
accordance with MnDOT Specifications, the detail in the plans, and as directed
by the Engineer.
As noted in the plans, or whenever the Engineer deems it necessary, the
Contractor shall phase driveway and curb construction to accommodate access
to businesses and handicapped residents. This will include multiple
mobilizations to ensure adequate cure time on the concrete before placing traffic
on it.
All 7” Commercial Cross Gutter shall be High-Early strength concrete to allow
traffic on driveway sooner than with standard concrete.
Compliance with this requirement will not lessen the Contractor’s responsibility to
warrant the work in accordance with these Specifications. Measurement shall be
made on the actual square yards placed including the triangular area outside of
the curb and gutter form the radii and reinforcement bars as detailed in the Plans.
147
SC-44
68. CONCRETE DRIVEWAY PAVEMENT (2531): The unit price bid per square
yard for 6” Concrete Driveway Pavement and 8” Concrete Driveway Pavement
(High-Early Strength) shall be considered compensation in full to construct
aprons and driveways as directed by the Engineer, and in conformance with
MnDOT Specification 2531, and the standard details in the Plans. 6-inch
pavement shall be used on all residential driveways, 8-inch pavement shall be
used on all commercial driveways. All reconstructed commercial driveways shall
be constructed half at a time, unless otherwise directed by Engineer.
All concrete driveway pavement shall be completed within three (3) days
from the completion of curb at each driveway location. Failure to complete
the Work in accordance with this requirement may result in the City
withholding all monies due until the Work is completed.
All 8” Concrete Driveway Pavement shall be High-Early strength concrete to
allow traffic on driveway sooner than with standard concrete.
For concrete driveways that residents elect to have replaced in conjunction with
this Project, the unit prices bid for common excavation, aggregate base and
concrete driveway pavement shall be considered compensation in full to perform
such extra work as directed by the Engineer. No claims for additional
compensation shall be considered.
Any structural or surface defect which occurs on driveways constructed on
this Project within the one-year warranty period, described in the General
Conditions of these Specifications, including, but not limited to, hairline
cracks, minor scaling, minor pop outs or unacceptable broom finish shall
be cause for rejection of the pavement and replacement at Contractor’s
expense. Determination of defective pavement to be replaced shall be solely
made by the Engineer.
The concrete to be used for hand-placed flatwork shall be in accordance with the
provisions of MnDOT Specification 2531, and these Specifications. However,
Contractor may, with the Engineer’s approval, modify the concrete mixture to
reduce the possibility of defects. However, the unit price bid for concrete
pavement shall remain the same. All extra costs for such modifications shall be
borne by Contractor.
All contraction joints in concrete driveway pavement constructed under this
contract shall be saw cut. The cost for providing the saw cut joints shall be
included in the unit price bid for each thickness of driveway pavement. No
additional compensation shall be considered for sawing joints in concrete
driveway pavement. Upon completion of sawcutting the joints, the concrete
driveway pavement must be immediately cleaned, including the slurry created
by wet-sawing, to the satisfaction of the Engineer. Saw cuts shall extend to at
least 30% of the pavement thickness.
148
SC-45
All expansion joints constructed in the concrete driveway pavement shall be
tooled and shall be ¼-inch radius to meet current PROWAG standards.
Whenever the Engineer deems it necessary, Contractor shall phase driveway
and curb construction to accommodate access to businesses or handicapped
residents. This will include multiple mobilizations to ensure adequate cure time
on the concrete before placing traffic on it. Compliance with this requirement will
not lessen Contractor’s responsibility to warrant the Work in accordance with
these Specifications.
69. INSTALL SALVAGED MAILBOX AND SUPPORT (2540): The unit price bid to
Install Salvaged Mailbox and Support shall be considered compensation in full to
install each mailbox and support as directed by and to the Engineer’s complete
satisfaction. It shall include, but not be limited to, all excavation, materials and
labor to install the materials as specified. The unit price for each item shall also
include furnishing and installing any additional materials needed to supplement
salvaged materials to complete the installation.
70. INSTALL SALVAGED RETAINING WALLS (2540): The unit price bid to install
each type of salvaged retaining wall shall be considered compensation in full to
install the salvaged material in accordance with these Specifications and to the
complete satisfaction of the Engineer. It shall also include, but not be limited to,
excavation if needed, aggregate base material, granular backfill, drain tile and
geotextiles required by the Engineer to reconstruct the walls complete in-place.
In the event additional materials must be provided to complete the wall
construction, it shall be Contractor obligation to provide material matching the
size, color and texture of the existing salvaged materials. Suitability of the match
shall be at the sole discretion of the Engineer. Any extra materials provided will
be paid for under the item for installing salvaged retaining walls of the type
placed.
71. INSTALL SALVAGED LANDSCAPE MATERIALS (2540): The unit price bid to
Install Salvage Landscape Materials (inclusive of plastic/brick/rock edging,
boulders, rock mulch (type 9), etc.) shall be considered compensation in full to
install each material consistent with the adjoining material and to the Engineer’s
complete satisfaction. It shall include, but not be limited to, all excavation,
materials and labor to install the materials as specified. The unit price for each
item shall also include furnishing and installing any additional materials needed
to supplement salvaged materials to complete the installation.
149
SC-46
72. INSTALL SALVAGED CONCRETE PAVERS (WALK) (2540): The unit price
bid to Install Salvaged Concrete Pavers (Walk) shall be considered
compensation in full for all equipment, materials, and labor to install the required
base/subbase material and pavers matching the pattern of the adjoining pavers.
It shall include, but not be limited to, furnishing and placing aggregate base and
sand leveling course, foundation preparation, and edging to complete the Work
to the Engineer’s satisfaction. Pavers shall be laid on a base consistent with the
existing pavers, but not less than 6-inches of Class 5 Aggregate Base topped
with a washed sand leveling course. Grading and paver placement should
facilitate positive drainage as shown in the Plans, and/or as directed by the
Engineer.
73. FURNISH AND INSTALL CONCRETE PAVERS (WALK) (2540): The unit price
bid to Furnish and Install Concrete Pavers (Walk) shall be considered
compensation in full for all equipment, materials, and labor to install the required
base/subbase material and pavers matching the pattern of the adjoining pavers.
It shall include, but not be limited to, furnishing and placing pavers, aggregate
base and sand leveling course, foundation preparation, and edging to complete
the Work to the Engineer’s satisfaction. Pavers shall be laid on a base
consistent with the existing pavers, but not less than 6-inches of Class 5
Aggregate Base topped with a washed sand leveling course. Grading and paver
placement should facilitate positive drainage as shown in the Plans, and/or as
directed by the Engineer. It shall be the Contractor’s responsibility to provide
pavers matching color, size, quality and texture of the adjoining existing pavers
and to the Engineer’s satisfaction.
74. INSTALL SALVAGED CHAIN LINK FENCE (2557): The unit price bid to Install
Salvaged Chain Link Fence shall be considered compensation in full to install
salvaged chain link fencing at the completion of grading operations in locations
shown in the Plans to the Engineer’s complete satisfaction. It shall include, but
not be limited to, all excavation, materials and labor to install the materials as
specified, including all materials necessary to construct new post foundations to
match existing conditions. Payment also includes furnishing new fencing
components as needed to match manufacturer/texture/color of existing materials.
75. INSTALL SALVAGED BRICK OR ROCK LANDSCAPE EDGING (2540): The
unit price bid to Install Salvaged Brick Landscape Edging or to Install Salvaged
Rock Landscape Edging shall be considered compensation in full to install
salvaged brick or rock landscape edging at the completion of grading operations
in locations shown in the Plans to the Engineer’s complete satisfaction. It shall
include, but not be limited to, all excavation, materials and labor to install the
materials as specified.
150
SC-47
76. TRAFFIC CONTROL AND MAINTENANCE (2563): Contractor shall maintain
traffic at all times during construction in accordance with the current Minnesota
Manual of Uniform Traffic Control Devices (MMUTCD) and its supplements, and
as it may be deemed necessary by the Engineer. Additionally, contractor shall
provide and maintain traffic control devices for a detour of the Luce Line Trail, as
shown in the Plans, and as directed by the engineer. Contractor shall submit a
temporary traffic control plan two weeks prior to construction.
In addition to traffic control devices as specified above, the contractor shall
furnish a minimum of six (6) temporary traffic signs that read “ZANE AVE AND
LINDSAY ST BUSINESS ACCESS” with arrows, as shown in the plans, to use at
various locations within the vicinity of the project, as directed by the Engineer.
In the event that the City must install additional signs for traffic control for safety
purposes, the cost for such measures shall be billed to Contractor or withheld
from monies due. In order to facilitate project safety, Contractor shall
position and schedule deliveries of all materials to be incorporated into the
Work, such as pipe and castings, to minimize conflict with traffic flow.
Failure to cooperate with the Engineer in this respect shall authorize the
Engineer to have such materials removed from the Project by any means
available until their use is imminent. The costs associated with such
removal and return to the Project site shall be borne by Contractor with no
additional compensation.
Contractor shall be required to schedule his daily work to ensure that all
excavations are filled in completely; adequate drainage is provided to
prevent any water from standing on the Project site; and an adequate
driving surface with class 5 or salvaged bituminous millings is provided at
the completion of work each day.
Contractor shall also schedule equipment and its work so no removal
items, spoil or aggregate piles are left within the rights-of-way overnight
except by express, written consent of the Engineer. All requirements for
drainage and access herein shall apply to this work also. It shall also be
Contractor’s responsibility to handle all such salvaged material in a way to
prevent segregation and/or contamination of all salvaged materials.
Contractor will be required to have a motor grader on the site each day to
facilitate the drainage and surface requirements. If, in the opinion of the
Engineer, the driving surface is not suitable to provide access for businesses and
residents, Contractor shall provide all granular material, at its expense,
necessary to stabilize the roadbed and driveway entrances to carry the normal
traffic present.
Throughout construction, Contractor shall provide safe and adequate access at
all times for businesses, deliveries, residents, property owners and emergency
vehicles. Access shall include the maintaining of ingress and egress of
businesses and private driveways, as well as maintaining temporary aggregate
151
SC-48
driveways, throughout construction except during Engineer approved Work
related excavations, and concrete placement and curing. It is anticipated that
parking will need to be restricted to one side of the street during construction.
Contractor shall be responsible under this item for providing and installing
temporary parking restriction signing as directed by the Engineer.
Throughout the duration of construction, Contractor shall coordinate with the City
a minimum of at least twenty-four (24) hours in advance, any inconveniences to
property owners. The City will provide Contractor with printed door hangers that
shall be placed in business’s and resident’s doors by Contractor no later than
5:00 p.m. the day before work is to begin. Contractor is responsible for
notifying property owners of any limited access at least twenty-four (24)
hours in advance.
Contractor shall provide traffic control and road closure for UPRR during
UPRR’s crossing panel and signal work, and shall be considered incidental
to the lump sum bid item for Traffic Control.
77. INSTALL SALVAGED SIGNS (2564): The unit price bid for Install Salvaged
Signs (Type C, Street Name Signs or Type Special signs) shall be considered
compensation in full for all equipment and labor to relocate each sign, so
designated, to the satisfaction of the Engineer.
The Engineer shall, after completion of the curb and gutter placement, designate
the signs that shall be relocated.
Contractor shall review all signs and posts on this project designated for
relocation prior to construction to determine existing damage. Any existing sign
damage shall be reported to the Engineer immediately. All signs that have
been damaged that Contractor fails to report shall become the
responsibility of Contractor to replace.
The unit price bid for each Install Salvaged Signs shall be considered
compensation in full to reset all signs as directed by the Engineer.
Any signs or posts damaged during the salvage/storage or reinstallation
operations shall be replaced by Contractor at its expense.
All signs considered necessary by the Engineer shall remain in-place throughout
construction. Any sign that must be removed due to construction conflicts shall
be temporarily reset by the end of the day it was removed, until it may be set at
its permanent location. All costs for resetting signs shall be included in the lump
sum bid for the traffic control.
152
SC-49
78. FURNISH AND INSTALL SIGN TYPE C (2564): The unit price bid per square
foot for sign panels of each type shall be considered compensation in full to place
each panel specified in accordance with MnDOT Specification 2564, the
Minnesota Traffic Engineering Manual, the details in the plans, and as directed
by the Engineer.
All new permanent Type C signs installed on this project shall be constructed of
no less than .080” flat aluminum with Telespar punching. Sheeting for all signs
shall be DG3 (Diamond Grade) Series 4090 reflective sheeting manufactured by
the 3M Company, or an approved equal.
Posts and mounting hardware shall be included in the unit price for sign panels.
Posts and mounting hardware for Type C signs shall be in accordance with the
plan details, applicable provisions of the Plans, Minnesota Traffic Engineering
Manual and these Specifications. Signs shall be attached to posts with drive
rivets and a nylon washer between rivet and sign facing.
To avoid specular glare, Type C sign faces shall be mounted at approximately
93 degrees from the traveled roadway.
All signs considered necessary by the Engineer shall remain in-place throughout
construction. Any sign that must be removed due to construction conflicts shall
be temporarily reset by the end of the day it was removed, until it may be set at
its permanent location. Contractor shall receive no compensation for temporary
relocations.
79. FURNISH AND INSTALL SIGN TYPE SPECIAL (2564): The unit price bid per
square foot for sign panels of each type shall be considered compensation in full
to furnish and install each street name sign assembly, including but not limited to
the post, mounting brackets and sign panels specified in accordance with the
details in the Plans and to the complete satisfaction of the Engineer.
Signs shall be single faced with DG3 Series 4090 reflective sheeting
manufactured by the 3M Company, or a mutually approved equal.
Street name sign panels shall be pre-punched at the longitudinal midpoint
of the sign with holes 7/16” in diameter to fit a standard Telespar post.
Two 5/16” holes shall be pre-punched at the vertical midpoint of the sign
spaced 1/2” center-on-center from the edge of the sign panel.
It is the responsibility of the sign plate supplier to furnish signs punched to
properly to fit the post and on each end to be secured back-to-back using
a Cherry Mate and PVC spacer equal to the width of the Telespar support
post.
Posts and mounting hardware shall be included in the unit price for sign
panels.
Posts and mounting hardware for Street Name signs shall be in
accordance with the applicable provisions of the Plans, Minnesota Traffic
153
SC-50
Engineering Manual and these Specifications. Signs shall be attached to
posts with drive rivets and a nylon washer between rivet and sign facing.
Street name signs shall be installed parallel to adjoining supplemental
signs as directed by the Engineer.
All signs considered necessary by the Engineer shall remain in-place
throughout construction. Any sign that must be removed due to
construction conflicts shall be temporarily reset by the end of the day it
was removed, until it may be set at its permanent location. Contractor
shall receive no compensation for temporary relocations.
80. TREES AND SHRUBS AS SPECIFIED (2571): Property owners on this project,
at locations where existing trees and shrubs are designated for removal, shall be
offered replacement trees and shrubs to be planted at new locations anywhere
the property owner chooses on their property.
The unit price bid for each “Tree as Specified” shall be considered compensation
in full for furnishing, planting and maintaining any of the following varieties in
conformance with the planting details in the Appendices, and as directed by the
Engineer:
Shade Trees
Red Maple ‘Northwood’ or a Hybrid Variety (2-½” Caliper B&B)
Honeylocust ‘Skyline’ (2-½” Caliper B&B)
Hackberry (2-½” Caliper B&B)
Linden (2-½” Caliper B&B)
Disease Resistant Elm (2-½” Caliper B&B)
Sugar Maple (2-½” Caliper B&B)
River Birch (Clump 6’ B&B)
Bur Oak Quercus macrocarpa (2” Caliper B&B)
Swamp White Oak (2” Caliper B&B)
Ornamental Tree
Crabapple ‘Red Splendor’ (2-½” Caliper B&B)
Evergreens
Black Hills Spruce (6’ Tall B&B)
Arborvitae ‘Techny’ (5’ Tall B&B)
Austrian Pine (Pinus nigra) (6’ Tall B&B)
The unit price bid for each “Shrub as Specified” shall be considered
compensation in full for furnishing, planting and maintaining the following
varieties in conformance with the planting details in the Appendices, and as
directed by the Engineer:
Deciduous Shrubs
Potentilla ‘Goldfinger’ (#5 Cont.)
Serviceberry ‘Regent’ (#5 Cont.)
Spirea ‘Anthony Waterer’ (#5 Cont.)
Dogwood Redtwig (#5 Cont.)
154
SC-51
Viburnum Compact American (#5 Cont.)
Weigela ‘Red Prince’ (#5 Cont.)
Lilac, Common White or Purple (#5 Cont.)
Evergreen Shrubs
Juniper ‘Prince of Wales’ (#5 Cont.)
Juniper ‘Sea Green’ (#5 Cont.)
Arborvitae ‘Techny Globe’ (#5 Cont.)
Yew ‘Taunton’ (#5 Cont.)
81. TEMPORARY TREE PROTECTION FENCING (2572): The unit price bid per
linear foot for tree fencing shall be considered compensation in full to place 4-foot
high, orange polyethylene snow fence and maintain such protection as directed
by the Engineer. All tree protection must be in place before any pavement is
removed, and must remain in-place throughout the construction.
Where tree fencing and silt fence are placed in the same location, Contractor
may utilize the same posts for both applications.
82. EROSION AND SEDIMENTATION CONTROL (2573): Contractor shall provide
temporary erosion control in accordance with the provisions of MnDOT Section
2573, the Bassett Creek Water Management Commission, Minnesota
Department of Natural Resources, Minnesota Pollution Control Agency and the
Engineer. In accordance with the Specifications, Contractor shall provide the
Engineer with the name and 24-hour contact information of the Erosion Control
Supervisor at the pre-construction conference. The unit price bid to provide an
Erosion Control Supervisor for this project shall be considered compensation in
full for the person to perform all duties in accordance with MnDOT Specification
2573. Compensation shall be considered all-inclusive on a lump sum basis, with
no direct payment for each duty or for the number of hours worked.
A. Street Sweeping: Contractor will be required to provide proof of ability to
perform the street cleaning at the pre-construction conference. This proof
may include demonstration of the ability to use his or her own equipment
and forces, or an executed contract with a subcontractor.
All sweeping shall be done between 7:00 a.m. and 7:00 p.m. daily, or
more often as directed by the Engineer.
The unit price bid per hour to perform street sweeping shall be considered
payment in full to sweep all areas, on a daily basis, deemed necessary by
the Engineer to prevent sediment from entering any water body or storm
sewer. Contractor shall furnish a pick-up sweeper, which actively
controls dust and all trucks or other equipment the Engineer deems
necessary to remove all sediment. Any additional street sweeping
directed by the Engineer must be performed within four (4) hours of the
Engineer’s order. Failure to perform ordered street sweeping within this
four-hour period would result in the sweeping being performed by the City
of Golden Valley staff (minimum charge of $500 per hour with a 2-hour
minimum) or by a contractor hired by the City. Any and all costs incurred
155
SC-52
by the City to perform street sweeping which is Contractor’s responsibility
will be deducted from the monies due to Contractor.
Contractor shall be required to provide the Engineer with written
documentation of performed sweeping at each weekly meeting.
B. Storm Drain Inlet Protection:
1. Wimco Inlet Protection. Contractor shall provide Wimco Inlet
Protection devices, or approved equal, on all inlets where inlet
protection is designated. Information on the Wimco devices can be
obtained at www.roaddrain.com. Payment will be made on the
basis of each structure protected through all phases of the Work.
Use of different methods for protection in order to phase the Work
or for the ease of the construction shall not be cause for multiple
payments over one per structure.
C. Silt Fence: Contractor shall install machine sliced silt fence and maintain
as shown on the Plans, or as directed by the Engineer. Maintenance is to
include repair of any torn or damaged silt fence immediately following
discovery of the problem. Accumulated silt is to be removed when
deposits reach approximately one-third the height of the silt fence, or more
often as directed by the Engineer.
D. Inspection of Erosion Control Measures: The Erosion Control Supervisor
will be required to inspect all erosion and sediment control measures on a
daily basis, and complete an inspection form to be provided by the City.
These forms are then to be submitted to the Engineer at the weekly
construction meetings.
E. Concrete Washout Area: Contractor shall provide a concrete washout
area that meets NPDES requirements and the Storm Water Pollution
Prevention Plan (SWPPP). This shall be considered incidental. The
concrete washout area shall include all necessary labor, materials and
equipment to provide an onsite washout facility as shown on the detail in
the Plans.
F. Sediment Control Log Type Straw: Contractor shall furnish, install and
maintain as shown on the plans or as directed by the Engineer.
G. Stabilized Construction Exit: Contractor shall furnish, install and maintain
a stabilized construction exit as shown on the Plans or directed by the
Engineer.
83. TURF ESTABLISHMENT (2575): Turf establishment shall be performed in
accordance with the Provisions of MnDOT Specification 2575, except as
modified herein:
Four inches (4”) of topsoil meeting the requirements of MnDOT
Specification 3877 shall be included in the unit price bid per square yard of
sod, hydraulic mulch matrix, and seed.
156
SC-53
The Contractor shall take reasonable measures to ensure topsoil is placed
to the thickness required in the Plans.
Topsoil provided shall be free of debris, rocks in excess of ½-inch
diameter, large organic material or other materials that do not contribute to
plant growth. Evidence of such deleterious materials shall be cause for
rejection and replacement at Contractor expense.
The square yard unit price bid for sod, including 4” of topsoil, shall be
compensation in full to place and maintain the sod for 30 growing days, as
per MnDOT Specification 2575.A.26 and to the Engineer’s satisfaction.
When Contractor has completed sod placement in an area defined by the
following requirements, the Engineer will inspect the Work and notify the
Contractor of any deficiencies:
No less than 1,000’ of street length shall be approved for
commencement of the maintenance period at any given time;
Both sides of the street must be completed, including along driveways;
Street sections must run the full length between intersections;
Once the Engineer approves the sod placement, the 30-day
maintenance period shall commence in accordance with MnDOT
Specification 2575.
All curbs shall be backfilled with Topsoil Borrow meeting the requirements
of MnDOT Specification 3877 with no additional compensation. The
Contractor shall also be required to examine the area behind the curb and
remove all construction debris, including but not limited to, concrete and
asphalt chunks, large stones, cement bags and cardboard fabric rolls.
Contractor will not be permitted to use any type of equipment to place topsoil or
sod on driveways which will, in the opinion of the Engineer, mar the surface with
rubber tire marks (typically skid loaders) or topsoil. Any damage, including
rubber tire marks or excessive soil staining, caused by Contractor shall
result in replacement of the driveway to the Engineer’s satisfaction.
Sod placement on this project must be completed within two weeks of the
placement of the base course of asphalt. Failure to complete the Work in
accordance with this requirement may result in the City withholding all
monies due until the Work is completed.
Hydraulic Mulch Matrix (Hydroseeding):
The unit price bid per SY of Hydraulic Mulch Matrix shall include 4” of topsoil and
the slurry for hydroseeding, including fertilizer, seed, water and Type Hydraulic
Mulch. The unit bid price shall be compensation in full to place and maintain per
MnDOT specification and the Engineer’s satisfaction.
Seed shall be in accordance with MnDOT 3876, mixture 25-131. Fertilizer shall
be in accordance with MnDOT 3881 and be a slow-release nitrogen type,
157
SC-54
10-20-20. Type Hydraulic Mulch shall be in accordance with MnDOT 3884,
Type B2.
Construction requirements for Hydroseeding are as follows:
1. Apply slurry mixture over designated areas at a rate of 6,000 gallons per acre.
2. Apply seed uniformly by hydroseeding method.
3. Application rates for hydroseeding:
a. Fertilizer: 75 lbs per 1000 gallons of slurry mix.
b. Type Hydraulic Mulch Type B2: 350 lbs per 1,000 gallons of slurry mix.
c. Water: 875 gallons per 1,000 gallons of slurry mix.
4. Work shall consist of establishing perennial ground cover by using
hydroseeder to hydraulically apply seed, water, fertilizer, and type hydraulic
mulch in one operation.
5. This item is in accordance with MnDOT Standard Specification 2575.3M
– Rapid Stabilization Method with the following exceptions:
a. The specified seed mixture, mixture 22-111, is not to be used for
permanent stabilization. Contractor shall use seed mixture 25-131 in
accordance with MnDOT 3876.
b. Work shall be completed within 7 days of final grading.
6. Apply seed at a rate specified under MnDOT 3876, according to the
specified seed mixture.
Seeding
The unit bid price per SY of Seeding shall include four inches (4”) of topsoil,
fertilizer and seed. The unit bid price shall be compensation in full to place and
maintain per MnDOT specification and the Engineer’s satisfaction.
Seed shall be in accordance with MnDOT 3876, mixture 38-631, applied at a rate
of 19.90 pounds/acre or 62 seeds per square feet. Fertilizer shall be in
accordance with MnDOT 3881 and be a slow-release nitrogen type, 10 20 20.
Rolled Erosion Prevention Products: Contractor shall furnish, install and
maintain specified categories of rolled erosion prevention products as shown on
the plans or directed by the Engineer. Use only natural fibers in the manufacture
of netting and fill material, unless otherwise specified in the Plans or directed by
the Engineer.
84. LANDSCAPE EDGING (2575): Landscape edging to be installed in accordance
with the Provisions of MnDOT Specification 2575, except as modified herein:
A. Black Diamond Poly Edging™, or approved equal, shall be used to
construct plant beds as shown on plan in accordance with the Technical
Specifications for planting in the Appendices. All edging acceptably placed
as directed by the Engineer shall be measured by the linear foot and paid
for under this item.
158
SC-55
85. MULCH MATERIAL (2575): The unit price bid for each type of Mulch Material
shall be considered compensation in full to furnish and install the required mulch
in new and/or existing plant beds in accordance with MnDOT Specification 2575.
Landscape Rock (Mulch, Type 9) shall be in accordance with MnDOT
Specification 3882, except that on areas designated for Type 9 mulch, the type of
rock shall match the existing rock it is placed adjacent to.
Landscape Rock (Mulch, Type 9) shall be measured and paid by the ton.
Mulch Material, Type Special shall be used to construct landscape beds with
processed shredded hardwood mulch in accordance with the Technical
Specifications for planting in the Appendices. Mulch shall be placed a minimum
of 4-inches deep. Mulch Material, Type Special shall be measured and
compensated for by the area in square yards of mulch material acceptably
placed.
86. PAVEMENT MARKINGS (2582): The unit prices bid for Pavement Markings to
be used in the roadway shall be considered compensation in full to place all
markings complete in-place as directed by the Engineer, and in accordance with
MnDOT 2582.
Contractor shall be responsible for all testing as described in the relevant
Specifications. Reports for all testing required shall be submitted to the
Engineer.
All costs for temporary traffic control or temporary signage in conjunction with
striping or other pavement markings shall be included in the lump sum bid price
for Traffic Control.
Payment for solid line or broken line multi comp shall be made on the basis of
actual linear feet of painted line as noted in the Plan. Each thickness and line
type shall be measured separately and paid for under separate bid items.
Payment for pavement message multi comp shall be made on the basis of actua
area of painted message as noted in the Plan.
Payment for crosswalk multi comp shall be made on the basis of actual square
feet of painted line. Crosswalk lines shall be 3-feet by 6-feet and spaced as
directed by the Engineer.
87. RESTORATION: Contractor shall restore all adjoining properties to the
Engineer’s satisfaction. Contractor shall work with adjoining property owners and
the City in protecting and minimizing any damage to adjoining landscaping,
sprinkler systems, invisible pet fencing or other property. Indiscriminate damage
to such systems shall obligate Contractor to replace such systems at its cost.
159
SC-56
88. CLEAN PIPE SEWER: The unit prices bid for clean pipe sewer shall be
considered compensation in full to clean pipe sewer and/or service laterals,
regardless of size, to a condition for proper installation of the repair product for
Bid Alternate A or Bid Alternate B. This shall include, but not be limited to,
removing all roots, protruding taps, mineral deposits and loose pieces of pipe, as
deemed necessary by the Engineer.
89. SANITARY SEWER MAIN REPAIR: The sanitary sewer repair sites under this
Contract have been televised. The Proposal Form represents the probable work
to be done at the various locations. The location of all work covered by the
Proposal Form is shown on the Plans. It is not the intent of this Section to
attempt to cover the entire problem, or the extent of the Work that may be
required to repair the sewer at each site. Copies of the video showing sewer
defects are available for download at the link provided in the Maintenance of
Existing City Utilities section of these Special Conditions.
A. Maintaining Flow: Contractor shall maintain flow at all times at all
repair locations. Maintaining flow on all Sanitary Sewer repairs shall
be considered incidental.
B. Sewer Lining: The unit price bid per linear foot for lining sewers shall be
considered compensation in full to line the pipe with a liner of the size and
length specified on the Proposal.
All lining required under this Contract must be completed at least
two (2) weeks prior to placement of the bituminous wearing course
(in the first area worked in).
Liners shall be constructed with a resin impregnated tube. Each liner
must be the full length of the area specified to be repaired. All costs
associated with the installation to meet the following requirements shall be
included in the bid price for sewer lining and/or service wye liners:
1. Mobilization and site preparation.
2. Televising and recording of sanitary sewer lines to be lined to
determine existing conditions on a manhole-to-manhole basis. The
recorded closed-circuit television (CCTV) video and written log of
the pipeline shall be submitted to the Engineer by August 30, 2024
prior to lining. Contractor shall stop the camera at each service
lateral and pan and tilt the camera in order to inspect the lateral
connection to the extent possible.
3. Cleaning necessary to a condition for proper installation of the
product. This shall include, but not be limited to, removing all roots,
protruding taps, mineral deposits and loose pieces of pipe, as
deemed necessary by the Engineer.
4. Determine if existing service connections are active or inactive and
perform any investigative work that may be necessary to make this
determination, including, but not limited to, dye testing, smoke
testing, and coordination with homeowners.
5. Notification of affected property owners including residents located
downstream to the nearest manhole, at least 24 hours in advance
160
SC-57
of proposed lining installation, of limited or restricted usage of
sewer lines.
6. Complete placement of approved lining material within sanitary
sewer in accordance with the manufacturer’s requirements, and as
directed by the Engineer.
7. Hydrophilic seal the ends of the liner in manholes to provide a
watertight seal, approved by the Engineer, and eliminates
infiltration from between the liner and the existing pipe.
8. Grind and seal the edges of short lining segments (that do not go
from manhole to manhole) to provide a watertight seal to eliminate
infiltration from between the liner and existing pipe and to help pipe
flow.
9. Flow control, including bypass pumping, if required.
10. Reinstatement and reconnection of service connections as
directed by the Engineer. All reinstated services shall be cut
open, then brushed to a smooth edge, to the satisfaction of the
Engineer.
11. Post-lining internal television inspection and recording. Pre-
and post- CCTV video shall be submitted to the Engineer and
become the property of the City.
12. Cleanup.
13. Other appurtenant and incidental work.
The only installers pre-qualified to do linings (defined as those areas
where a lining is installed through the full length of the existing
sewer between two adjoining manholes) are: Insituform, Inc., Veit,
Visu-Sewer, Inc., Granite Inliner, LLC, Michels Pipe Services,
S.J. Louis Trenchless, LLC, and HK Solutions Group.
All other contractors or subcontractors wishing to become prequalified to
perform this portion of the Work must apply two (2) weeks before bid
opening and shall submit to the Engineer for approval: 1) a license or
certificate from the manufacturer verifying their approval, 2) evidence of
the installer’s experience, including the number, total length and the
locations of project installations to date using the proposed materials and
methods, 3) names and telephone numbers of owners where work of this
nature was done by the proposed installer, and 4) detailed technical
information pertaining to long-term design considerations of the product.
The decision to accept or reject the applicant lies solely with the Engineer.
All lining materials shall be in accordance with the provisions of ASTM:
1. F1216 – Rehabilitation of Existing Pipelines and Conduits by
Inversion and Curing of a Resin Impregnated Tube.
2. D-3034 – Type PSM Poly (Vinyl/Chloride) (PVC) Sewer
Pipe and Fittings.
3. D-1248 – Specification for Polyethylene Plastics Molding and
Extrusion Materials.
161
SC-58
4. F-1504 – Standard Specifications for Folded Poly (Vinyl Chloride)
(PVC) Pipe for Existing Sewer and Conduit Rehabilitation.
5. F1743-96 – Practice for Rehabilitation of Existing
Pipelines and Conduits by Pulled-in-Place Installation
of Cured-in-Place Thermosetting Resin Pipe (CIPP).
7. D-1784 – Standard Specification for Installation of Deformed Poly
(Vinyl/Chloride) and Chlorinated Poly (Vinyl/Chloride) Components.
8. D-2122 – Method for Determining Dimensions of Thermoplastic
Pipe and Fittings.
9. D-3350 – Specifications for Polyethylene Plastics Pipe
and Fittings Materials.
The Contractor shall submit the following:
1. Manufacturer’s product literature and application and installation
requirements for materials used in the liner.
2. Manufacturer’s product certification for materials used in the liner.
3. Liner pipe thickness design (cured-in-place) signed by a
Professional Engineer licensed in the State of Minnesota. See
ASTM F1216 Section A.5.
4. Liner pipe thickness design shall be in accordance with Appendix
XI of ASTM F1216. In the liner thickness calculations, the minimum
quality of the host pipe shall be five (5) percent, the enhancement
factor (K) shall not be greater than 7.0; the minimum safety factor
shall be 2.0; and the flexural modulus of elasticity shall be reduced
to account for long-term effects and used in the design equation
E1. The reduction shall be 75 percent for HDPE material, 65
percent for PVC material and 50 percent for cured-in-place pipe
systems.
5. No liner will be approved for installation until liner thickness
calculations have been submitted and reviewed for conformance
with the Specifications and installation requirements.
6. Proposed plan for bypassing sewer signed by a Professional
Engineer licensed in the State of Minnesota.
7. The finished liner shall be fabricated from materials which, when
cured, will be chemically resistant to withstand internal exposure to
domestic sewage.
All manhole connections shall be watertight, utilizing hydrophilic gaskets.
CIPP Liners shall meet the following product requirements:
1. Resin:
a. The liner bag shall be impregnated with polyester resin for
general chemical applications. The resin shall not contain
fillers, except those required for viscosity control unless
approved by the Engineer. Up to 5% by mass thixotropic
agent, which will not interfere with visual inspection, may be
added for viscosity control. The resin shall contain a
162
SC-59
pigment to enhance visual clarity for inspection with video
equipment.
b. Epoxy resins may be required by Contractor, if conditions
are deemed to warrant their use.
2. Felt Content:
a. Content shall ensure cured thickness of liner as specified.
b. Thickness of cured liner to be as specified (+10%-4%), and
shall not include thickness of polyurethane inner liner.
3. Resin Content:
a. Shall be 10 to 15% by volume greater than volume of felt in
the liner bag.
4. The cured liner shall conform to the following minimal structure
standards listed herein:
Standard Value
Tensile Strength ASTM D638 3,000 psi
Flexural Modulus of Elasticity ASTM D790 250,000 psi
Flexural Strength ASTM D790 4,500 psi
5. The fabric liner shall be fabricated to the size such that when
installed, will fit the internal circumference of the pipe. Contractor
shall allow for circumferential stretching during insertion for such
sizing.
6. Contractor shall certify that CIPP shall meet the chemical
resistance requirements of ASTM F1216, Appendix X2.
When requested by the Engineer, Contractor shall submit test results from
previous field installations in the USA of the same resin system and tube
materials as proposed for the actual installation. These test results must
verify that the CIPP physical properties specified have been achieved in
previous field applications. Testing samples for this project shall be made
and tested at the Contractor’s expense.
It shall be the responsibility of the City to provide locations of all manhole
access points. Contractor shall be responsible for making the manholes
accessible for the Work. Any traffic control deemed necessary by the
Engineer shall be provided by Contractor, and included in the lump sum
price for Traffic Control.
1. CIPP liner insertion shall be performed in accordance with the
manufacturer’s recommendations, and in such a way to fully extend
the tube to its termination point, hold the tube tight against the pipe
wall, and produce dimples at service connections and flared ends
at maintenance holes. Lubricants may be used as necessary.
Care shall be taken so as not to over-stress the liner material.
2. Temperature gauges shall be placed to determine the temperature
of the incoming and outgoing water from the heat source. Another
such gauge shall be placed inside the tube at the remote end to
163
SC-60
determine the temperature at that location during the cure cycle.
Contractor shall supply a suitable heat source and water circulation
equipment to deliver hot water throughout the section to be cured
by means of a pre-strung hose to uniformly raise the water
temperature above the temperature required to effectively cure the
resin in accordance with the manufacturer’s recommendations.
3. Contractor shall maintain the manufacturer’s recommended
hydrostatic pressure and temperature throughout the curing
process and for the duration recommended by the manufacturer.
Compressible gases such as air or steam shall not be used.
4. Initial cure shall be considered complete when the exposed
portions of the pipe are hard and sound and the remote
temperature sensor indicates that the temperature is high enough
to create an exotherm.
5. Contractor shall slowly cool the hardened pipe liner in a
temperature below 100 degrees F before releasing the hydrostatic
pressure. Cool down may be accomplished by introducing cool
water into the inversion standpipe to replace water drained from a
small hole placed in the downstream end. Final pressure release
shall be slow to avoid development of a vacuum in the newly
formed pipe liner.
6. A tight seal shall be achieved at the ends of the liner. If this is not
achieved, then a seal must be achieved by applying a coating of a
resin mixture compatible with the liner material at the manholes.
7. Steam curing shall not be used unless Contractor meets the
following qualifications:
a. Contractor shall be licensed and certified by the
manufacturer of the CIPP Lining process and have
successfully completed at least 5 CIPP Lining Projects and
aggregate length of at least 10,000, of which 2,000 linear
feet must be greater than 9-inch pipe using steam curing.
b. Each installation crew must be directly supervised by a
dedicated foreman having previously supervised the
successful installation of at least 5 CIPP Lining Projects and
aggregate length of at least 10,000, of which 2,000 linear
feet must be greater than 9-inch pipe using steam curing.
Contractor shall reopen branch connections to buildings without
excavation using a remote-controlled cutting device monitored by a
video television camera.
Contractor shall certify he/she has a minimum of two (2) complete working
cutter units plus spare key components on the site before each lining
process begins.
After the sewer lining is complete, Contractor shall re-establish all
active service connections as soon as practical and before any
164
SC-61
adverse effect is experienced by the property owner. Contractor
shall determine active services during pre-construction televising.
If Contractor is unable to re-establish sewer service connections inside the
pipe and excavation is necessary, the cost and liability of such excavation
shall be the responsibility of Contractor, including any additional
landscaping or turf establishment.
Significant wrinkles, as determined by the Engineer, shall be cause for
rejection of the liner. Rejected liners shall be completely removed and the
pipes relined to provide a smooth pipe interior. The cost for all such
removals and relining shall be borne by Contractor.
Contractor shall warrant and save harmless the City against all claims for
patent infringement and any loss thereof.
C. Increased or Decreased Quantities: No consideration will be given to
requests for extra compensation due to increased or decreased quantities.
90. SANITARY SEWER SERVICE WYE SEALING VIA GROUT PACKER
INJECTION METHOD (BID ALTERNATE A): Work shall consist of sealing
sanitary sewer lateral service connections identified by the City.
Contractor shall:
A. Provide all labor, materials, tools, equipment, and incidentals as shown,
specified, and required to seal pipeline joints and lateral connections to
the mains using the packer injection method. The effective sealing length
of the lateral connection shall be a minimum of 18 inches from the
connection to the main.
1. Packer injection sealing is used to reduce the infiltration within the
pipeline, seal annular space between liners and host pipes, seal
pipe joints that have failed the joint test criteria, provide external
pipe support, but not a structural rehabilitation, by stabilizing soils
outside the pipe and prevent further loss of pipe bedding into the
pipe.
2. Packer injection sealing shall be accomplished by pressure
injection of chemical grout into the soils encompassing the exterior
of pipe joint. Chemical grouts shall be designed to be injected into
the soil surrounding the pipe, which stabilizes the soil and forms a
permanent impermeable seal called a grout/soil ring, and into the
annular space between liners and host pipes. Adequate volumes of
grout must be injected to form an effective seal. Adequate amounts
of grout are based generally upon pipe size and field conditions.
This application will be through structurally sound joints and lateral
connections through penetrations from within the pipe by using the
packer method in tandem with a CCTV inspection system.
165
SC-62
GENERAL
A. REQUIREMENTS
1. Contract requires work in active sewers. Contractor shall follow all
federal, state and local requirements for safety in confined spaces
and uniform traffic controls.
2. Contractor shall provide notification to affected property owners, at
least 24 hours in advance of proposed sealing that service will be
disrupted and provide notice when work is complete.
3. Contractor shall provide flow control, including bypass pumping if
required.
4. Contractor shall provide cleaning necessary to a condition for
proper installation of the product. This shall include, but not be
limited to, removing all roots, protruding taps, mineral deposits and
loose pieces of pipe, as deemed necessary by the Engineer (paid
for under Clean Pipe Sewer bid item).
5. Contractor shall remove residual grout after sealing is completed as
directed by the Engineer.
6. Additional safety considerations including safely handling, mixing,
and transporting of chemical grouts should be provided by the grout
manufacturer/supplier, and should include safe operating practices
and procedures, appropriate personal protective equipment (PPE)
for the various grouting operations, and proper storage,
transportation, mixing, and disposal of grouts, additives, and their
associated containers.
7. Requires completion of grout handling and mixing training
certification from the grout manufacturer/supplier for personnel
working with chemical grouts and additives.
B. RELATED SECTIONS
1. Sanitary Sewer Main Repair Section in this document
2. Standard Utilities Specifications for Sanitary Sewer Installation, and
Trench Excavation and Backfill/Surface Restoration, Revised 2013,
prepared by the City Engineer’s Association of Minnesota (CEAM)
and published by the League of Minnesota Cities, St. Paul
Minnesota, except as modified by these Special Provisions
C. QUALITY CONTROL
1. No change of material, design values, or procedures specified
herein may be made during the course of the Work without the prior
written approval of the Engineer.
D. SUBMITTALS
1. Contractor shall provide a minimum 48-hour advance written notice
of proposed testing schedules and testing procedures for review
and concurrence of the Engineer.
2. Equipment operating procedures and systems.
166
SC-63
3. Chemical Grout information:
a. Description of chemical grout materials to be used per section
PRODUCT.C.
b. Description of proposed additives to be used per section
PRODUCT.D.
c. Manufacturers recommended procedures for storing, mixing,
testing and handling of chemical grouts.
d. MSDS sheets for all materials to be used.
4. Identify the manufactures & models of the packers to be utilized on
the Project.
5. Upon completion of each pipe segment, submit to Engineer a report
showing the following data for each joint and/or lateral connection
tested, grouted or attempted to be grouted as required by PACP.
a. Identification of the sewer pipe section tested by assigned
sewer ID or house address for lateral connections, and length.
b. Type of pipe material, diameter & depth of pipe to the surface at
manholes.
c. Length of pipe sections between joints.
d. Test pressure used and duration of test.
e. Pass/fail results for each joint/connection tested.
f. Location stationing of each joint/connection tested and location
of any joints/connections not tested with an explanation for not
testing.
g. Volume of grout material used on each joint or connection.
h. Gel set time used (cup test results from tanks)
i. Grout mix record of the batches mixed including amount of grout
and catalyst, additives, temperature of the grout solution in
tanks.
j. Name of the operator conducting testing and sealing shall be
noted on the reports.
k. Video recordings
i. Video recording shall include sealing operations for each
joint/lateral (including inflation and deflation over the
joint/lateral) displaying the final air test of joints or laterals.
ii. Additional final recording, shall include inspection of the pipe
or lateral after all grouting work is complete.
E. REFERENCE STANDARDS TO BE USED
1. ASTM F2304 Standard Practice for Rehabilitation of Sewers using
Chemical Grouting (latest revision)
2. ASTM F2454 Standard Practice for Sealing Lateral Connections
and lines from the Mainline Sewer Systems by Lateral Packer
Method, Using Chemical Grouting (latest revision)
F. METHOD OF MEASUREMENT
1. SEAL MAIN TO LATERAL CONNECTION WITH 3’ BLADDER
167
SC-64
a. Measure by the each size sealed lateral connection, pipe to
each size of sewer main.
b. Measure by the gallon for the chemical grout required to
effectively seal each lateral connection.
c. Includes mobilization, notification of affected property owners
and any traffic control that may be necessary.
d. Includes flow control and bypass pumping as necessary.
e. Includes all materials, equipment, and labor needed to prepare
the lateral to be sealed after completing lateral cleaning.
f. Includes all materials, equipment, and labor needed to prepare,
mix, and install the chemical grout.
g. Includes all materials, equipment, and labor needed to provide
advance notice, updates, and notice that their lateral is back in
service to each affected property Owner.
h. Includes all materials, equipment, and labor needed to bypass
the flow around each lateral connection to be sealed.
i. Includes all materials, equipment, and labor needed to test the
lateral connection before and after grouting.
j. Includes cleaning residual grout after sealing.
k. In the event that sealing fails, it includes all materials,
equipment, and labor needed to access the failed pipe, repair
the failure to the satisfaction of the Engineer, and restore the
affected area to the satisfaction of the Engineer.
l. Includes all materials, equipment, and labor needed to prepare
and submit to the Engineer submittals requested in Article
GENERAL.D above.
m. Includes all materials, equipment, and labor needed to prepare
and submit to the Engineer the digital CCTV files for inspection
work after sealing has been completed.
G. BASIS OF PAYMENT
1. Payment for acceptable quantities of sealing with chemical grout
shall be at the contract unit price listed on the Bid Form. All
associated work items are incidental.
2. Contractor shall be advised that the actual number of services
sealed and grouted will be determined after the mainline CCTV (by
others) is reviewed by the City after the Project is bid. No claim
shall be made for increased or decreased quantities.
PRODUCTS
A. TESTING AND SEALING EQUIPMENT
1. The basic equipment used for mainline pipe joints and for laterals
connected to the mainline shall consist of a remotely operated color
television camera capable of pan and tilt, joint testing device
(referred to hereafter as a packer), and test monitoring equipment.
The equipment shall be constructed in such a way as to provide
168
SC-65
means for introducing air under pressure into the void area created
by the expanded ends of the packer against the host pipe and a
means for continuously measuring, viewing and recording the
actual static pressure of the test medium and grout within the void
area only. The packer shall be of a size less than the diameter of
the host pipe, with the cables at either end used to pull it through
the line and may be constructed in such a manner as to allow a
restricted amount of sewage to flow at all times. Packer shall be
expanded by air pressure. Packers shall be of low void space
construction with void volume given by the packer manufacturer.
2. The device for testing lateral connections shall consist of inflatable
mainline end elements and a lateral sealing plug that creates a void
area extending beyond the main connection. Whenever possible,
use a lateral sealing plug sized to match the diameter of the lateral
being sealed with an effective sealing length of at least 18 inches.
Where the lateral is capped, utilize alternate lateral sealing plug or
equipment sized appropriately for the capped lateral.
3. Void pressure data shall be transmitted from the void area to the
monitoring equipment or video picture of a pressure gauge
mounted on the packer and connected to the void area. All test
monitoring shall be above ground and in a location to allow for
simultaneous and continuous observation of the televising monitor
and test monitoring equipment.
4. Sealing equipment shall consist of the packer, appropriate pumping
and hosing systems capable of supplying an uninterrupted flow of
sealing materials to completely fill the voids. Grout pumping
system shall be sized to deliver a mixed volume of grout at a
minimum of 3 gpm and 30 gallons of uninterrupted flow within 10
minutes.
5. Volume of mixed grout pumped must be capable of being
measured and recorded for each sealed joint/connection.
Generally, the equipment shall be capable of performing the
specified operations in sewers where flows do not exceed 25
percent of pipe diameter unless permitted by Engineer.
6. Connection and lateral service sealing shall be accomplished using
the lateral sealing plugs and push packers specified above.
Provide back-up bladders for each packer on-site at all times during
grouting procedures.
7. Equipment for cleaning lateral blockages shall be readily available
while any lateral sealing work is being performed.
B. GROUTS - GENERAL
1. All grout materials must have the following characteristics:
a. While being injected, the grout must be able to react
/perform in the presence of water (groundwater).
169
SC-66
b. The ability to increase grout mix viscosity, density and gel
strength by increased concentration of constituents or the
use of approved additives.
c. The cured grout must withstand submergence in water
without degradation.
d. The resultant grout formation must be homogeneous and
prevent the passage of water (infiltration) through the pipe
joint.
e. The grout must not be biodegradable.
f. The cured grout should be chemically stable and resistant to
organics found in sewage.
g. Residual grout shall be easily removable from the sewer line
to prevent blockage of the sewage flow.
2. Handle, mix, and store grout in accordance with the manufacturer’s
recommendations. The materials shall be delivered to the site in
unopened original manufacturer’s containers.
C. CHEMICAL GROUTS
1. Water based chemical grouts shall have the following
characteristics:
a. A minimum of 10% acrylamide base material by weight in
the total grout mix. A higher concentration of acrylamide
base material is recommended to increase strength or offset
dilution during injection.
b. The ability to tolerate some dilution and react in moving
water during injection.
c. A viscosity of approximately 2 centipoise, which can be
increased with approved additives.
d. A controllable reaction time from 10 seconds to 1 hour.
e. A reaction (curing) that produces a homogenous, chemically
stable, non-biodegradable, firm, flexible gel.
f. The ability to increase mix viscosity, density and gel strength
by increased concentrations of the mix constituents or by the
use of approved additives.
g. Product Manufacturer:
i. Avanti AV-100, Avanti AV-118; or equal.
D. ADDITIVES
1. At Contractor's discretion and according to field conditions,
additives may be selected and used within the manufacturers
recommended quantities.
E. Strengthening Agents
1. For joint sealing, a latex or “diatomaceous earth” additive may be
added to increase compressive and tensile strength. The quantity
of strengthening agent additive shall be as recommended by the
manufacturer and approved by Engineer. Product Manufacturer:
170
SC-67
a. Avanti AV-257 Icoset; or equal.
F. Root Inhibitor
1. When roots are present, for joint and lateral connection joint
sealing, a root deterrent chemical shall be added to control root re-
growth. The quantity of inhibitor shall be as recommended by the
manufacturer and approved by Engineer.
2. Product Manufacturer:
a. Avanti AC-50W; or equal.
3. Dye - A manufacturer approved water soluble dye without trace
metals may be added to the grout tank(s) for visual confirmation.
4. Gel Time Modifier - A gel time extending agent may be used in
accordance with the manufacturer’s recommendations to extend
gel time as necessary.
5. Freeze/Thaw - In those lines where the grout may be exposed to a
freeze-thaw cycle, ethylene glycol or other Engineer approved
additive shall be used to prevent chemical grout cracking once set.
6. When using non soluble additives the grout tanks must have
mechanical mixing devices to keep the additives in suspension and
maintain a uniform solution of grout and additive.
EXECUTION
A. CONTROL TESTS
1. Packer Tests - Demonstrate the acceptable performance of air test.
a. To insure the accuracy, integrity and performance
capabilities of the testing equipment, a demonstration test
will be performed in an above-ground 8” nominal diameter
test cylinder suitable to contain the full length of the packer
and sustain the void test pressure. The test cylinder shall be
equipped with a void release valve to exercise a controlled
release of pressurized air from the void area to test the
packer under both sound and leaking conditions. The test
cylinder shall also be equipped with a local pressure gauge
(0-25 psi) within the void space.
i. With the void release valve sealed, inflate the packer
and air test void at 7-10 psi. The observed void
pressure at the test cylinder pressure gauge must be
within ±1.0 psi of the reading in the control center/studio
void pressure gauge and follow both up and down
pressure changes (allowing time for pressure
equalization).
ii. If above test is passed, crack the release valve to
simulate a very small leak. The cylinder shall be
equipped with a void release valve to exercise a
controlled release of the test media with the associated
pressure drop to be equally displayed ±1.0 psi of the
cylinder gauge and test monitoring equipment.
171
SC-68
b. After entering each pipeline segment with the test
equipment, but prior to the commencement of joint testing,
position the packer on a section of sound sewer pipe
between pipe joints, and perform a test as specified. The
equipment shall hold a 7-10 psi test pressure for a period of
15 seconds with a pressure drop of less than 1 psi. In the
event of a failed test, repair any defective equipment and re-
test to verify proper operation of all equipment at no
additional compensation. Should it be found that the surface
or porosity conditions of the barrel of the sewer pipe cannot
meet the joint test requirements, then the performance
testing shall be waived or modified as determined by the
Engineer.
c. If air testing cannot be performed successfully, repair or
otherwise modify air test equipment and repeat the tests.
This test may be required at any other time during the
performance of joint testing work if the Engineer suspects
the testing equipment is not functioning properly.
2. Pump Tests - At the beginning of the contract, prior to application of
grout, perform a pump test to determine if proper ratios are being
pumped from the grout component tanks at the proper rates and to
measure pump rates. Use separate containers to capture the
discharges from each of the grout component hoses, to simulate
the actual volumes of each component through the interconnect
hoses, hose reel and length of grout hose and confirm accuracy of
grout pump totalizer. Take corrective action if ratios or rates are
not within manufacturer’s recommended standards.
3. Grout Tests - Perform and record a grout gel test in the presence of
the Engineer by recording the grout tank solution temperature,
catalyst tank solution temperature, ambient air temperature in truck,
and gel time of the sample whenever the following conditions occur:
a. At the beginning of each day; the material in the hoses shall
be recycled to the tanks and a sample shall be taken.
b. When new batches of grout are mixed.
c. Whenever the temperature in the tanks or ambient
temperature have changed by more than +/- 10°F from the
previous gel test.
B. PIPE PREPARATION
1. Prior to the application of the chemical grout materials, Contractor
shall thoroughly clean the sewer designated to receive the chemical
grout. Cleaning shall constitute removal of all roots and loose
debris and solids which inhibit proper seating of the packer.
Removal of hardened materials such as concrete shall be
considered beyond the scope of this work.
2. The City shall have cleared the designated sewer line(s) of
obstructions such as dropped joints, protruding lateral connections,
172
SC-69
and broken pipe / crushed pipe which will prevent the use of the
grouting equipment. If the CCTV inspection reveals a condition for
which an applicable pay item has not been included on the
Schedule of Prices, Contractor shall inform the Engineer. Engineer
may choose to make a point repair or will direct Contractor to
abandon the section of pipe or lateral connection scheduled for
sealing.
C. GROUT PREPARATION
1. Follow the manufacturer’s recommendations for the mixing and
safety procedures.
2. Adjust gel time as necessary to compensate for changes in
temperature in grout component tanks or hoses. The addition of
dilution water to extend gel times is not acceptable unless resulting
base grout tank only material exceeds 20% by weight for solution
grouts.
3. During the grouting process, the Grouting Technician shall monitor
the grout component tanks to make sure that proper ratios are
being pumped. If unequal levels are noted in the tanks, repeat the
pump test as described above and correct any defective
equipment.
4. Gel times shall be calculated using the following formula unless
Contractor experience and/or field conditions dictate otherwise.
Any alterations of the gel time formula shall be approved by the
Engineer.
5. Packer/Pipe void shall be defined as the volume between the
inflated packer and the inside pipe wall when the packer is inflated
per manufacturer recommendations. For example: an 8” pipe with a
packer void space of 0.3 gallons and a 3 gpm pumping rate would
provide
D. TESTING AND SEALING DEFECTS
1. Testing and Sealing shall only be performed on those lateral
connections as directed by the Engineer.
2. Testing and Sealing will not be required on pipe exhibiting the
following conditions or characteristics:
a. Longitudinally cracked, fractured or broken pipe.
b. Sections of the pipe with structural defects between joints.
c. Any sections of pipe or joints or lateral connections that are
in such poor structural condition that in the judgment of
sec)5/sec(20min1
sec60
)(
)(ker/−++
=gpmRatePumping
galSpaceVoidPacPipeofVolumeTimeGel
( )sec)5/sec(26sec20min1
sec60
)(3
)(3.−+=+
=gpm
galTimeGel
173
SC-70
Engineer or Contractor, significant structural damage of the
pipe would occur as a result of testing or sealing.
3. Any structurally undamaged joint that structurally fails (breaks)
during testing and sealing that are documented on video to have
been done under normal pressure conditions shall be the City’s
responsibility and cost to repair.
4. Seal all circumferential cracks and fractures or other defects as
specified or as directed by Engineer. Do not test or seal any other
pipe defects unless so specified or shown, or directed by Engineer
to do so. Any structurally failed pipe or joint that is sealed at the
Engineer’s direction that further fails/breaks during testing and
grouting that are documented on video to have been done under
normal pressure conditions shall be the City’s responsibility and
cost to repair. Promptly repair any other sewer damage resulting
from Contractor’s operations at no additional compensation.
E. LATERAL CONNECTION TESTING PROCEDURE
1. Lateral connection joint testing pressure shall be equal to 0.5 psi
per vertical foot of pipe depth plus 2 psi; however, test pressure
shall not exceed 10 psi without approval of the Engineer.
2. Air testing lateral connections shall be accomplished by isolating
the area to be tested with the lateral connection packer and by
applying positive pressure into the isolated void area. A pan and tilt
camera shall be used to position the lateral packer for laterals
directly connected to the mainline sewer. The lateral bladder shall
be inverted from the mainline assembly into the lateral pipe and
inflated. The mainline elements shall then be inflated to isolate the
lateral connection and the portion of the lateral to be tested. A
sensing unit shall monitor the pressure of the packer void and will
accurately transmit a continuous readout of the void pressure to the
control panel at the grouting truck or to a pressure gauge on the
packer recorded by the CCTV camera.
3. The test procedure will consist of applying a controlled air pressure
into each isolated void area. Air shall then be slowly introduced
into the void area until a pressure equal to or greater than the
required test pressure, but in no cases greater than 2 psi above the
required test pressure, is observed on the pressure monitoring
equipment. Once the designated pressure in the isolated void is
displayed on the meter of the control panel, the application of air
pressure will be stopped and a 15 second waiting period will
commence. The void pressure will be observed during this period.
If the void pressure drop is greater than 2.0 psi within 15 seconds,
the lateral shall be considered to have failed the air test and shall
be grouted and retested.
4. After completing the air test for each individual lateral specified
herein, deflate the lateral packer, with the void pressure meter
continuing to display void pressure. If the void pressure does not
174
SC-71
drop to 0.0 +/- 0.5 psi, the equipment shall be adjusted to provide a
zero void pressure reading at the monitor.
F. SEALING GENERAL
1. Seal all joint and lateral connections that failed the pressure test, or
as specified or as directed by the Engineer, by the injection
method. This shall be accomplished by forcing grout through a
system of pumps and hoses into and through the joints of the sewer
from the packer within the sewer pipe. Remove excess grout from
pipe and laterals. Excess grout shall be defined as a thickness of
grout that given its location, size and geometry, could cause a
blockage. Flush or push forward to the next downstream manhole,
remove from the sewer system, and properly dispose of excess
grout.
G. LATERAL CONNECTION SEALING FROM THE MAINLINE BY PACKER
INJECTION GROUTING
1. Lateral connection sealing begins if the lateral connection does not
pass the air test, shows evidence of leakage, has been successfully
cleaned to remove roots, or where Contractor has been directed.
The lateral packer shall remain in position during the pressure test,
thus maintaining the isolated void. Pressure inject grout through the
lateral packer into the annular space between the lateral sealing
plug and the lateral pipe.
2. When pumping grout, operate the pumps until the mixed grout has
flowed through any joint failure, through any annular space, and
into the surrounding soil; gelled or filled the available void space;
formed a cohesive seal stopping further grout flow; and minimum of
8 psi back pressure is achieved while pumping. As grout pumping
continues the void pressure will slowly rise to a range of about 2 to
4 psi, continue pumping until a point where there is a sudden
increase in the void pressure. This increase from 2 to 4 psi to over
8 to 10 psi takes place in a matter of a few seconds. If the grout
pumped exceeds 1 gallon per foot of lateral bladder plus 3 gallons,
it will be suspected that there are significant voids on the outside of
the pipe or that the packer is not properly sealed. Check that the
packer is sealed properly. If it is, modify grouting procedure to
stage grouting by pumping additional grout equivalent to 1 gallon
plus 0.25 gallon per foot of lateral bladder, waiting 1 full minute, and
retesting. The maximum number of stages shall not exceed two
stages unless authorized by Engineer.
3. Upon completion of the lateral connection sealing procedure,
deflate the lateral bladder, re-inflate and air test the lateral
connection a second time to confirm the sealing of the connection
in accordance with the air testing procedure. If the lateral
connection fails this air test, repeat the grouting procedure at no
175
SC-72
additional cost to the City, except for the additional grout used. Air
tests after grouting laterals containing roots is not required.
4. Confirm lateral flow after sealing of each lateral connection. If a
grout blockage exists, Contractor shall immediately clear the lateral
at no additional cost to the City. Blockages in the lateral that are
not the result of sealing operations shall not be the responsibility of
Contractor.
5. After sealing lateral connections (with the appropriate size lateral
bladder), a thin residual grout film may be present inside the lateral
wall. The amount of residual grout film present is dependent on the
lateral bladder used, geometry of the lateral and positioning of the
packer. This thin layer of cured grout is normal and will eventually
peel off the sidewall of the pipe. The residual chemical grout film is
not “sandwiched” between two structures and will eventually peel
off the sidewall of the pipe. This residual chemical grout film is not
considered excess grout.
H. JOINT / LATERAL CONNECTION SEALING VERIFICATION
1. Record sealing of joints in conjunction with the testing of joints.
Record the void pressure drop continuously on video and in writing
immediately before and after sealing. After the packer is deflated
and moved, record on video the visual inspection of the joint.
2. Use of standardized test and seal data sheets and PACP data
codes is highly recommended.
I. DISPOSAL
1. Collect and properly dispose of cleaning materials used in the
cleaning of the sealing and grout mixing equipment.
J. POST-CONSTRUCTION INSPECTION
1. Conduct Post-Construction Inspection of lateral and mainline
utilizing CCTV.
2. Upon completion of sealing lateral connections, notify the Engineer
so that the Engineer may be present during the CCTV inspection of
the sealed lateral connections to verify that no infiltration is present.
91. SANITARY SEWER SERVICE WYE LINING (BID ALTERNATE B):
A. Provide Sanitary Sewer Service Repair at all active service locations in the
lining area.
1. CIPP Service Wye Liners without cleanouts (blindshot method)
B. Method of Measurement
1. Measure each service connection as a unit
C. Basis of Payment:
1. Unit Price as listed on Bid Form as service wye lining.
176
SC-73
2. Associated Work Items: Incidental.
3. Pipe Liner: The unit price bid for liners shall be considered
compensation for all labor & equipment to line the portion of the
sewer service indicated.
4. Dewatering: Incidental.
References
A. ASTM D790
B. ASTM D2990
C. ASTM D3567
D. ASTM D5813
E. ASTM D2990/DIN EN 761
F. ASTM F1216-07B
G. ASTM F2561-06
System Description
A. CIPP:
1. This work shall occur after the Sanitary Sewer Main Repair via
lining is complete.
2. All lining required under this Contract must be completed at least
two (2) weeks prior to placement of the bituminous wearing course
(in the first area worked in).
3. The service lateral lining shall provide a one-piece, homogenous,
cured in-place full circle main to lateral non-leaking connection
lining by air inversion with no overlapping materials. The CIPP shall
cure into a hard, impermeable liner pipe of the submitted and
approved thickness and form a structurally sound liner pipe with a
uniformly smooth interior providing hydraulic flow equal to or
greater than the existing lateral in original condition.
4. The inverted lateral CIPP lining must be able to invert to a minimum
distance of 18 inches while being able to compromise 4” and 6”
lateral connections including lateral diameter changes with main
pipe diameters of diameters of 8” through 12”.
5. Must heat cure (steam). No ambient cure allowed.
6. The one-piece CIPP main to lateral lining will incorporate
hydrophilic non-caulk solid gasket sealing technology & the use of
compressible materials in the main CIPP portion and at the
termination of the lateral liner.
7. Soft caulk gaskets, collar type systems, two-piece systems,
systems where the lateral is pulled in-place and CIPP connection
systems that are based on adhesion will not be allowed.
8. Insert hydrophilic waterstop on the upstream end of the CIPP
Blindshot.
177
SC-74
9. All main to lateral sewer service lining connections shall comply
with or latest revision of ASTM F2561-06.
10. No cleanout required for CIPP method Blindshot.
11. Contractor Qualifications:
(a) Contractor shall be licensed and certified by the
manufacturer of the CIPP Blindshot process and have
successfully completed at least 10 CIPP Blindshot
installations for the manufacturer proposed using the specific
method of installation and curing proposed.
(b) Each installation crew must be directly supervised by a
dedicated foreman having previously supervised the
successful installation of at least 10 CIPP Blindshot
rehabilitations using the manufacturer proposed and using
the specific method of installation and curing proposed.
(c) Exclusive of the foreman, the installation crew must include
at least 2 members who have each previously completed the
successful installation of at least 10 CIPP Blindshot
rehabilitations using the manufacturer proposed and using
the specific method of installation and curing proposed.
Submittals
A. Product Data: Submit manufacturer product literature and application and
installation requirements for materials used in the liner, including:
1. A copy of the license and or certification as issued by the
manufacturer.
2. A resume for each proposed foreman responsible for the
supervision of installations. The resume shall include name,
employment history (5 years), current position within the
organization, current responsibilities, proposed project
responsibilities, and certifications.
3. Documentation of meeting experience requirements in System
Description Paragraph A.3. Include references with names and
contact information.
4. Submit structural design calculations and specification data sheets
listing all parameters used in the liner design and thickness
calculations based on Appendix XI of ASTM F1216 for each lateral.
All calculations shall be prepared under and stamped by a
Professional Engineer registered in the State of Minnesota.
5. Proposed plan for bypassing sewer.
6. Installation and quality control plan, including Sewage Bypass
Pumping Plans, mainline sewer and lateral cleaning plan and
cleanliness requirements, liner shot plan and sequence, liner
installation standard procedures, temperature monitoring plan, odor
controls procedures, and plan to manage flow to/from laterals
during lining for consideration and approval by the Engineer.
7. Curing schedule for each shot, including heating, curing, and cool-
down schedules for consideration and approval by the Engineer.
178
SC-75
8. Hydrophilic end seal material to be used and method of installation.
9. Contingency Plan, including methods and equipment to be used to
repair unacceptable liner defects, for removing failed liners, and for
availability and accessibility of backup equipment such as air
compressors and boilers.
10. Curing log of CIP lateral lining (CIPLL) temperature and pressure at
each lateral during the curing process to document that proper
temperatures and cure times have been achieved. Submit curing
logs weekly.
11. The name of the liner and resin manufacturer, the location of the
facility where each was manufactured and a list of appurtenant
materials and accessories to be furnished.
12. The type and volume of catalysts and promoters added to the resin.
13. Manufacturer's Quality Control Plan or procedures that ensure
proper materials are used in the resin impregnation process and in
liner shipping and storage.
14. Independent third party ISO 17025 certified laboratory test reports
demonstrating that the exact resin/liner combination to be used for
this project meets the requirements for initial structural properties
(performed in accordance with ASTM F1216 and ASTM D790
and/or ISO 178 with a wall thickness measured per DIN EN 13566-
4) and chemical resistance (performed in accordance with ASTM
F1216-Appendix X2 or ASTM D5813).
15. Independent third party certified laboratory test reports
demonstrating that the exact resin and comparable liner to be used
for this project has been tested for long-term flexural modulus of
elasticity and long-term flexural strength (i.e., 10,000 hour minimum
creep testing performed in accordance with ASTM D2990/DIN EN
761 for design conditions applicable to this project).
(a) Test will be performed for a minimum of 10,000 hours under
test conditions and loadings described below. Independent
third party test data of the entire ASTM D-2990/DIN EN 761
data set are required as substantiation of the values used in
design. The data points from 1,000 hours to 10,000 hours of
the Long-term Flexural Modulus shall be extrapolated using
a Microsoft Excel log-log scale linear regression analysis,
unless Engineer determines that the data set better suit
another regression method, to determine the minimum
service life performance of the resin-tube.
(b) Testing will be conducted at:
i. Temperature: 21 to 25°C
ii. Relative humidity: 50% minimum
iii. Load: Equivalent to 25% of the initial yield stress
measured in accordance with ASTM D790/ISO 178, or as
approved by Engineer.
179
SC-76
B. Testing
1. CIPP - If requested, submit test results from previous field
installations in the USA of the same resin system and tube
materials as proposed for the actual installation. These test results
must verify that the physical properties specified have been
achieved in previous field applications.
Regulatory Requirements
A. Work shall be done in accordance with applicable state and local codes,
rules, and ordinances.
B. Certify that CIPP shall meet the chemical resistance requirements of
ASTM F1216 Appendix X2.
Project Conditions
A. View Site prior to bid opening to determine obstructions or Site conditions
which may affect Work.
B. Provide for continuity of sanitary sewer service to each facility connected
to the affected sections and ensure no sewage backup to private property.
C. Maintain commercial and residential sewer service during the installation
process and bypass pump individual laterals if needed. If necessary to
properly complete the Work, Contractor may interrupt flow from services
for no more than 4 hours on any given day if such interruption is first
coordinated with and allowed by the property owner(s). Upon completion
of the Work requiring interruption of service, immediately restore all
services and notify the property owner(s) that service is again available.
Contractor assumes all responsibility for notifying property owners of
service interruptions. Contractor also assumes all responsibility for
blockages, back-ups, or damages caused to public or private property as
a result of the interruption of service, whether caused by Contractor’s or
property owner’s actions.
D. Make manholes accessible for Work.
E. Provide necessary traffic control, as requested by Engineer.
F. All active service connections to be replaced.
G. The mainline lining contractor shall internally cut and remove any
protruding laterals and service hammer taps. No lateral shall protrude into
the main more than ½ inch.
Materials
A. Performance Liner, as manufactured by LMK Enterprises, Inc. is the only
approved product for use on this project for CIPP Blindshots.
B. CIPP Liner Requirements:
1. Resin:
180
SC-77
(a) Liner bag: Impregnated with polyester resin for general
chemical applications.
(b) No fillers except those required for viscosity control unless
approved by Engineer.
(c) Viscosity control: Up to 5 percent by mass thixotropic agent,
which will not interfere with visual inspection.
(d) Pigment to enhance visual clarity for inspection with video
equipment.
(e) Epoxy resins may be used by Contractor if conditions are
deemed to warrant their use.
2. Felt Content: Cured thickness of liner plus 10 percent minus 4
percent not including thickness of polyurethane inner liner.
3. The tube shall be capable of conforming to offset joints, bells and
deformed pipe sections up to 20% of original pipe diameter.
4. Resin Content: 10 to 15 percent by volume greater than volume of
felt in the liner bag.
5. Conform to the following minimal structure standards listed herein:
(a) Tensile Strength: ASTM D638, 3000 psi.
(b) Flexural Modulus of Elasticity: ASTM D790, 250,000 psi.
(c) Flexural Strength: ASTM D790, 4500 psi.
6. Fabric Liner: Fabricate to size to fit the internal circumference of
pipe. Allow for circumferential stretching during insertion for such
sizing.
Preparation
A. Clean mainline and service pipe prior to lining, such that the pipes are free
of roots, grease, sand, rocks, sludge and other debris. Cleaning mainline
or service pipe deemed necessary by the Engineer shall be paid for under
separate bid item.
B. Clear the mainline and service of obstructions such as solids, dipped joints
or broken pipe that will prevent the insertion of the liner. If inspection
reveals an obstruction that cannot be removed by the conventional
cleaning equipment, make an excavation and repair the obstruction. This
work shall be approved by the Engineer prior to commencement of the
Work and shall be paid for as Extra Work.
C. CIPP Pre-Construction Inspection submittals shall accurately locate all
transitions, bends, and defects. Any discrepancies between the footage
reported on the video inspection and on the report must be reconciled on
the report by showing both distances. Any water or obstructions in the
lateral must be removed prior to the inspection.
D. Inspect and confirm the inside diameter, alignment, length, ovality, and
condition of each service to be lined. Use the data and information
collected from this inspection to verify the size of the liner and refine the
installation techniques. If unknown physical conditions in the Work area
that differ materially from those ordinarily encountered are uncovered
during the investigation, Contractor shall notify the Engineer.
181
SC-78
E. Visually inspect each service immediately prior to CIPLL lining to
demonstrate that the service is clean and free of roots, grease, sand,
rocks, sludge, or structural impediments that would affect long-term
viability of the CIPP. Visually inspect mainline sewer immediately prior to
CIPLL lining to demonstrate that the mainline sewer is clean and free of
impediments that would affect long-term viability of the lateral liner.
Installation Procedures
A. Saturate tube with the resin in accordance with manufacturer's
instructions. Liner wet out may not be done on any surface whose
temperature is greater than 70º Fahrenheit.
B. For LCS, provide flow control sufficient to allow CCTV observation of
mainline packer throughout liner installation.
C. Completely protect the resin-saturated lateral tube during positioning and
installation. No resin shall be lost by contact with manhole walls or pipe.
D. After insertion is complete, apply a suitable recirculation system capable
of delivering air, steam, or water, as required by the liner system
manufacturer, uniformly throughout the section to achieve a consistent
cure of the resin. If using hot air or steam, slowly bleed in heated air to
control the initial rise in liner temperature such that heating air temperature
rises no more than 3 degrees Fahrenheit per minute. Maintain the curing
temperature recommended by the liner system manufacturer. Prevent
excessive temperatures that could scald or bubble the liner. Scalded or
blistered liner will be rejected if, in the opinion of the Engineer, the
performance of the liner is compromised.
E. During curing, provide controls to prevent odors from entering private
residences.
F. Prevent air, steam, or curing water from entering the private residence at
all times.
G. Cure and cool down the CIPP in accordance with manufacturer's
instructions.
H. Provide a view of the CIPP contacting the service pipe from the beginning
to the end of the repair.
I. After the curing process is complete, remove all installation and curing
equipment from the host service pipe. No material other than the cured
CIPP shall remain in the host pipe. Provide a finished CIPP that is
continuous and free as commercially practicable of visual defects such as
foreign inclusions, dry spots, pinholes, delamination, and wrinkles in any
location in excess of 10% of the host pipe inside diameter. Verify there is
no potential for obstruction of flow.
J. If a point repair is required after the liner has cured, use a tube segment
with compatible (preferably identical) properties as the existing liner to
splice across the point repair. Point repair shall extend a minimum of 12
inches on each side of the defect.
182
SC-79
Post-Construction Inspection of Completed Work
A. Conduct Post-Construction Inspection of service and mainline connection.
Perform Post-Construction Inspection no sooner than 30 days and no later
than 60 days after the completion of lining work. Inspection submittals
shall accurately locate all transitions, bend, and defects. Any
discrepancies between the footage reported on the video inspection and
on the report must be reconciled on the report by showing both distances.
Remove water and obstructions in the service prior to the inspection.
Quality Control Tests
A. Pressure Testing
1. All pressure testing shall be conducted in the presence of the
Engineer.
2. For each service rehabilitated, air test the service liner and
connection at the main using a service testing packer that extends
beyond the repair to seat on the original pipe/liner.
3. Increase pressure in the void area to at least 8 psi. The duration of
the test shall be 30 seconds with a maximum of 1.0 psi loss in
pressure.
B. Material Sampling
1. Prepare, cure, and provide to Engineer one restrained pipe sample
for every 50 lateral liner installations of each resin-fabric
combination used for this project or fraction thereof, in accordance
with the Field Sample Preparation Plan.
2. Construct an above-grade Tee-fitting mockup for each restrained
sample in which a liner can be installed using similar methods as
below-grade. Select material and size of PVC host pipe for
restrained sample to match the inside diameter of the main and
lateral being rehabilitated as close as reasonably practicable. The
lengths of the main and lateral pipes shall be of sufficient length to
install the liner in a similar fashion as below-grade. Cure the sample
in the same manner as the installed liners.
3. The sample submitted shall have the main portion cut a minimum of
two inches beyond the maximum dimension of the mainline portion
of the liner. The lateral portion of the sample shall be 4 feet long.
C. The following tests at the following minimum frequencies will be performed
by Contractor. The results of these analyses will be assumed to be
representative of the liners. Contractor may elect to perform additional
testing. Contractor may, at his discretion and cost, conduct additional
testing to improve the resolution of performance test characterization. Any
testing Contractor elects to perform shall be performed by an independent,
certified ISO 17025 testing facility. Each test shall be performed by a
laboratory with an American Association for Laboratory Accreditation
(A2LA) for the specific test to be performed.
183
SC-80
1. Short-term Flexural (Bending) Properties - The initial tangent
flexural modulus of elasticity and flexural yield strength measured in
accordance with ASTM D790.
(a) Frequency - 1 test per sample
2. Thickness measured in accordance with ASTM D3567.
(a) Frequency - 1 test per sample
3. Long-term Flexural Modulus of Elasticity measured in accordance
with ASTM D2990. Test will be performed for a minimum of 10,000
hours under test conditions and loadings described below. The
data points from 1,000 hours to 10,000 hours, or such other time
period as determined by the Engineer based on the curve or slope
of the plotted data, of the Long-term Flexural Modulus shall be
extrapolated using a Microsoft Excel log-log scale linear regression
analysis to determine the minimum service life performance of the
resin-fabric.
(a) Testing will be conducted at:
(i) Temperature: 21 to 25°Celsius
(ii) Relative humidity: 50% minimum
(iii) Load: Load used in ASTM D2990/DIN EN 761 testing as
submitted in accordance with paragraph 1.8.A.5
(b) Frequency - 1 test per sample
4. Chemical Resistance - The chemical resistivity of the liner
measured in accordance with ASTM F1216, Appendix X2.
(a) Chemical Resistance - The chemical resistivity of the liner
measured in accordance with ASTM F1216, Appendix X2
Acceptance of the CIPLL shall be based on the
ENGINEER's evaluation of the resin impregnation quality
control reports, CIPLL temperature curing logs, laboratory
test results for the prepared samples, and Post-construction
Inspection video, which shall demonstrate:
CIPP Acceptance
A. Acceptance of the CIPLL shall be based on the ENGINEER's evaluation of
the resin impregnation quality control reports, CIPLL temperature curing
logs, laboratory test results for the prepared samples, and Post-
construction Inspection video, which shall demonstrate:
(1) Compliance with the required liner physical properties and
thickness.
(2) Evidence of groundwater infiltration through the liner and at
interface with the host pipe in the lateral and main is zero.
(3) There is no evidence of excessive wrinkles, splits, cracks, breaks,
lifts, kinks, scalds, blisters, delamination’s or crazing in the liner.
(4) Achieving the minimum service life as determined by using the
actual thickness and short term flexural modulus of elasticity
modified by the creep retainage measured by ASTM D2990
extrapolation.
(5) Compliance with required length and diameter of liner.
184
SC-81
(6) Liners meet requirements for chemical resistivity.
B. If any defective liner is discovered after it has been installed, it shall be
removed and replaced with either a sound liner or a new lateral at no
additional cost to the OWNER. Obtain approval of the Engineer for
method of repair, which may require field or workshop demonstration.
Warranty Inspection
A. Provide a CCTV inspection 18 to 24 months after completion of CIPP work
showing all completed. Actual period for inspection shall be determined
by the Engineer and will ideally be conducted during high groundwater
conditions. Contractor will be provided with a 60 day notice prior to period
of inspection. Conduct all inspections in the presence of the Engineer.
Restoration
A. If excavation is necessary to re-establish connections, the cost and liability
shall be the responsibility of the Contractor, including any additional
landscaping, turf establishment, tree removal, and tree replacement.
92. SANITARY SEWER SERVICE REPLACEMENT PROGRAM: Residential
property owners in the Project area will be given the opportunity to have their
sanitary sewer service pipe rehabilitated, but will be completed under a separate
contract from the Project. The Zane Avenue and Lindsay Street Improvements
contractor shall cooperate with the Engineer and the sewer service repair
contractor to ensure timely completion of this work. Claims by Contractor for
delays caused by this work will not be allowed.
93. PROCEDURES IN THE EVENT OF A SEWAGE SPILL: In the event of a
sewage release, Contractor shall immediately notify the State of Minnesota Duty
Officer at the Department of Public Safety at 651.649.5451 and the City Engineer
at 763.593.8030.
The Duty Officer will instruct Contractor on any further notification procedures.
Contractor shall also take immediate action to prevent sewage from entering any
water body or storm sewer by directing any such sewage flow into the existing
sanitary sewer system.
185
GC - i
GENERAL CONDITIONS
INDEX
Page
SECTION I - GENERAL .................................................................................................. 1
DEFINITIONS ................................................................................................. 1
FAMILIARITY WITH LAWS AND ORDINANCES ........................................... 3
SECTION II - AWARD AND EXECUTION OF THE CONTRACT ................................... 3
CONSIDERATION OF PROPOSALS ............................................................. 3
EXECUTION OF CONTRACT ........................................................................ 4
FAILURE TO EXECUTE CONTRACTS .......................................................... 4
SECTION III - SCOPE OF WORK................................................................................... 4
INTENT OF PLANS AND SPECIFICATIONS ................................................. 4
INCREASED OR DECREASED QUANTITIES OF WORK ............................. 4
CHANGES IN THE WORK .............................................................................. 5
UNCLASSIFIED WORK .................................................................................. 6
CONSTRUCTION CHANGE DIRECTIVES ..................................................... 7
FINAL CLEAN-UP ........................................................................................... 7
SECTION IV - CONTROL OF WORK ............................................................................. 8
AUTHORITY OF ENGINEER .......................................................................... 8
CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS ................... 8
COORDINATION OF PLANS AND SPECIFICATIONS .................................. 8
COOPERATION BY CONTRACTOR .............................................................. 8
CARE AND PROTECTION OF WORK AND MATERIALS ............................. 9
AUTHORITY AND DUTY OF INSPECTOR .................................................... 9
INSPECTION ................................................................................................ 10
UNAUTHORIZED WORK .............................................................................. 10
DEFECTIVE WORK ...................................................................................... 10
FINAL INSPECTION ..................................................................................... 11
GUARANTEE ................................................................................................ 11
FOSSILS ....................................................................................................... 12
SECTION V - CONTROL OF MATERIALS ................................................................... 12
SOURCE AND QUALITY OF MATERIALS ................................................... 12
STANDARD STOCK PRODUCTS ................................................................ 12
TESTS OF MATERIALS ............................................................................... 12
186
GC - ii
STORAGE ..................................................................................................... 13
DEFECTIVE MATERIALS ............................................................................. 13
FAILURE TO REMOVE DEFECTIVE MATERIALS ...................................... 13
SECTION VI - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC ................... 13
LAWS TO BE OBSERVED ........................................................................... 13
PERMITS AND LICENSES ........................................................................... 14
PATENTED DEVICES, MATERIALS AND PROCESSES ............................ 14
SANITARY PROVISIONS ............................................................................. 14
PUBLIC CONVENIENCE AND SAFETY, BARRICADES, LIGHTS AND
WARNING SIGNALS .................................................................................... 15
MAINTENANCE OF DRAINAGE AND ACCESS TO MUNICIPAL AND
PRIVATE UTILITIES ..................................................................................... 15
SITES TO BE KEPT CLEAN ......................................................................... 16
NOISE ELIMINATION ................................................................................... 16
USE OF EXPLOSIVES ................................................................................. 16
PROTECTION AND RESTORATION OF PROPERTY ................................. 16
EXISTING SURFACE, OVERHEAD AND UNDERGROUND
STRUCTURES .............................................................................................. 17
MAINTENANCE OF SERVICE IN EXISTING STRUCTURES ...................... 18
RAILWAY AND HIGHWAY CROSSINGS ..................................................... 18
RESPONSIBILITY FOR LABOR, MATERIAL, EQUIPMENT AND
DAMAGE CLAIM ........................................................................................... 19
CONTRACTOR'S RESPONSIBILITY FOR WORK ....................................... 19
SAFETY PRECAUTIONS AND ACCIDENT PREVENTION ......................... 19
REQUIREMENTS OF CONTRACT BOND ................................................... 20
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE .................... 20
WORKMEN'S COMPENSATION INSURANCE ............................................ 22
COMPLIANCE WITH EXISTING CONTRACTS BETWEEN THE ................. 22
SECTION VII - PROSECUTION AND PROGRESS ...................................................... 22
SUBLETTING OR ASSIGNMENT OF CONTRACT ...................................... 22
PROSECUTION OF WORK .......................................................................... 22
LIMITATIONS OF OPERATIONS ................................................................. 23
CHARACTER OF WORKMEN AND EQUIPMENT ....................................... 23
CONTRACTOR'S RIGHT TO REQUEST CHANGES ................................... 24
TEMPORARY SUSPENSION OF WORK ..................................................... 24
SUBSTANTIAL COMPLETION ..................................................................... 24
187
GC - iii
DETERMINATION AND EXTENSION OF CONTRACT TIME FOR
COMPLETION .............................................................................................. 25
FAILURE TO COMPLETE WORK ON TIME ................................................ 25
RIGHT OF THE CITY TO DECLARE CONTRACTOR IN DEFAULT ............ 26
COMPLETION OF THE WORK AFTER DEFAULT ...................................... 27
PARTIAL DEFAULT ...................................................................................... 28
TERMINATION OF CONTRACTOR'S RESPONSIBILITY ............................ 28
SECTION VIII - MEASUREMENT AND PAYMENT ...................................................... 28
MEASUREMENT OF QUANTITIES .............................................................. 28
SCOPE OF PAYMENT ................................................................................. 29
WORK COVERED BY CONTRACT PRICE .................................................. 29
BASIS OF PAYMENT ................................................................................... 29
PAYMENTS FOR INCREASED OR DECREASED QUANTITIES ................ 29
PAYMENT FOR SURPLUS MATERIALS ..................................................... 29
CLAIMS AND PROTESTS ............................................................................ 30
PAYMENT FOR UNCLASSIFIED AND FORCE ACCOUNT WORK ............ 32
PARTIAL PAYMENTS .................................................................................. 33
FINAL PAYMENT .......................................................................................... 33
CERTIFICATE OF COMPLIANCE OF MINNESOTA WITHHOLDING TAX .. 34
SECTION IX - MISCELLANEOUS PROVISIONS ......................................................... 34
NONDISCRIMINATION................................................................................. 34
GOVERNMENT DATA. ................................................................................. 35
VENUE AND FORUM. .................................................................................. 35
COUNTERPARTS. ....................................................................................... 35
ELECTRONIC SIGNATURES. ...................................................................... 35
NOTICES. ..................................................................................................... 36
SEVERABILITY ............................................................................................. 36
NO WAIVER OF LEGAL RIGHTS ................................................................. 36
188
GC - 1
GENERAL CONDITIONS
CITY OF GOLDEN VALLEY
SECTION I - GENERAL
DEFINITIONS
When used in the Contract Documents, the intent and meaning of the below listed
terms shall be as follows:
A. "A.S.T.M." means the American Society for Testing Materials.
B. "Bidder" means any individual, firm or corporation submitting a Proposal for the
Work contemplated, acting directly or through a duly authorized representative.
C. "City" means the City of Golden Valley, Minnesota.
D. "Contract" means the entire agreement covering the performance of the Work
and the furnishing of materials in the construction.
E. "Contractor" means the individual, firm, partnership, corporation or company with
which the City contracts and unless otherwise specified, includes subcontractors
of Contractor.
F. "Contract Bond" means collectively the approved forms of security furnished by
Contractor and Contractor's Surety or Sureties as a guarantee of good faith on
the part of Contractor to execute and pay for the Work in accordance with the
terms of the Contract.
G. "Contract Price" means the total amount payable by the City to Contractor,
including authorized adjustments, for the performance of the Work under the
Contract Documents and is stated in the Agreement.
H. "Contract Time" means the period of time, including authorized adjustments,
allotted in the Contract Documents for Final Completion of the Work.
I. "Engineer" means the City Engineer, or her/his designee.
J. "Final Completion" means the stage of construction following Substantial
Completion when the Contractor has completed all written corrective measures
for damaged or defective Work as determined by the Engineer, and has provided
189
GC - 2
all documents required for close out of the Contract as discussed within the
Contract Documents.
K. "Force Account" means the payment method used for extra work if Contractor
and the Engineer are unable to negotiate prices for revised Work.
L. "Force Account Work" means work completed on a Force Account basis.
M. "Inspector" means an authorized representative of the Engineer, assigned to
make any or all necessary inspections of the Work performed and the materials
furnished by Contractor.
N. "Laboratory" means the testing laboratory that shall be approved by the Engineer
to inspect and determine the suitability of materials.
O. "Plans" means all approved drawings or reproductions of drawings pertaining to
the construction of the Work and appurtenances.
P. "Proposal" means the proposal for the Work submitted by the Bidder on the
Proposal Form.
Q. "Proposal Form" means the approved form on which the Bidder submits its
Proposal for the Work contemplated. The Proposal may also be referred to as
the bid.
R. "Proposal Guarantee" means the security designated in the Proposal to be
furnished by the Bidder as a guarantee of good faith to enter into a contract with
the City if the Work is awarded to the Bidder.
S. "Specifications" means the directions, provisions and requirements contained in
the Contract Documents, together with all written agreements made or to be
made, pertaining to the method and manner of performing the Work, or to the
quantities and qualities of materials to be furnished under the Contract
Documents.
T. "Substantial Completion" is the stage in the progress of the Work when the Work
or a designated portion thereof is sufficiently complete in accordance with the
Contract Documents so that the City can occupy or use the Work for its intended
purpose. For the avoidance of doubt, unless otherwise agreed, Substantial
Completion requires all of the following to be complete: all utility and storm sewer
installation (except as noted below), placement of the base course and wear
course of bituminous, sidewalk and pedestrian ramps, curb and gutter, driveway
pavement, signage, sod, seed, pavement markings and project cleanup. Sanitary
sewer lining and wye grouting or wye lining need not be complete to achieve
190
GC - 3
Substantial Completion; however, all work related to these items shall be
completed prior to Final Completion.
U. "Surety" is the individual or corporate surety that is bound with and for Contractor
for the acceptable performance of the Contract and for its payment of all
obligations pertaining to the Work.
V. "Unclassified Work" means all work and materials that are not included under
any items in the Proposal and Contract, for which a unit price has been
submitted.
W. The "Work" means the construction and services required by the Contract
Documents, whether completed or partially completed, and includes all other
labor, materials, equipment, and services provided or to be provided by
Contractor to fulfill Contractor's obligations. The Work may constitute the whole
or a part of the Project.
X. Meaning of expressions - In order to avoid cumbersome and confusing repetition
of expressions in these Specifications, whenever it is provided that anything is, or
is to be done or is, "contemplated," "required," "directed," "specified,"
"authorized," "ordered," "given," "designated," "indicated," "considered
necessary," "permitted," "suspended," "approved," "acceptable," "unacceptable,"
"suitable," "unsuitable," "satisfactory," "unsatisfactory," or "sufficient," it shall be
taken to mean and intend by or to the Engineer.
FAMILIARITY WITH LAWS AND ORDINANCES
Contractor is assumed to have made itself familiar with all laws, ordinances and
regulations which in any manner affect those engaged or employed in the Work, or
the materials or equipment used in or upon the improvement, or in any way affect
the conduct of the Work. No plea of misunderstanding will be considered on
account of the ignorance thereof. The provisions of such laws or ordinances are
deemed to be a part of these Specifications, and Contractor shall be bound by the
provisions thereof.
SECTION II - AWARD AND EXECUTION OF THE CONTRACT
CONSIDERATION OF PROPOSALS
Comparison of proposals will be based on the correct summation of item totals,
obtained from the Proposal Form. In the case of errors on a Proposal Form, the unit
price shall be used to determine the correct total for a bid item.
The City reserves the right to award any or all alternate bid items, or any
combination thereof, in the best interest of the City.
The City reserves the right to reject any or all Proposals and to waive defects or
technicalities as it may deem in the best interest of the City.
191
GC - 4
EXECUTION OF CONTRACT
The individual, firm, partnership, corporation or company to which the Contract has
been awarded shall sign the necessary agreements, enter into a contract with the
City, and shall return all necessary documents to the office of the City Clerk of
Golden Valley within ten (10) days after it has received notice of award.
FAILURE TO EXECUTE CONTRACTS
Failure to furnish the Contract Bonds in the sum equal to the amount of the award,
or to execute the Contract within ten (10) days as specified, shall be just cause for
annulment of the award. It shall be understood by the Bidder that, in the event of
annulment of the award, the amount of the Proposal Guarantee deposited with the
Proposal shall be retained by the City, not as a penalty, but as liquidated damages
to compensate the City for additional costs and expenses.
SECTION III - SCOPE OF WORK
INTENT OF PLANS AND SPECIFICATIONS
The intent of the Plans and Specifications is to prescribe the complete Work or
improvement that Contractor undertakes to do. The Plans and Specifications shall
be read and interpreted in conjunction with the Contract Documents.
Unless otherwise provided, it is understood that Contractor shall furnish all labor,
material, equipment, tools, transportation, necessary supplies and incidentals as
may reasonably be required to complete the Work in accordance with the Plans,
Specifications and other Contract Documents.
The approved Plans are on file in the office of the City Clerk, City of Golden Valley,
Golden Valley City Hall, 7800 Golden Valley Road, Golden Valley, Minnesota 55427,
and show the location, details and dimensions of the Work. Any deviations from the
Contract Documents as may be required during construction shall, in all cases, be
determined by the Engineer and authorized in writing by the Engineer before such
deviations are consummated.
The City may attach addenda to these Specifications, to be filed with such
Specifications and incorporated as part thereof, at the office of the City Clerk of
Golden Valley. Bidders shall be responsible to examine such Specifications as are
on file for addenda before submitting Proposals.
INCREASED OR DECREASED QUANTITIES OF WORK
The Engineer shall have the sole right to increase or decrease any or all of the items
specified in the Contract Documents, including the elimination of any one or more
192
GC - 5
items. Such changes shall not invalidate the Contract. If quantities originally
contemplated are materially changed, Contractor shall request a cost adjustment in
writing in compliance with the Change Order requirements set forth in Section 3
herein. Approval of any such cost adjustment shall be at the sole discretion of the
Engineer and the Engineer’s decision shall be final on any and all matters
concerning cost adjustment. No payment for changed items shall be made to
Contractor until both parties have signed the Change Order.
Except in the case of minor changes in the Work approved or ordered by the
Engineer in accordance with Section III (3)(D), or ordered by the Engineer in
accordance with Section III (3)(C), Contractor may make substitutions only with the
consent of the City, after evaluation and written approval by the Engineer and in
accordance with a Change Order.
CHANGES IN THE WORK
A. GENERAL
Changes in the Work may be accomplished after execution of the Contract, and
without invalidating the Contract, by Change Order, Construction Change Directive
or order for a minor change in the Work, subject to the limitations stated in this
Section and elsewhere in the Contract Documents. A Change Order shall be based
upon agreement between the City and Contractor. A Construction Change Directive
may be issued by the Engineer and may or may not be agreed to by Contractor. An
order for a minor change in the Work may be issued by the Engineer alone and shall
not involve a change in the Contract Price or Contract Time. Changes in the Work
shall be performed under applicable provisions of the Contract Documents.
Contractor shall proceed promptly with changes in the Work, unless otherwise
provided in the Change Order, Construction Change Directive, or order for a minor
change in the Work.
B. CHANGE ORDERS
A Change Order is a written instrument prepared by the Engineer and signed by the
City and Contractor stating their agreement upon all of the following:
i) The change in the Work;
ii) The amount of the adjustment, if any, in the Contract Price; and
iii) The extent of the adjustment, if any, in the Contract Time.
C. MINOR ALTERATIONS OF PLANS OR CHARACTER OF WORK
The Engineer may order minor changes in the Work that are consistent with the
intent of the Contract Documents and do not involve an adjustment in the Contract
Price or Contract Time. The Engineer’s order for minor changes shall be made in
writing. If Contractor believes that the proposed minor change in the Work will affect
the Contract Price or Contract Time, Contractor shall notify the Engineer and shall
193
GC - 6
not proceed to implement the change in the Work. If Contractor performs the Work
set forth in the Engineer’s order for a minor change without prior notice to the
Engineer that such change will affect the Contract Price or Contract Time,
Contractor waives any adjustment to the Contract Price or extension of the Contract
Time.
D. ELIMINATION OF WORK
Should the City eliminate any Contract items from the Contract, delete any Work, or
order termination on a Contract item before completion of that unit, Contractor shall
be reimbursed for all costs incurred prior to notification that are not the result of
unauthorized work. Compensation will be made on the following basis:
i) Accepted quantities of Work completed in accordance with the Contract will
be paid for at the Contract prices.
ii) For materials that have been ordered but not incorporated in the Work,
reimbursement will be made in accordance with the procedure set out for
Surplus Material.
iii) For partially completed items, accepted Work shall be paid for on the basis of
a percentage of the Contract bid price equal to the percentage of actual
accomplishment toward completion of the item. In arriving at this percentage,
the value of materials incorporated in the partially completed items will be
considered to be the actual purchase price of the materials, plus
transportation costs, to which will be added fifteen percent (15%) of the sum
thereof.
Contractor shall also be reimbursed for such actual expenditures for equipment,
mobilization, and overhead as the City considers directly attributable to the
eliminated work and that are not recovered as part of the direct payment for the
Work.
Payment for completed Work at the Contract prices and for partially completed Work
and materials in accordance with the above provisions, together with such other
allowances as are made for fixed costs, shall constitute final and full compensation
for the Work related to those Contract items that have been partially or totally
eliminated from the Contract.
UNCLASSIFIED WORK
All work and materials that are not included under any items in the Proposal or
Contract Documents and for which a unit price has been submitted, shall be
designated as Unclassified Work.
Before any Unclassified Work is performed, the Engineer shall submit to Contractor
for its acceptance, a Change Order stating the location, nature, estimate of
quantities, and basis of payment of work to be performed. When this Change Order
has been signed by both parties, it shall become part of the Contract.
194
GC - 7
Any Change Order shall stipulate a unit price or lump sum for the performance of
work. Where a change in the Contract Price or Contract Time cannot be agreed
upon, the Unclassified Work shall be completed pursuant to a Construction Change
Directive and payment shall be made on a Force Account basis.
CONSTRUCTION CHANGE DIRECTIVES
A Construction Change Directive is a written order prepared by the Engineer
directing a change in the Work prior to agreement on adjustment, if any, in the
Contract Price or Contract Time, or both. The City may by Construction Change
Directive, without invalidating the Contract, order changes in the Work within the
general scope of the Contract consisting of additions, deletions, or other revisions,
the Contract Price and Contract Time being adjusted accordingly. A Construction
Change Directive shall be used in the absence of total agreement on the terms of a
Change Order.
If the Construction Change Directive provides for an adjustment to the Contract
Price, the adjustment shall be made as provided in Section VIII below. If Contractor
disagrees with the adjustment in the Contract Price or Contract Time, Contractor
may make a Claim in accordance with applicable provisions of Section VIII(6).
Upon receipt of a Construction Change Directive, Contractor shall promptly proceed
with the change in the Work involved and advise the Engineer of Contractor’s
agreement or disagreement with the method, if any, provided in the Construction
Change Directive for determining the proposed adjustment in the Contract Price or
Contract Time. When the City and Contractor agree with a determination made by
the Engineer concerning the adjustments in the Contract Price and Contract Time, or
otherwise reach agreement upon the adjustments, such agreement shall be effective
immediately and the Engineer shall prepare a Change Order. Change Orders may
be issued for all or any part of a Construction Change Directive. A Construction
Change Directive signed by Contractor indicates Contractor’s agreement therewith,
including adjustment in Contract Price and Contract Time or the method for
determining them. Such agreement shall be effective immediately and shall be
recorded as a Change Order.
FINAL CLEAN-UP
Upon completion of the Work and before acceptance, issuance of the Certificate of
Final Completion and final payment, Contractor shall remove from the street and
adjacent property, all surplus and discarded materials, equipment, rubbish and
temporary structures; restore in an acceptable manner all property, both public and
private, which has been damaged during the prosecution of the Work; and shall
leave the site in a neat and presentable condition subject to the approval of the
Engineer.
195
GC - 8
SECTION IV - CONTROL OF WORK
AUTHORITY OF ENGINEER
The Engineer shall decide any and all questions which may arise as to (1) the quality
and acceptability of materials furnished and Work performed; (2) the manner of
performance and rate of progress of the Work; (3) the interpretation of the Plans and
Specifications; (4) the acceptable fulfillment of the Contract on the part of Contractor;
and (5) the amount and quantity of the several kinds of Work performed and
materials furnished under the Contract.
CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS
No deviations from the Plans or the approved working drawings shall be permitted
without the written approval of the Engineer.
COORDINATION OF PLANS AND SPECIFICATIONS
Contractor shall take no advantage of any apparent error or omission in the Plans or
Specifications, and the Engineer shall be permitted to make such corrections and
interpretations as may be deemed necessary for the fulfillment of the Plans and
Specifications.
Any work not specified herein or in the Plans, but which may be fairly implied or
understood as included in the Contract, shall be completed by Contractor without
extra charge. Any ambiguity or discrepancy in the Plans or Specifications shall be
adjusted by using the best class of work or materials.
In the case of any discrepancy between the scale and figures in the Plans, drawings,
etc., the figured dimensions shall govern. In the case of any discrepancy between
the quantities shown in the Proposal and those shown in the Plans, the Plans shall
prevail. In case any other discrepancy occurs between the Plans and the
Specifications, the decision of the Engineer shall be decisive thereon.
COOPERATION BY CONTRACTOR
The City shall supply Contractor with five copies of the Plans and Specifications.
Contractor shall have said Plans and Specifications available at the Project at all
times during the prosecution of the Work. Contractor shall give the Work its
constant attention to facilitate progress and shall cooperate with the Engineer in
setting and preserving stakes, benchmarks, etc., and in all other things that are
necessary for satisfactory completion of the Work. Contractor shall have a
competent and reliable superintendent acting as Contractor’s representative on the
job at all times. This representative shall supervise all of Contractor’s workforce,
including its subcontractors, during all phases and in all aspects of the Work. All
orders from the Engineer shall be directed through the superintendent.
196
GC - 9
Contractor shall provide a list, as deemed necessary by the Engineer, of emergency
contacts, including names and 24-hour telephone numbers, to the City.
CARE AND PROTECTION OF WORK AND MATERIALS
From the commencement of the Work until the final acceptance of the same,
Contractor shall be solely responsible for the care of the Work and for the materials
delivered to the site and intended to be used in the Work. All injury or damage to the
same from whatever cause, shall be made good at Contractor’s expense.
Contractor shall provide suitable means of protection for and shall protect all
materials intended to be used in the Work and shall provide similar protection for all
Work in progress as well as completed Work. Contractor shall at all times take all
necessary precautions to prevent injury or damage to the Work in progress,
including but not limited to protection for damage or injury caused by flood, freezing,
or inclement weather of any kind. Only approved methods shall be used for this
purpose.
AUTHORITY AND DUTY OF INSPECTOR
The Inspector shall be authorized to inspect all Work and materials furnished. Such
inspection may extend to all or any part of the Work and to the preparation or
manufacture of the materials to be used. An inspector shall be stationed on the
Work to report to the Engineer as to the progress of the Work and the manner in
which it is being performed. The Inspector shall also report to the Engineer
whenever it appears that the materials furnished or the Work performed by
Contractor fail to fulfill the requirements of the Specifications and Contract, and shall
bring any such failure or other infringement to Contractor’s attention. Such
inspection, however, shall not relieve Contractor from any obligation to perform all of
the Work strictly in accordance with the requirements of the Specifications.
In case of any dispute arising between Contractor and the Inspector as to materials
furnished or the manner of performing the Work, the Inspector shall have the
authority to reject materials or suspend the Work until the questions at issue can be
referred to and decided by the Engineer. If Contractor uses rejected materials or
fails to suspend the Work, all Work performed by Contractor under such suspension
or rejection shall be considered unauthorized work and subject to rejection or
replacement by Contractor at Contractor’s expense. The Inspector shall not be
authorized to revoke, alter, enlarge, relax or release any requirements of these
Specifications nor to approve or accept any portion of the Work, or to issue
instructions contrary to the Plans and Specifications. The Inspector shall in no case
act as foreman or perform other duties for Contractor, nor shall the Inspector
interfere with the management of the Work by Contractor.
Any advice that the Inspector may give to Contractor shall in no way be construed as
binding upon the City in any way, nor shall any such advise release Contractor from
fulfillment of the terms of the Contract.
197
GC - 10
INSPECTION
The Engineer or the Engineer’s representative shall be allowed access to all parts of
the Work at all times and shall be furnished such information and assistance by
Contractor as may be required to make a complete and detailed inspection. Such
inspection may include mill, plant, or shop inspection of materials and workmanship.
UNAUTHORIZED WORK
Work done without lines and grades, Work done beyond the lines and grades shown
on the Plans, or as given, except as herein provided, or any Unclassified Work done
without written authority shall be considered unauthorized and at the expense of
Contractor and will not be measured or paid for by the City. Work so done may be
ordered removed and replaced at Contractor's expense.
DEFECTIVE WORK
All Work not conforming to the requirements of the Contract Documents shall be
considered defective and may be rejected by the Engineer by providing written
notice of the defect to Contractor. Contractor shall promptly correct Work rejected
by the Engineer or failing to conform to the requirements of the Contract Documents
and whether or not fabricated, installed or completed. Costs of correcting such
rejected Work, including additional testing and inspections, the cost of uncovering
and replacement, and compensation for the Engineer’s services and expenses
made necessary thereby, shall be at Contractor’s expense.
Should Contractor fail or refuse to remove or renew any defective Work, or to make
any necessary repairs in an acceptable manner and in accordance with the
requirements of the Contract Documents within the time indicated by the City, the
Engineer shall have the authority to cause the unacceptable or defective Work to be
removed and renewed or repaired at Contractor's expense. Any expense incurred
by the City in making these removals, renewals or repairs, which Contractor has
failed or refused to make, shall be paid for out of any monies due or which become
due Contractor, or may be charged against the Contract Bonds. Continued failure or
refusal on the part of Contractor to make any or all necessary repairs promptly, fully
and in an acceptable manner shall be sufficient cause for the City, at its option, to
purchase materials, tools and equipment, and employ labor or to contract with any
other individual, firm or corporation, to perform the Work. All costs and expenses so
incurred shall be charged against Contractor and the amount thereof deducted from
any monies due or which may become due to Contractor under this Contract, or
shall be charged against the Contract Bonds. Any work performed, as described in
this section, shall not relieve Contractor in any way from its responsibility to perform
the Work.
The City shall also have authority to take over and use defective Work without
compensation to Contractor, when Contractor fails or refuses to rebuild such
defective Work.
198
GC - 11
FINAL INSPECTION
The Engineer will make final inspection of all Work, and any portion thereof, as soon
as practicable after notification by Contractor that such Work is nearing completion.
If the inspected Work is not acceptable to the Engineer at the time of the Engineer’s
inspection, the Engineer shall advise Contractor in writing as to the particular defects
to be remedied. If, within a period of ten (10) days after such notification, Contractor
has not taken steps to speedily complete the Work as directed, the Engineer may,
without further notice and without in any way impairing the Contract, make such
other arrangements as the Engineer may deem necessary to have such Work
completed in a satisfactory manner. The cost of completing such Work shall be
deducted from any monies due, or which may become due Contractor on the
Contract.
GUARANTEE
In addition to Contractor’s obligations under Section IV paragraph 9, if, within one
year after the date of Final Completion of the Work, or by terms of any applicable
special warranty required by the Contract Documents, any of the Work is found to be
not in accordance with the requirements of the Contract Documents, Contractor shall
correct it promptly after receipt of notice from the City to do so, unless the City has
previously given Contractor a written acceptance of such condition. The City shall
give such notice promptly after discovery of the condition. If, during the one-year
period for correction of Work, the City fails to notify Contractor and give Contractor
an opportunity to make the correction, the City waives the right to require correction
by Contractor and to make a claim for breach of warranty. If Contractor fails to
correct nonconforming Work within a reasonable time after receipt of notice from the
City, the City may correct the Work at Contractor’s expense.
The one-year period for correction of Work shall be extended with respect to
portions of Work first performed after Final Completion by the period of time between
Final Completion and the actual completion of that portion of the Work. The one-
year period for correction of Work shall not be extended by corrective Work
performed by Contractor pursuant to this Section.
Nothing contained in this Section shall be construed to establish a period of
limitation with respect to other obligations Contractor has under the Contract
Documents. Establishment of the one-year period for correction of Work as
described in this Section relates only to the specific obligation of Contractor to
correct the Work, and has no relationship to the time within which the obligation to
comply with the Contract Documents may be sought to be enforced, nor to the time
within which proceedings may be commenced to establish Contractor’s liability with
respect to Contractor’s obligations other than specifically to correct the Work.
199
GC - 12
FOSSILS
If any fossils or treasure or other unusual or valuable geological formations are
found in the process of excavating, such fossils and sample of geological formations
shall be carefully preserved by Contractor and given to the Engineer and shall be the
property of the City.
SECTION V - CONTROL OF MATERIALS
SOURCE AND QUALITY OF MATERIALS
The source of supply of the materials to be used shall be approved by the Engineer
before delivery is started. The approval of the source of any material will stand only
so long as the material itself conforms to the Specifications. Only materials
conforming to the requirements of these Specifications shall be used in the Work.
The source of any materials shall not be changed at any time without the written
approval of the Engineer. Contractor may be required, at any time, to furnish a
complete statement of the original composition and manufacturer of any or all
materials required in the Work, or to submit sample of the same.
STANDARD STOCK PRODUCTS
All materials, supplies and articles furnished shall, whenever so specified, and
otherwise wherever practicable, be the standard stock products of recognized,
reputable manufacturers. The standard stock products of manufacturers other than
those specified may be accepted when it is proved to the satisfaction of the Engineer
that they are equal to or better than the specified products in strength, durability,
usefulness and convenience for the purpose intended. Whenever reference is made
herein to A.S.T.M. Specifications, it shall be understood that the latest revision of the
A.S.T.M. at the time of award of Contract is implied.
TESTS OF MATERIALS
When tests of materials are necessary, such tests shall be made by and at the
expense of the City unless otherwise provided. Contractor shall afford such facilities
as the Engineer may require for collecting and forwarding samples, and shall not use
the materials represented by the samples until tests have been made and the
materials have been found to satisfy the requirements of these Specifications.
Contractor shall, in all cases, furnish the required samples without charge. The
quantity of materials Contractor must furnish shall be a reasonable amount, deemed
by the Engineer, to effectively test such materials to verify compliance with the
Specifications and/or meet requirements from non-City funding sources.
200
GC - 13
STORAGE
Materials shall be stored so as to insure the preservation of their quality and fitness
for the Work and such materials, even though approved before storage, shall be
subject to test, and must meet the requirements of these Specifications at the time it
is proposed to incorporate them in the Work. Materials shall be stored in a manner
that will facilitate inspections and protect the general public from injury.
The portion of the right-of-way not required for public travel may, with the consent of
the Engineer, be used for storage purposes, and for the placing of Contractor's plant
and equipment, but any additional space required, unless otherwise stipulated, shall
be provided by Contractor at its expense.
DEFECTIVE MATERIALS
All materials not conforming to the requirements of these Specifications shall be
considered as defective and all such materials, whether in place or not, will be
rejected and shall be removed immediately from the right-of-way unless otherwise
permitted by the Engineer. No material that has been rejected - the defects on
which have been corrected or removed - shall be used until the Engineer’s written
approval has been given.
FAILURE TO REMOVE DEFECTIVE MATERIALS
Should Contractor fail or refuse to remove and renew any defective materials within
the time indicated in writing, the Engineer shall have the authority to cause the
unacceptable or defective materials to be removed and renewed at Contractor's
expense. Any expense incurred by the City in making these removals or renewals,
which Contractor has failed or refused to make, shall be paid for out of any monies
due or which may become due Contractor under this Contract, or may be charged
against the "Contract Bond" deposited.
SECTION VI - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
LAWS TO BE OBSERVED
Contractor shall observe and comply with all laws, ordinances, regulations and
decrees which may, at any time or in any manner, affect the equipment or materials
used at the Project, the conduct of the Work or those employed to complete the
Work. No plea of misunderstanding will be considered on account of the ignorance
thereof.
Contractor further agrees that in connection with the employment and hiring of the
labor necessary for the performance of the Work, or any subcontract hereunder,
Contractor will not discriminate against any person or persons contrary to the
provisions of Minnesota Statutes 181.9, which is hereby incorporated by reference.
201
GC - 14
Contractor and Contractor’s Surety shall, indemnify and save harmless the City and
all of its officers, agents and servants against any claim or liability arising from or
based on the violation of any law, ordinance, regulation or decree, whether by itself
or its employees.
If Contractor shall discover any provisions in the Plans, Contract, or these
Specifications or any direction of the Engineer or Inspector which is contrary to or
inconsistent with any such law, ordinance, regulation or decree, Contractor shall
immediately report its inconsistency to the Engineer in writing.
PERMITS AND LICENSES
Contractor shall procure all permits and licenses as required in the Contract
documents, pay all charges and fees and give all notices necessary and incidental to
the due and lawful prosecution of the Work.
PATENTED DEVICES, MATERIALS AND PROCESSES
If the Contract requires, or Contractor desires the use of any design, device, material
or process covered by letter, patent or copyright, trademark or trade name,
Contractor shall provide for such use by suitable legal agreement with the patentee
or owner allowing use of such design, devise, material or process in the Work. A
copy of said agreement shall be filed with the City. If no such agreement is made or
filed as noted, Contractor and Contractor’s Surety shall indemnify and save
harmless the City from any and all claims for infringement by reason of the use of
any such patented design, device, material or process, or any trademark or trade
name or copyright in connection with the Work agreed to be performed under the
Contract, and shall indemnify the City for any costs, expenses and damages which it
may be obliged to pay, including costs, expense and attorneys’ fees incident to
litigation by reason of any such infringement at any time during the prosecution or
after the completion of the Work.
SANITARY PROVISIONS
Contractor shall observe and comply with all laws, rules and regulations of the State
and Local Health Authorities and shall take such precautions as are necessary to
avoid creating unsanitary conditions.
Contractor shall provide and maintain suitable sanitary conveniences for the use of
all persons employed on the Project. Such facilities shall be properly screened from
public observation, in sufficient numbers, in such manner and at such points as shall
be approved by the Engineer. Contractor shall rigorously prohibit committance of
nuisances within, on or about the Work. Any employee found violating these
provisions shall be discharged and not again employed on the Work without the
written consent of the Engineer. Contractor shall supply sufficient drinking water to
all of the work force employed, but only from such sources as shall be approved by
202
GC - 15
the Engineer. Contractor shall also obey and enforce such other sanitary
regulations and orders and shall take such precautions against infectious disease as
may be deemed necessary by the Engineer.
PUBLIC CONVENIENCE AND SAFETY, BARRICADES, LIGHTS AND WARNING
SIGNALS
Where the Work is carried on in or adjacent to any street, alley or public place,
Contractor shall, at Contractor’s own cost and expense, furnish and erect such
barricades, fences, lights and danger signals, and shall take such other
precautionary measures for the protection of persons and property and of the Work
as is necessary or required by the Contract Documents. Excavations in or adjacent
to public streets or alley in which water stands more than one (1) foot deep or where
banks of the excavation are subject to collapse or cave-in shall be securely
barricaded with snow fence so as to prevent access by children and adults during
the period when work is not being carried on at the site of excavation. Barricades
shall be painted in a color and reflectorized in accordance with the provisions of the
most current version of the Minnesota Manual of Uniform Traffic Control Devices
(“MMUTCD”).
From sunset to sunrise, Contractor shall furnish and maintain at least two (2)
flashing lights at each barricade. A sufficient number of barricades shall be erected
to keep vehicles from being driven on or into any of the Work and to warn
pedestrians and children of the existence of the excavation at all open points. When
a detour is necessary because a street is blocked by the Work, the Engineer shall
designate its route and Contractor shall furnish and post detour signs at places
designated approved by the Engineer. All signs shall be in accordance with the
most current version of the MMUTCD and appendices.
Contractor shall be responsible for all damage to the Work due to failure of
barricades, signs, and lights to protect it, and whenever evidence of such damage is
found, the Engineer may order the damaged portion immediately removed and
replaced by Contractor at Contractor’s expense. Contractor's responsibility for the
maintenance of barricades, signs and lights, and for providing the watchmen, shall
not cease until the Project has been accepted by the City.
MAINTENANCE OF DRAINAGE AND ACCESS TO MUNICIPAL AND PRIVATE
UTILITIES
On all Work, Contractor shall provide and maintain free access to gas valves,
manholes and similar facilities. Contractor shall also provide and maintain free
access to all fire hydrants, gate valves, manholes, and appurtenant equipment of the
City’s water distribution and sanitary sewer systems.
Contractor shall provide for the flow of all water courses, storm sewers and storm
drains, and shall keep all gutters and waterways open or make other provisions for
the free removal of storm water. Contractor shall be liable for any damages or costs
203
GC - 16
incurred by the City due to flood conditions, or backing up of sanitary or storm
sewers or storm drains caused by the Work. Contractor also agrees to indemnify the
City and its agents and employees against claims relating to or arising from any
such backups or flooding.
SITES TO BE KEPT CLEAN
Contractor shall clean and keep clean from waste materials or refuse resulting from
its operations, the streets, the Work and public property occupied by Contractor.
Equipment not usable on the Work shall be promptly removed and the adjacent
premises maintained in a neat and orderly condition at all times. Advertising signs in
general will not be permitted at the Project.
NOISE ELIMINATION
Contractor shall eliminate noise to as great an extent as possible at all times. Air
compressing plants shall be equipped with silencers, and the exhausts of all
gasoline motors or other power equipment shall be provided with mufflers approved
by the Engineer.
USE OF EXPLOSIVES
If it is necessary to use explosives in the performance of the Work, Contractor shall
take out permits and comply with all laws, ordinances and regulations governing
same. Contractor shall fully protect all completed Work as well as all overhead,
surfaces or underground structures and shall be liable for any damage done to the
Work or other structures on public or private property and injuries sustained by
persons by reason of the use of explosives in Contractor’s operations. Explosives
shall be handled, used and fired only by experienced personnel. All firing shall be
done by electricity. All explosive supplies shall be safely stored and protected in an
approved manner. All such storage places shall be marked clearly, "DANGEROUS
– EXPLOSIVES". Caps or other exploders shall not be stored at the place where
dynamite or other explosives are stored.
PROTECTION AND RESTORATION OF PROPERTY
Where the Work passes over or through private property, the City shall secure a
license, right of entry, right-of-way agreement or easement. Contractor shall not
receive any extra compensation or be entitled to any extras because of delay on the
part of the City in obtaining right-of-way or easement access. Contractor shall not
enter upon private property for any purpose without obtaining written permission
from the property owner. Contractor shall, at Contractor’s own expense, protect and
restore any public or private property damaged or injured in consequence of any act
or omission on Contractor’s part or on the part of Contractor’s employees or
subcontractors, to a condition equal to or better than that existing before such
damage or injury occurred. If Contractor neglects to restore or make good such
damage or injury, the Engineer may, upon forty-eight (48) hours’ notice, proceed to
204
GC - 17
restore or make good such damage or injury and to order the cost thereof deducted
from any monies that are or may come due to Contractor.
Contractor shall restore at Contractor’s own expense all parks, streets, alleys, roads,
or public highways, and the public structures and improvements which may occupy
such parks, streets, roads, alleys, or public highways, including but not limited to
water mains, water connections and appurtenances, sewer, manholes, catch basins,
and sewer connections, ornamental light poles, and cables. All persons, firms,
trustees, and corporations having buildings, structures, works, conduits, mains,
pipes, tracks, poles, wires, cables, ducts, or other physical structures and
improvements in, over, or under the public lands, streets, roads, alleys, or highways,
shall be notified by the City to shift, adjust, accommodate or remove any such
interfering works so as to comply reasonably with the requirements of construction.
Thereafter, Contractor shall be responsible for all just and proper claims for
damages caused to or on account of such interference or removal, and shall at
Contractor’s own cost and expense reimburse such persons, firms, trustees and
corporations all just and proper claim for such removal and replacement or repair.
Contractor shall include the cost of such interference, removal and replacement in
the various affected unit and lump sum prices, and no separate payment will be
made to Contractor for any cost involved by reason of any causes or situations
arising from such interference, removal or replacement.
Land monuments shall not be moved or otherwise disturbed except as may be
directed by the Engineer.
EXISTING SURFACE, OVERHEAD AND UNDERGROUND STRUCTURES
Prior to construction, Contractor shall obtain field locations or other assistance as
may be required to determine the existence and location of gas mains and other
private utilities, as well as public utilities of the City, County or State, which may be
underground or overhead within street and highway rights-of-way or within
easements and which may be interfered with by the Work.
Existing underground, surface or overhead structures are not necessarily shown on
the Plans, and those shown are only correct to the level of accuracy permitted by the
locations both from field located and record drawings, established by the utility
owners. The City does not assume any responsibility for the accuracy of the
disclosed locations. Contractor shall be responsible for all verifying all utility location
by contacting Gopher State One-Call (651.454.0002) prior to beginning the Work.
Contractor shall also make such investigations as are necessary to determine the
extent to which existing structures may interfere with the Work prior to submitting its
Proposal. The sizes, locations and depths of such structures as are shown on the
Plans and profiles are only approximate and Contractor shall satisfy itself as to the
accuracy of the information given.
205
GC - 18
Contractor shall not claim or be entitled to receive compensation for any damages
sustained by reason of the inaccuracy of the omission of any of the information given
on the drawings relative to the surface, overhead or underground structures or by
reason of Contractor’s failure to properly protect and maintain such structures.
Contractor shall exercise extreme care in crossing, or working adjacent to, all utilities
and shall be responsible to protect and maintain their operation during the Work.
Contractor shall restore, at its expense, any public structures such as, including but
not limited to, water mains, water connections, and appurtenances, sewers,
manholes, catch basins, culverts, and sewer connections which are damaged or
injured in any way by Contractor’s acts or the acts of its employees, agents or
subcontractors.
Contractor shall indemnify and save harmless the City from any suit, claim, demand
or expense, including attorneys’ fees and costs, brought for or on account of any
damage, maintenance, removal, replacement, or relocation of mains, conduits,
pipes, poles, wires, cables or other structures of private utility firms or corporations
whether underground or overhead, that may be caused or required by Contractor
during the Work. However, in cases involving an overhead or underground privately
owned utility installed and located in accordance with a permit issued by the City, if,
in the opinion of the Engineer, the relocation of said utility is required to facilitate the
Work, the City shall provide for such relocation, to the extent allowed under the
permit or applicable law.
MAINTENANCE OF SERVICE IN EXISTING STRUCTURES
All existing overhead, surface or sub-surface structures, together with all
appurtenances and service connections except those otherwise provided for herein,
encountered or affected in any way during Work shall be maintained in service at all
times unless other arrangements satisfactory to the agencies responsible for such
utility are made. The cost of this work shall be included in the price paid under the
items applicable thereto and there shall be no separate payment for it.
RAILWAY AND HIGHWAY CROSSINGS
Where the Work encroaches upon any right-of-way of any railway, State or County
Highway, the City shall make application for the necessary easement or permit for
the Work. Where railway tracks or highways are to be crossed, Contractor shall
observe all regulations and instructions of the railway company and Highway
Department and other applicable federal, state or local regulations as to methods of
doing the Work, or precautions for safety of property and the public. Contractor will
not be paid compensation for such railway or highway crossing applications or
regulations unless otherwise provided for in the Proposal or other Contract
Documents.
206
GC - 19
RESPONSIBILITY FOR LABOR, MATERIAL, EQUIPMENT AND DAMAGE CLAIM
To the fullest extent permitted by law, Contractor shall indemnify and hold harmless
the City and its agents and employees from and against claims, damages, losses,
and expenses, including but not limited to attorneys’ fees, arising out of or resulting
from performance of the Work, provided that such claim, damage, loss, or expense
is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property, but only to the extent caused by the negligent acts
or omissions of Contractor, a Subcontractor, anyone directly or indirectly employed
by them, or anyone for whose acts they may be liable, regardless of whether or not
such claim, damage, loss, or expense is caused in part by a party indemnified
hereunder. Such obligation shall not be construed to negate, abridge, or reduce
other rights or obligations of indemnity that would otherwise exist as to a party or
person described in this Section or any other obligations of indemnity under the
Contract Documents.
In claims against any person or entity indemnified under this Section by an
employee of Contractor, a Subcontractor, anyone directly or indirectly employed by
them, or anyone for whose acts they may be liable, the indemnification obligation
under this Section shall not be limited by a limitation on amount or type of damages,
compensation, or benefits payable by or for Contractor or a Subcontractor under
workers’ compensation acts, disability benefit acts, or other employee benefit acts.
CONTRACTOR'S RESPONSIBILITY FOR WORK
Until acceptance, the Work and all materials shall be under Contractor’s charge and
care, and Contractor shall take every reasonable precaution against injury or
damage to the Work or to any part thereof by the action of the elements or from any
other cause whatsoever. Contractor shall rebuild, repair, restore and make good, at
Contractor’s own expense, all injuries or damages to any portion of the Work
occasioned by any of the above causes before its completion and acceptance.
SAFETY PRECAUTIONS AND ACCIDENT PREVENTION
Contractor shall observe and comply with all requirements of the Engineer as to the
safety of the workforce to be employed on the Project. Contractor shall also comply
with all safety measures recommended or required by any governmental agency,
including the Department of Labor and Industry and the Division of Accident
Prevention of the Industrial Commission of Minnesota, and with the requirements of
the Workmen's Compensation Act and any amendments thereto.
Contractor shall be responsible for all safety issues on the Project. Contractor must,
however, comply with all orders from the City for implementing any additional
requirements relating to safety concerns.
207
GC - 20
REQUIREMENTS OF CONTRACT BOND
The successful Bidder, at the time of the execution of the Contract, shall furnish, and
at all times, maintain a satisfactory and sufficient PERFORMANCE BOND AND
PAYMENT BOND, each in the full amount of the Contract, as required by law, with
Sureties satisfactory to the City. The form of the Contract Bond is that required by
Statute. Personal Sureties will not be approved. The Contract Bond shall be
acknowledged by both principal and Surety, and the execution thereof witnessed by
two witnesses as to each party.
Minnesota Statutes, Chapter 13, requires that the City make all payment and
performance bonds available for inspection and copying upon request. All claims on
Contractor’s Bonds shall be brought in accordance with the requirements of
Minnesota Statutes Chapter 574.
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
Contractor shall purchase and maintain, at Contractor’s own cost and expense,
insurance of the types and limits of liability, containing endorsements and subject to
the terms and conditions described herein and in the Contract Documents, including
but not limited to property damage and public liability coverage. The City shall be
named as an additional insured under Contractor’s policies of insurance.
The policies of insurance shall indemnify the City and all of its officers, agents,
consultants and employees, from all property or personal injury claims.
Contractor shall not commence the Work until it has obtained all the insurance
described below, provided proof of such coverage to the City, and the City has
approved Contractor’s insurance. All policies and certificates shall provide that the
policies shall remain in force and effect throughout the term of the Contract.
A. Policy Requirements
i) Worker’s Compensation Insurance:
a. Statutory Compensation Coverage:
b. Coverage B – Employer’s Liability with limits of not less than:
1. $100,000 Bodily Injury per Disease per Employee
2. $500,000 Bodily Injury per Disease Aggregate
3. $100,000 Bodily Injury by Accident
ii) Automobile Liability Insurance:
a. Minimum Limits of Liability:
1. $2,000,000 – Per Occurrence – Bodily Injury and Property Damage
Combined Single Limit
b. Coverages:
X Owned Automobile, if any
X Non-Owned Automobile
208
GC - 21
X Hired Automobile
X City of Golden Valley named as Additional Insured
iii) General Liability Insurance:
a. Minimum Limits of Liability:
1. $2,000,000 – Per Occurrence
2. $3,000,000 – Annual Aggregate
b. Coverages:
X Bodily Injury
X Property Damage
X Personal Injury
X Blanket Contractual
X City of Golden Valley named as Additional Insured
iv) Professional Liability/Miscellaneous Liability Insurance:
Coverage for negligent acts, errors or omissions arising out of the
performance of professional services included in the Contract coverage shall
continue for a minimum of five (5) years.
a. Minimum limit of liability of $2,000,000 per occurrence
b. Deductible not to exceed $5,000 (if in excess, submit certified financial
statement)
c. If Claims-Made, please complete the following:
If prior acts coverage is restricted, advise the retroactive date of coverage:
______________.
Contractor’s policy(ies) shall be primary and non-contributory to any other valid and
collectible insurance available to the City with respect to any claim arising out of this
Contract, and shall provide the City with thirty (30) days advance written notice of
cancellations, non-renewals or reduction in limits or coverage or other material
change.
Contractor is responsible for payment of insurance deductibles. If Contractor is self-
insured, a Certification of Self-Insurance must be attached.
Insurance companies must have an “AM Best” rating of A-, class V or better, and be
authorized to do business in the State of Minnesota and must be satisfactory to the
City.
Each subcontractor shall furnish property damage and public liability insurance that
complies with all of the requirements stated, except as to amounts. Subcontractors
shall furnish property damage insurance and public liability insurance in amount
proportionate to their respective subcontracts, but such amounts shall be
satisfactory to the Engineer.
209
GC - 22
WORKMEN'S COMPENSATION INSURANCE
Contractor shall furnish Workmen's Compensation Insurance for its employees, and
must comply with all Workmen's Compensation Laws for the state of Minnesota.
The insurance company or companies, or the manner in which the compensation
insurance is carried, must be satisfactory to the City and to the Minnesota Industrial
Commission. The cost of Workmen's Compensation Insurance shall be included in
all lump sum and unit cost items under this Contract.
COMPLIANCE WITH EXISTING CONTRACTS BETWEEN THE
CITY OF GOLDEN VALLEY AND OTHERS
Contractor shall familiarize itself with all terms and provisions of contracts between
the City of Golden Valley and the City of Minneapolis in regards to wholesale
purchase of potable water; and with the Cities of Crystal and New Hope for the
storage distribution of potable water as may apply. Contractor shall similarly
familiarize itself with other contracts between the City of Golden Valley and other
municipalities, firms, corporations, or individuals relating in any manner whatsoever
to the subject matter of this Contract and shall conform to all of the requirements of
said contracts and shall do nothing which shall violate any of the provisions or
conditions imposed upon the City.
SECTION VII - PROSECUTION AND PROGRESS
SUBLETTING OR ASSIGNMENT OF CONTRACT
Contractor shall not sublet, sell, transfer, assign or otherwise dispose of the Contract
or any portion thereof, or of the Work, or of Contractor’s right, title or interest therein,
to any person, firm or corporation without the written consent of the City and
Contractor's Surety, and such consent shall not relieve Contractor in any way of full
responsibility for the performance of this Contract.
Contractor shall include a list of subcontractors with the Proposal. The City reserves
the right to reject any or all of the subcontractors.
PROSECUTION OF WORK
All dealings of the City will be with Contractor. No Work shall be started until the
Contract has been executed and written notice to proceed has been given to
Contractor.
Definite notice of intention to start the Work shall be given to the City at least five (5)
days in advance of beginning the Work. Such starting time shall be within ten (10)
calendar days after the date of receipt by Contractor of written notice to proceed.
The official starting time shall be taken as the date on which Contractor is notified in
writing by the Engineer that Contractor has fulfilled all preliminary requirements of
210
GC - 23
the City. The official Contract Time shall be in accordance with the Special
Conditions. Should the prosecution of the Work be discontinued temporarily by
Contractor for any reason, Contractor shall notify the Engineer at least twenty-four
(24) hours before again resuming operations and shall not resume operations until it
receives written approval from the Engineer.
Unless otherwise provided for elsewhere in these Specifications, Contractor shall
notify the City of the location at which Contractor intends to begin operations. The
Engineer shall have the right to change the point of beginning or the points of
operation of Contractor's work force.
The Work shall be prosecuted in such manner as to ensure its completion within the
Contract Time. In case of failure to prosecute the Work in such a manner as to
ensure its completion within the Contract Time, the Engineer shall have the right to
require Contractor to place in operation such additional force and equipment as are
deemed necessary by the Engineer.
LIMITATIONS OF OPERATIONS
In case of a dispute arising between two or more Contractors engaged on the same
work as to the respective rights or each under these Specifications, the Engineer
shall determine the matters at issue and shall define the respective rights of the
various interests involved in order to secure the completion of all parts of the Work in
harmony and with satisfactory results. Any such decisions by the Engineer shall be
final and binding on all parties and shall not in any way give rise to or provide a basis
for a claim for extra compensation by any of the parties.
CHARACTER OF WORKMEN AND EQUIPMENT
Contractor shall employ such superintendents, foremen and workmen as are careful
and competent, and the Engineer may demand in writing the dismissal of any person
or persons employed by Contractor in, about or upon the Work, who engages in
misconduct, or who is incompetent or negligent or refuses to comply with the
direction given. Any such person or persons shall not be employed again at the
Project without the written consent of the Engineer. Should Contractor continue to
employ such person or persons at the Project, the City may withhold all payments
which are or may become due, or the Engineer may suspend the Work until the
offending persons are dismissed. Contractor shall not employ any minors, as
defined by the Minnesota Workmen's Compensation Act, on the Project.
Contractor shall keep on the Project, during its progress, a competent
superintendent and any necessary assistants, all satisfactory to the Engineer. The
Superintendent shall meet all requirements contained in the Contract Documents,
including but not limited to those enumerated in Section 10 of the Special
Conditions, and shall not be changed except with the consent of the Engineer,
unless the superintendent proves unsatisfactory to Contractor and ceases to be in
Contractor’s employ. The superintendent shall represent Contractor in all matters
211
GC - 24
and have the authority to obtain equipment and manpower as needed to complete
the Work. All directions given to the superintendent shall be as binding as if they
were given to Contractor.
All machinery and equipment owned or controlled by Contractor which is proposed
to be used by Contractor on the Work shall be of sufficient size and in such
mechanical condition as to meet with the requirements of the Work and to produce a
satisfactory quality of work.
When so ordered by the Engineer, in writing, unsatisfactory equipment shall be
removed and replaced with equipment which will satisfactorily perform the Work. No
change in the machinery and equipment employed on the Project that has the effect
of decreasing its capacity shall be made except by written permission of the
Engineer.
The measure of the capacity of machinery and equipment shall be its actual
performance of the Work. Failure of Contractor to provide adequate equipment may
result in the annulment of the Contract as hereinafter provided.
CONTRACTOR'S RIGHT TO REQUEST CHANGES
If Contractor discovers, prior to or during construction anything in the Plans or
Specifications or in the supplementary directions issued by the Engineer which, in
the opinion of Contractor, appears to be faulty engineering or design, Contractor
shall immediately advise the Engineer in writing of Contractor’s concerns. If no
objection is raised by Contractor under the provisions of this paragraph, Contractor
waives any right to contest the provisions of the Contract on the basis of faulty
engineering or design.
TEMPORARY SUSPENSION OF WORK
The Engineer shall have the authority to suspend the Work, wholly or in part, for
such a period or periods as the Engineer may deem necessary due to conditions
considered unfavorable for the suitable prosecution of the Work, or for such time as
is necessary due to failure on the part of Contractor to carry out orders or perform
any or all provisions of the Contract. If the Engineer directs Contractor in writing to
suspend the Work, Contractor shall store all materials and equipment in such a way
as to not obstruct or impede public travel or work on adjacent contracts. Contractor
shall not suspend the Work without written authority from the Engineer.
SUBSTANTIAL COMPLETION
When Contractor considers that the Work, or a portion thereof which the City agrees
to accept separately, is substantially complete, Contractor shall prepare and submit
to the Engineer a comprehensive list of items to be completed or corrected prior to
final payment. Failure to include an item on such list does not alter the responsibility
of Contractor to complete all Work in accordance with the Contract Documents.
212
GC - 25
Upon receipt of Contractor’s list, the Engineer or the Inspector shall inspect the Work
to determine whether it is substantially complete. If the inspection discloses any
item, whether or not included on Contractor’s list, which is not sufficiently complete
in accordance with the Contract Documents so that the City can occupy or utilize the
Work or designated portion thereof for its intended use, Contractor shall, before
issuance of the Certificate of Substantial Completion, complete or correct such item.
In such case, Contractor shall then submit a request for another inspection by the
Engineer to determine Substantial Completion.
When the Work or designated portion thereof is substantially complete as
determined by the Engineer, the Engineer shall prepare a Certificate of Substantial
Completion that shall establish the date of Substantial Completion; establish
responsibilities of the City and Contractor for security, maintenance, damage to the
Work and insurance; and fix the time within which Contractor shall finish all items on
the list accompanying the Certificate. Warranties required by the Contract
Documents shall commence on the date of Substantial Completion of the Work or
designated portion thereof unless otherwise provided in the Certificate of Substantial
Completion.
The Certificate of Substantial Completion shall be submitted to the City and
Contractor for their written acceptance of responsibilities assigned to them in the
Certificate. Upon such acceptance, and consent of surety if any, the City shall make
payment of retainage applying to the Work or designated portion thereof. Such
payment shall be adjusted for Work that is incomplete or not in accordance with the
requirements of the Contract Documents.
DETERMINATION AND EXTENSION OF CONTRACT TIME FOR COMPLETION
Contractor shall perform fully, entirely, and in an acceptable manner, the Work
contracted for within the time stated in the Contract.
If Contractor finds that it will be impossible to complete the Work on or before the
Contract Time, Contractor shall request an extension of the Contract Time as set
forth in Section 4 of the Special Conditions.
In case such extension is not granted, the right to proceed with the Work may be
considered as forfeited as of the Contract Time, including all agreed upon
adjustments, and the City, without violating the Contract, may proceed immediately
to take over the Work, materials and equipment and make final settlement of costs
incurred as provided for in Paragraph 7 below, except that it shall not be necessary
to give Contractor written ten (10) days’ notice for such forfeiture.
FAILURE TO COMPLETE WORK ON TIME
Should Contractor fail to complete the Work on or before the Contract Time, taking
into consideration all agreed upon extensions, the City may permit Contractor to
213
GC - 26
proceed and there shall be deducted from any monies due or that may become due
Contractor the amount agreed upon as liquidated damages under section 4 the
Special Conditions of the Agreement. Liquidated damages shall continue to accrue
until the unfinished Work is completed whether Contractor finishes the Work or the
Work is finished by an alternate contractor.
Permitting Contractor to continue and finish the Work or any part of it after the
Contract Time, or after the date to which the Contract Time may have been
extended, shall in no way operate as a waiver on the part of the City of any of its
rights. Neither by the taking over of the Work by the City, nor by the annulment of
the Contract, shall the City forfeit the right to recover liquidated damages from
Contractor or Contractor’s Surety for failure to complete the Contract.
RIGHT OF THE CITY TO DECLARE CONTRACTOR IN DEFAULT
In addition to those instances specifically referred to in the Contract Documents, the
City shall have the right to declare Contractor in default of the whole or any part of
the Work if:
A. Contractor becomes insolvent;
B. Contractor makes an assignment for the benefit of creditors pursuant to the
Statutes of the State of Minnesota;
C. A voluntary or involuntary petition in bankruptcy be filed by or against Contractor;
D. Contractor fails to commence work when notified to do so by the Engineer;
E. Contractor shall abandon the Work;
F. Contractor shall refuse to proceed with the Work when and as directed by the
Engineer;
G. Contractor shall, without just cause, reduce its working force to a number which,
if maintained would be insufficient, in the opinion of the Engineer, to complete the
Work in accordance with the approved progress schedule, and shall fail or refuse
to sufficiently increase such working force when ordered to so by the Engineer;
H. Contractor shall sublet, assign, transfer, convey or otherwise dispose of this
Contract other than as herein specified;
I. A receiver or receivers are appointed to take charge of Contractor's property or
affairs;
J. The Engineer shall be of the opinion that Contractor is or has been knowingly,
willfully or in bad faith, violating any of the provisions of this Contract;
K. The Engineer shall be of the opinion that Contractor is or has been
unnecessarily, unreasonable or willfully delaying the performance and completion
214
GC - 27
of the Work, or the award of a necessary subcontract or the placing of necessary
material or equipment orders;
L. The Engineer shall be of the opinion that the Work cannot be completed within
the Contract Time, taking into consideration all agreed upon amendments to the
Contract Time; provided, however, that the impossibility of timely completion is,
in the Engineer's opinion, attributable to conditions within Contractor's control;
M. The Engineer shall be of the opinion that Contractor is not or has not been
executing the Contract in good faith and in accordance with its terms; or
N. The Work is not completed within t within the Contract Time, taking into
consideration all agreed upon amendments to the Contract Time.
Before the City shall exercise its right to declare Contractor in default by reason of
the conditions set forth in items numbered 1, 4-7, 10-13, or 14, it shall give
Contractor an opportunity to be heard, on two days’ notice, at which hearing
Contractor may have a stenographer present; provided, however, that a copy of
such stenographic notes, if any, shall be furnished to the City.
The right to declare in default for any of the grounds specified or referred to above
shall be exercised by sending Contractor a notice, signed by the Engineer, setting
forth the grounds upon which such default is declared. Upon receipt of such notice,
Contractor shall immediately discontinue all further operations under this Contract
and shall immediately quit the site, leaving untouched all plant, materials,
equipment, tools and supplies then on the site.
COMPLETION OF THE WORK AFTER DEFAULT
The City, after declaring Contractor in default, may then have the Work completed
by such means and in such manner, by contract with or without public letting or
otherwise, as it may deem advisable, utilizing for such purpose such of Contractor's
plant, materials, equipment, tools, and supplies remaining on the site, and also such
subcontractors as it may deem advisable.
After such completion, the Engineer shall make a certificate stating the expense
incurred in such completion, which shall include the cost of re-letting and also the
total amount of liquidated damages (at the rate provided for in the Specifications)
from the date when the Work should have been completed by Contractor in
accordance with the Contract Documents to the date of actual completion of the
Work. Such certificate shall be binding and conclusive upon Contractor in
accordance with the terms hereof to the date of actual completion of the Work. Such
certificate shall be binding and conclusive upon Contractor, Contractor’s Sureties,
and any person claiming under Contractor, as to the amount thereof.
The expense of such completion, as so certified by the Engineer shall be charged
against and deducted out of such monies as would have been payable to Contractor
215
GC - 28
if it had completed the Work; the balance of such monies, if any, subject to the other
provisions of this Contract, to be paid to Contractor without interest after such
completion. Should the expense of such completion exceed the total sum which
would have been payable under this Contract if the same had been completed by
Contractor, any such excess shall be paid by Contractor to the City upon demand. If
Contractor fails to pay the City promptly for such excess costs, the City may at its
discretion submit a claim to Contractor’s Surety for such reimbursements.
PARTIAL DEFAULT
In case the City shall declare Contractor in default as to a part of the Work only,
Contractor shall discontinue such part, shall continue performing the remainder of
the Work in strict conformity with the terms of the Contract, and shall in no way
hinder or interfere with any other contractors or persons whom the City may engage
to complete the Work as to which Contractor was declared in default.
The provisions of the clauses herein relating to declaring Contractor in default as to
the entire Work shall be equally applicable to a declaration of partial default, except
that the City shall be entitled to utilize for completion of the Work as to which
Contractor was declared in default only such plant, materials, equipment, tools and
supplies as had been previously used by Contractor on such part.
TERMINATION OF CONTRACTOR'S RESPONSIBILITY
Except as otherwise provided for in these Specifications and in Contractor’s bond,
Contractor’s responsibility for all Work and materials under this Contract shall
continue until the expiration date of the warranty. The warranty shall commence on
the date of Final Completion of the Work.
SECTION VIII - MEASUREMENT AND PAYMENT
MEASUREMENT OF QUANTITIES
Measurement of all Work acceptably completed will be made in accordance with the
system in which the Contract is let, either U.S. Standard or International System
(metric). Such measurements will be used as a basis for the computation of the
quantities of Work performed. Quantities designated to be measured by linear units
will be taken horizontally. Where Work is to be paid for by units of length, area,
volume or mass, only the net amount of Work actually performed, as it shall appear
in the finished Work and measured as hereinafter specified shall be paid for, local
customs to the contrary notwithstanding. Calculation of area quantities where the
computation of the areas by geometric methods would be comparatively laborious, it
is stipulated and agreed that the City’s computer aided drafting system shall be used
as the method of measurement.
216
GC - 29
SCOPE OF PAYMENT
Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all materials, labor, tools, equipment, royalties, fees,
insurance, permits, bonds, etc., and for performing all Work contemplated and
embraced under the Contract, also for all loss or damage arising out of the nature of
the Work, or from the action of the elements, the expiration of the warranty to the
City, and for all risks connected with the prosecution of the Work, also for all
expenses incurred by, or in consequence of the suspension or discontinuance of
said prosecution of the Work as herein specified, and for completing all of the Work
embraced in the Contract.
WORK COVERED BY CONTRACT PRICE
Contractor shall, under Contractor’s contract unit prices, furnish and pay for, all
material and incidental work, furnish all accessories, and do everything which may
be necessary to carry out the Contract in good faith, which contemplates everything
completed, in good working order, of good material, with good and accurate
workmanship.
BASIS OF PAYMENT
Where Work is to be paid by linear, area, volume, mass, or by each individual units
Contractor’s cost for all materials, labor, tools and equipment required to complete
the Work, notwithstanding that while the Work may not be fully shown on the
drawings, it may be described in the Specifications and vice-versa.
PAYMENTS FOR INCREASED OR DECREASED QUANTITIES
Whenever the quantity of any item of Work as given in the Proposal shall be
increased or decreased, payment for such item of Work will be made on the basis of
the actual quantity completed at the unit price for such item named in the Proposal,
except as otherwise provided in Section III - Paragraph 2 of these General
Conditions, and in the detail Specifications for each class of Work.
PAYMENT FOR SURPLUS MATERIALS
Payment for materials that have been ordered in furtherance of the Work, but that
are not to be used because (1) of cancellation of the Contract or a portion thereof;
(2) of an order to terminate the Work before completion of the entire unit; or (3) the
quantity ordered by the Engineer was in excess of the quantity needed, will be made
in accordance with this section, unless Contractor or one of Contractor’s suppliers
elects to take possession of the surplus material without expense to the City.
Payment for surplus materials that have been purchased and shipped or delivered to
the Project will be made at the Contract bid price when the pay item covers the
furnishing and delivering of the material only.
217
GC - 30
When the Contract bid price covers the furnishing and placing of the material, the
City will take possession of the surplus materials that have been purchased and
shipped or delivered to the Project, or will order the material returned to the supplier
for credit and will pay the Contractor the actual purchase price of the material plus
transportation costs, to which will be added fifteen percent (15%) of the total thereof,
and from which will be deducted any credits received by the Contractor for materials
returned.
Materials that have been ordered but have not been consigned for shipment shall be
paid for upon delivery the same as materials in transit or delivered only when the
supplier is unwilling to cancel or modify the order such as in the case of materials
requiring special manufacture, fabrication, or processing so as to be unsuitable for
general use.
In no case shall payment for surplus materials exceed the Contract Price for the
materials complete in place. Contractor shall furnish invoices or an affidavit showing
the purchase price and transportation charges on materials to be taken over by the
City.
Surplus materials that are taken over by the City shall be delivered to the storage
sites designated by the Engineer.
Except as above provided, no payment shall be made to Contractor for any
materials that are not incorporated in the Work. Materials shall be ordered in the
quantities needed unless a specific quantity is to be furnished by direct order of the
Engineer.
CLAIMS AND PROTESTS
A. General
A Claim is a demand or assertion by one of the parties seeking, as a matter of right,
payment of money, a change in the Contract Time, or other relief with respect to the
terms of the Contract. The term “Claim” also includes other disputes and matters in
question between the City and Contractor arising out of or relating to the Contract.
The responsibility to substantiate Claims shall rest with the party making the Claim.
This Section does not require the City to file a Claim in order to impose liquidated
damages in accordance with the Contract Documents.
B. Time Limit on Claims
The City and Contractor shall commence all Claims and causes of action against the
other and arising out of or related to the Contract, whether in contract, tort, breach of
warranty or otherwise, in accordance with the requirements of this Section and
within the period specified by applicable law, but in any case not more than one year
218
GC - 31
after the date of Substantial Completion of the Work. The City and Contractor waive
all Claims and causes of action not commenced in accordance with this Section.
C. Notice of Claims
Claims by either the City or Contractor shall be initiated by notice to the other party
and shall be initiated within ten (10) days after occurrence of the event giving rise to
such Claim or within ten (10) days after the claimant first recognizes, or reasonably
should have recognized, the condition giving rise to the Claim, whichever is later.
Any Claim not made within ten (10) days shall be deemed waived.
D. Continuing Contract Performance
Pending final resolution of a Claim, except as otherwise agreed in writing, Contractor
shall proceed diligently with performance of the Contract and the City shall continue
to make payments in accordance with the Contract Documents. The Contract Price
and Contract Time shall be adjusted in accordance with the resolution of the Claim,
subject to the right of either party to proceed in accordance with this section.
E. Claims for Additional Cost
If Contractor wishes to make a Claim for an increase in the Contract Price, notice as
provided in Subsection 1C above shall be given before proceeding to execute the
portion of the Work that is the subject of the Claim. Prior notice is not required for
Claims relating to an emergency endangering life or property.
F. Claims for Additional Time
If Contractor wishes to make a Claim for an extension of the Contract Time,
Contractor shall request an extension as set forth in Section 4 of the Special
Conditions.
G. Mediation
Claims, disputes, or other matters in controversy arising out of or related to the
Contract, except those waived as provided for in the Contract Documents, shall be
subject to mediation as a condition precedent to commencement of litigation. The
parties shall endeavor to resolve their Claims by mediation which shall be
administered by a mediator mutually agreed upon by the parties.
A request for mediation shall be made in writing, delivered to the other party to the
Contract and shall be completed within ninety (90) days from the date the request for
mediation was delivered to the other party. The parties shall share the mediator’s
fee and any filing fees equally. The mediation shall be held in Hennepin County,
Minnesota, unless another location is mutually agreed upon. Agreements reached in
mediation shall be enforceable as settlement agreements in any court having
jurisdiction thereof.
219
GC - 32
PAYMENT FOR UNCLASSIFIED AND FORCE ACCOUNT WORK
Unclassified Work authorized by the Engineer, will be paid for at a unit price, lump
sum or on a Force Account basis. All Force Account Work shall be paid for in the
following manner:
A. For all labor and foremen in the direct charge of the specific Work, Contractor will
receive the actual wages paid for each and every hour that said labor and
foreman are actually engaged in such Work, plus the cost of bond, insurance and
taxes, to which cost shall be added twenty (20) percent of the sum thereof. No
charge shall be made by Contractor for organization or overhead expense.
B. For all materials used, Contractor will receive the actual cost of such materials
including freight charges as shown by original receipted bills, to which cost shall
be added ten (10) percent of the sum thereof. Where materials are specifically
purchased for use on Unclassified Work but are taken from Contractor's stock,
Contractor shall submit an affidavit of the quantity, price and freight on such
materials in lieu of original bills and invoices. This affidavit shall be approved by
the Engineer.
C. For any machinery, trucks or equipment, including fuel and lubricants, which it
may be deemed necessary or desirable to use, Contractor will receive a
reasonable rental price, to be agreed upon in writing before such Work is begun,
for each and every hour that said machinery, trucks and equipment are in use on
such Work, and to which sum no percentage will be added. Such rental price
shall not exceed the rates established by the A.G.C. for this district.
The compensation as herein provided shall be received by Contractor as payment in
full for Unclassified Work done by Force Account and said twenty (20) percent for
labor and said ten (10) percent for materials shall be agreed to cover profit,
superintendence, general expense, overhead, and the use of small tools and
equipment for which no rental is allowed.
Contractor or Contractor’s representative and the Engineer or the Engineer’s
representative shall compare records of Force Account Work at the end of each day.
Copies of these records shall be made in triplicate on Force Account forms, provided
for this purpose by the Engineer and signed by both parties. To all such claims for
Force Account Work, Contractor shall attach receipted bills for, or affidavit of,
materials used and freight receipts covering freight on such materials used, and said
claims shall be presented to the Engineer for payment not later than the twentieth
(20th) day of the month following that in which the Work was actually performed and
shall include all labor charges and material charges insofar as they can be verified.
Should Contractor refuse or fail to prosecute such Unclassified Work as directed, or
to submit this claim as required, the City may withhold payment of all current
220
GC - 33
estimates until Contractor's refusal or failure is eliminated, or, after giving Contractor
due notice, the City may make payment for said Work on a basis of a reasonable
estimate of the value of the Work performed.
PARTIAL PAYMENTS
Unless payments are withheld by the City for reasons herein before stated, payment
will be made at least once a month on a basis of ninety-five (95) percent of the Work
done, provided that the Work is progressing to the satisfaction of the Engineer;
provided further, however, that when ninety-five (95) percent or more of the Work is
completed, the City, in its sole discretion, may determine that something less than
five (5) percent need be retained to protect the City's interest in satisfactory
completion of the Contract.
Monthly estimates may include the value of acceptable materials required for the
Work, which have been delivered to the Project, and for which acceptable provisions
have been made for the preservation and storage. From the total value of the
materials so reported, five (5) percent shall be retained. Such material, when so
paid for by the City, shall become the property of the City and in the event of default
on the part of Contractor, the City may use or cause to be used such materials in the
construction of the Work provided for in the Contract. The amount thus paid by the
City for materials shall go to reduce estimates due Contractor as the materials are
used in the Work.
Minnesota Statutes, Sections 337.10, subd. 3 and 471.425, subd. 4a, requires that
Contractor pay any subcontractors within ten (10) days after receipt of payment from
the City for undisputed services provided by the subcontractor. Contractor shall
provide proof to the City of payment to subcontractors in the form of check copies or
receipts. If Contractor fails to make payments to subcontractors for undisputed
Work, Contractor shall pay interest of one and one-half percent (1-1/2%) per month
of any amounts not paid on time to subcontractors, with a minimum monthly interest
penalty payment of ten dollars ($10).
No release of any retained percentage will be made without the written approval of
the Surety or Sureties, which approval shall be obtained by Contractor. Any such
release may be optional with the City.
FINAL PAYMENT
Upon receipt of Contractor’s notice that the Work is ready for final inspection and
acceptance, the Engineer shall promptly make such inspection as provided in
section IV(10) of these General Conditions. When the Engineer finds the Work
acceptable under the Contract Documents and the Contract fully performed, the
Engineer will prepare a final estimate containing complete quantities of each and
every item of Work performed by Contractor, and the value thereof (the “Final Pay
Estimate”). Upon acceptance of the Final Pay Estimate by Contractor, the Engineer
will (i) issue a Certificate of Final Completion; (ii) forward the Certificate of Final
221
GC - 34
Completion and Final Pay Estimate to the City Finance Director for payment; and (iii)
notify Contractor and Contractor’s Surety or Sureties of the acceptance of the Work.
The date of Final Completion of the Contract shall be the date on the Certificate of
Final Completion and the action of the City by which Contractor is bound and the
Contract concluded shall be evidenced by the Certificate of Final Completion and
Final Payment. All prior certificates or estimates upon which payments may have
been made are merely partial estimates and subject to correction in the final
payment.
CERTIFICATE OF COMPLIANCE OF MINNESOTA WITHHOLDING TAX
Final payment will not be made until Contractor shall have filed with the City
evidence, in the form of an affidavit, lien waiver or such other evidence as may be
required, that all claims against Contractor by reason of the Contract have been fully
paid or satisfactorily secured. In case such evidence is not furnished, the City may
retain out of any amount due said Contractor sums sufficient to cover all lienable
claims unpaid.
Before final payment is made for the Work on this project, Contractor must make a
satisfactory showing that it has complied with the provisions of Minnesota Statutes
Section 290.92 requiring the withholding of State Income Tax for wages paid
employees on this project. Receipt by the City Engineer of a Certificate of
Compliance from the Commissioner of Taxation will satisfy this requirement.
Contractor is advised that before such Certificate can be issued, Contractor must
first place on file with the Commissioner of Taxation an affidavit, in the form of an IC-
134, that Contractor has complied with the provisions of Minnesota Statutes Section
290.92.
SECTION IX - MISCELLANEOUS PROVISIONS
NONDISCRIMINATION.
Contractor agrees:
A. That it shall not, in the hiring of labor or employees for the performance of any
work under this Agreement, by reason of any race, creed, color, national origin,
sex, gender identity, sexual orientation, or disability discriminate against any
person who is qualified and available to perform the Work;
B. That it shall not, in any manner, discriminate against, intimidate or prevent the
employment of any person identified in clause (a) of this section, or on being
hired, prevent or conspire to prevent, the person from the performance of any
222
GC - 35
work under this Agreement on account of the persons race, creed, color, national
origin, sex, gender identity, sexual orientation, or disability; and
C. That it shall not intentionally refuse to do business with, refuse to contract with, or
discriminate in the terms, conditions, or performance of any agreement related to
the Work to be performed under this Agreement because of a person’s race,
creed, color, national origin, sex, gender identity, sexual orientation, or disability,
unless the alleged refusal is because of a legitimate business purpose.
GOVERNMENT DATA.
Contractor acknowledges that, to the extent this Agreement requires Contractor to
perform a government function, all of the data created, collected, received, stored,
used, maintained or disseminated by Contractor in performing government functions
is subject to the requirements of the Minnesota Government Data Practices Act
(Minn. Stat. § 13.01 et. seq. the “MGDPA”), except to the extent the data is
privileged pursuant to an exception to or exclusion from the MGDPA, and that
Contractor must comply with the MGDPA as if Contractor were a government entity,
including the remedies in Minn. Stat. §13.08, subject to any other appropriate
exception to or exclusion from the MGDPA. Contractor agrees to promptly notify the
City of any request for data that Contractor receives related to this Agreement.
VENUE AND FORUM.
This Agreement shall be interpreted in accordance with Minnesota law and any suit
or litigation between the parties arising out of this Agreement shall be filed, tried and
litigated only in Hennepin County District Court in the state of Minnesota.
COUNTERPARTS.
This Agreement may be executed in any number of counterparts, including
electronically. Each counterpart constitutes an original and all counterparts
collectively constitute one and the same instrument. The signatures of the parties
need not appear on the same counterpart.
ELECTRONIC SIGNATURES.
Except as otherwise stated herein, documents executed, scanned and transmitted
electronically and electronic signatures shall be deemed original signatures for
purposes of this Agreement and all related matters. All scanned and electronic
signatures shall have the same legal effect as original signatures. This Agreement,
any other document necessary for the consummation of the transaction
contemplated by this Agreement may be accepted, executed or agreed to through
the use of an electronic signature in accordance with the Uniform Electronic
Transactions Act, Minnesota Statutes Chapter 325L. Any document accepted,
223
GC - 36
executed or agreed to in conformity with such laws will be binding on each party as if
it were physically executed.
NOTICES.
Any notices or communications required or permitted by this Agreement must be (i)
given in writing; and (ii) personally delivered, mailed, by prepaid certified mail, or
transmitted by facsimile or electronic mail transmission (including email or PDF), to
the intended party at the mailing address or email address of such party as follows:
To City: To Contractor:
City of Golden Valley
Attn: Jeff Oliver
7800 Golden Valley Road
Golden Valley, MN 55427
joliver@goldenvalleymn.gov
SEVERABILITY
If any term or provision of the Contract Documents shall be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions
shall not in any way be affected or impaired thereby and such provision shall be
ineffective only to the extent of such invalidity, illegality or unenforceability.
NO WAIVER OF LEGAL RIGHTS
Duties and obligations imposed by the Contract Documents and rights and remedies
available thereunder shall be in addition to and not a limitation of duties, obligations,
rights, and remedies otherwise imposed or available by law. No action or failure to
act by the City, or Engineer shall constitute a waiver of a right or duty afforded them
under the Contract, nor shall such action or failure to act constitute approval of or
acquiescence in a breach thereunder, except as may be specifically agreed upon in
writing.
224
APPENDICIES
Appendix A - Technical Specifications and Planting Details for
Furnishing and Installation of Trees and Shrubs
Appendix B - Construction Striper Operations Daily Log
Appendix C - Asbestos and PCB Information Sheets
Appendix D - Erosion Control Inspection Form
Appendix E - Accessibility, Design, Policy and Implementation Manual
for Public Rights-of-Way
Appendix F - Sewer/Water Utility – Tracer Wire Specification
Appendix G - Online Bidding Instructions
Appendix H - Geotechnical Investigation
Appendix I - Suspension/Debarments Notice to Bidders
Appendix J - State Funded Contract Special Provisions Division A -
Labor
Appendix K - Prevailing Wages for State Funded Construction Projects
Appendix L - Notice of Truck Rental Rate Certification and Effective
Date
Appendix M - Union Pacific Railroad Pipeline Crossing Agreement
03328-47
Appendix N - Union Pacific Railroad Pipeline Encroachment
Agreement 0783985
Appendix O - RailPros Project and Billing Form
Appendix P - Union Pacific Railroad Third-Party Flagging Policy
Appendix Q - Union Pacific Railroad Work Plan Form
Appendix R- Union Pacific Railroad Guidelines for Track & Ground
Monitoring
Appendix S - Union Pacific Railroad Guidelines for Temporary Shoring
Appendix T - Union Pacific Railroad Contractor Safety Requirements
225
Appendix A
Technical Specifications and Planting Details for Furnishing and Installation of Trees
and Shrubs
226
S:\FJ\G\Goldv\Common\city cadd stds rev 1_24_08\City Standard Specs\Appendix Informaton\Apx A Trees.doc
1
TECHNICAL SPECIFICATIONS AND PLANTING DETAILS
FOR
FURNISHING AND INSTALLATION OF TREES AND SHRUBS
GENERAL: Requirements of the Conditions of the Contract and General Conditions of
these Specifications apply to all work under this section.
GENERAL PROVISIONS
1. PLANT MATERIAL
A. Nursery stock shall meet the American Standard for Nursery Stock, ANSI-
Z60.1 latest edition, of the American Association of Nurserymen, as to
grading and quality. All plant material shall be labeled true to type and
name in accordance with the standardized plant names.
B. All plant material shall be nursery grown, freshly dug, true to natural form,
well branched, self-supporting with one straight, original terminal leader
intact.
C. All plant material shall be free of insect infestations, and shall have been
grown under climatic conditions as specified in the planting detail.
D. All plant material shall be of the size no less than as indicated on the plant
material list, and have been root pruned or transplanted once between
October 1989 and December 1993.
E. All plant material shall be inspected and selected by the City Forester at
the place of growth and upon delivery for conformity to Specification
requirements. Such approval shall not impair the right of inspection and
rejection during the installation process.
2. DIGGING AND HANDLING
A. All trees shall be adequately balled in burlap (BB) in sizes as specified in
the planting detail. Trees with loose, broken or manufactured balls will be
rejected.
B. Balled in burlap (BB) plants that cannot be planted immediately on
delivery shall be set on unfrozen ground, and be well protected with soil,
hay, mulch, wood chips or other acceptable material. Plant materials
which are stored at the site and which have excessively dry tops and root
balls, or frozen root balls, shall be rejected and replaced.
227
2
3. PLANTING (also see planting details)
A. Locations - Before any excavation is to begin, the City Forester shall stake
locations of all plantings. The Contractor will be furnished with a plan
indicating the species to be planted and their locations.
B. Backfill Soil - Use soil excavated from planting holes. Remove all debris
including rocks larger than 3" in diameter. All backfill soils replaced
around the planting ball shall be well compacted, or the Contractor will be
asked to return and complete the job.
C. Root Collar - Remove all materials used to secure the root ball/basket to
the root collar (see planting detail).
D. Mulch Material - Mulch for all trees and shrub beds shall be processed
shredded hardwood mulch, free from any soil, twigs, leaves, rock, weeds
and synthetic matter (see mulching detail for requirements).
E. Watering Guidelines - All plant materials must be watered in at the time of
planting by the Contractor, and according to the following guidelines.
Plant Type
Average amount of water per application (gallons)
Machine Transplanted Trees 50-100
(25" caliper +)
Balled and Burlap Trees 20
Balled and Burlap Shrubs 10
Container Shrubs 7
F. Tree Wrapping - When planting in fall, wrap all smooth-barked tree trunks
up to the first functional crotch with wrapping material specifically
designed and manufactured for horticultural use.
G. Tree Pruning - Prune plants only at time of planting, and according to
standard horticulture practice, to preserve the natural character and
branch structure of the plant. Remove all dead or broken branches and
competing terminal branches at time of planting. Also, remove any
identification labels.
H. Tree Staking - No plant materials shall be staked unless specifically
approved by the City Forester. If all planting guidelines are followed
correctly, tree staking will not be necessary. If a tree leans or rotates in its
planting bed during the warranty period, the Contractor will replant the tree
by the end of the warranty period.
I. Planting Beds - All planting beds to be mulched will be marked by the City
Forester. City crews will remove the sod in these areas prior to planting
and edging.
228
S:\FJ\G\Goldv\Common\city cadd stds rev 1_24_08\City Standard Specs\Appendix Informaton\Apx A Trees.doc
3
4. MAINTENANCE
Maintenance shall begin immediately after planting begins, and shall continue in
accordance with the following requirements.
A. All plant materials shall be protected and maintained until November 15 of
the year following the initial planting.
B. Maintenance shall include, but not be limited to; watering, cultivating,
mulching, removal of dead material and re-setting plants to proper depth
or upright positions. Any damage to adjoining landscaping shall be the
responsibility of the Contractor, and shall be repaired or replaced to the
City Forester’s satisfaction with no additional compensation.
5. ACCEPTANCE OF WORK
A. Prior to the end of the guarantee period, the City Forester will make an
inspection of the Project and notify the Contractor of any dead, defective
or missing plants that must be replaced, and as to any other work that
must be performed prior to acceptance. Replacements may not be
required where, in the opinion of the Forester, the planting design is not
adversely affected. Dead or defective plants shall be removed and
replaced where so ordered.
B. Where replacements are required, the Contractor will be ordered to
furnish and install the replacement plants immediately, or at the beginning
of the next planting season, as the Forester considers most appropriate.
As a condition for acceptance of this work, plant maintenance operations
shall not be past due at the time of the final inspection.
6. PLANT GUARANTEE AND REPLACEMENT
A. Guarantee plant material for two full years minimum, and not less than
two continuous growing seasons from time of installation.
B. At the end of the guarantee period, an inspection will be made. Any tree
installed under this Contract that is dead or does not meet the standard
plant material guidelines shall be removed. These and any trees missing
shall be replaced as soon as conditions permit, but during the normal
planting season (see planting detail). In the case of any questions
regarding the marginal condition and/or satisfactory establishment of an
individual tree, the City may elect to allow such tree to remain through
another complete growing season at which time the tree, if found to be
dead or in an unhealthy or badly impaired condition, shall be replaced.
C. All replacements shall be trees of the same kind and size as specified in
the specification list. Trees larger than those specified may be substituted
upon approval of the City Engineer. They shall be furnished and replaced
as specified in the Contract; the cost shall be borne by the Contractor.
229
Appendix B
Construction Striper Operations Daily Log
230
Construction Striper Operations Daily Log
Comments_____________________________________________________________________________________
______________________________________________________________________________________________
______________________________________________________________________________________________
______________________________________________________________________________________________
Mail Original to: Office of Traffic, Safety and Technology
Attn: Pavement Marking Engineer (Ethan Peterson)
1500 W. County Road B2, Mailstop 725
Roseville, MN 55113
Or Fax to: 651-234-7370
Mn/DOT District County City S.P.
Route Designation Route Number *Beginning M.P. *Ending M.P.
Mn/DOT Proj. Contact Mn/DOT Proj. Contact #
Location Description
Date Striped Contractor
Striper ID Striper Operator Striper Operator Contact #
*Mile Post Reference (NOT Station) are required for each form and should reference actual striping not just project limits
Materials
Latex Epoxy Poly-Preform Thermoplastic Other Material ( ) Wet Reflective (WR)
Supplier Product Lot # White-Gallons/Mils /
Supplier Product Lot # Yellow-Gallons/Mils /
Supplier Product Lot # Other ( ) Gal/Mils /
Beads Supplier Product Lot # Beads = lbs
(WR)Beads Supplier (WR)Product (WR)Lot # (WR)Beads lbs
Environmental Information
Bit Concrete Sealcoat Microsurface Other Surface (Specify) Rumble strip
Road Surface Age Old New (Includes Milled Surfaces) Inlaid Ground-In Grooved Depth Mils
Other Placement Method (Specify) Ambient Temp (°F)
Surface Temp (°F) Humidity (%) Dew Point (°F) Wind Direction/Speed / Sunny/Cloudy/Mix
Longitudinal Lines Quantity (ft) Quantity (ft) Quantity (ft)
4” Solid White 4” Solid Yellow 8” Dotted White
6” Solid White 4” Double Solid Yellow 7” Broken White
8” Solid White 6” Solid Yellow 7” Dotted White
12” Solid White (1) 24” Solid Yellow (3) 11” Broken White
24” Solid White (2) 7” Solid Yellow 11” Dotted White
36” Solid White 4” Broken White 4” Broken Yellow
7” Solid White 4” Dotted White 7” Broken Yellow
11” Solid White 8” Broken White
Other (Specify)
(1) use for Stop Bars and Crosshatching, (2) use for Stop Bars, Crosshatching and Airplane Markers, (3) use for Crosshatching
Pavement Messages Quantity (ea) Quantity (ea) Quantity (ea)
Left Arrow Right-Thru-Left Arrow “SCHOOL XING”
Left-Thru Arrow Handicapped Symbol “TRAIL XING”
Thru Arrow HOV Diamond Symbol “SIGNAL AHEAD”
Right Arrow “AIRPLANE MARKER” “STOP”
Right-Thru Arrow “ONLY” “STOP AHEAD”
Fish-Hook Arrow “PED XING” Bike Symbol
Transition Arrow “RR XING” Quantity (ft2)
Other (Specify) Zebra Crosswalk
Revised 10/15/16
231
Appendix C
Asbestos and PCB Information Sheets
232
ASBESTOS INFORMATION SHEET
Non-friable asbestos is present in some pipe wrap found on old piping within
CenterPoint Energy’s gas distribution system. This information sheet was prepared to
provide interested parties with facts about asbestos as found in our system.
What is asbestos? Asbestos is a group of silicate minerals formerly added to products
to provide strength or insulating properties. Asbestos handling and disposal is closely
regulated by the MN Pollution Control Agency (MPCA), OSHA, and MN Department of
Health (MDH).
Are there different kinds of asbestos? Asbestos can be placed into two broad
categories, friable and non-friable. Friable asbestos can easily become airborne and is
hazardous to handle. Non-friable asbestos cannot be crumbled to a powder under hand
pressure and is not hazardous if handled correctly.
Where is asbestos found in CenterPoint Energy’s system? Asbestos is no longer
present in any new products used by CenterPoint Energy. However, in the past,
asbestos was used to strengthen pipe wrap, and some of the pipe that is coated with
asbestos-containing wrap remains in service. Asbestos may also be found in some old
gaskets used by CenterPoint Energy. The asbestos present in pipe wrap and gaskets
is considered non-friable.
How does CenterPoint Energy comply with asbestos regulations? Before starting
a project that may require handling of pipe, CenterPoint Energy determines if the pipe
was installed during the period when asbestos-containing wrap was used. If there is a
potential that the wrap contains asbestos, a MDH Certified professional collects a
sample of the wrap. The sample is analyzed and if asbestos is detected, certain
handling requirements must be followed. The MPCA allows abandoned pipe with
asbestos-containing wrap to be left in the ground. In fact, in most instances they prefer
that it be left undisturbed. However, if it is necessary to remove the pipe, CenterPoint
Energy’s crews and contractors have been trained in the proper handling and disposal
procedures.
What are the health and safety considerations? Non-friable asbestos does not
present a health hazard if handled properly. Only procedures that could cause the
asbestos to become airborne would make non-friable asbestos hazardous. Procedures
to be avoided include cutting, grinding, and otherwise crushing the materials.
CenterPoint Energy crews and contractors have been trained in proper handling of our
asbestos-containing wrap to minimize exposure to themselves or the public.
Who can I contact at CenterPoint Energy if I have more questions about
asbestos?
Customer Service
Residential: (612) 372-4727
Commercial: (612) 321-4939
233
Appendix D
Erosion Control Inspection Form
234
Project:
Contractor: Phone:
Type of Inspection (circle)Routine >0.5" Rain
Erosion Control Supervisor:
Date:
Time:
1. Have all dormant, disturbed areas been
temporarily stabilized in their entireties?Yes No
1. Is the fence at least 4" to 6" into the ground?Yes No
2. Is the trench backfilled to prevent runoff from
cutting underneath the fence?Yes No
3. Is the fence pulled tight so it won't sag when
water builds up behind it?Yes No
4. Are the ends brought upslope of the rest of the
fence so as to prevent runoff from going around
the ends?
Yes No
Erosion Control Inspection Sheet
SILT FENCE
INSPECTIONS MUST BE CONDUCTED ONCE EVERY 7 DAYS AND WITHIN 24 HOURS OF A 0.5" OR
GREATER RAINFALL. ALL SEDIMENT CONTROLS MUST BE INSTALLED PRIOR TO GRADING AND WITHIN
7 DAYS OF FIRST GRUBBING
TEMPORARY STABILIZATION
5. Is the fence placed on a level contour? If not,
the fence will only act as a diversion.Yes No
6. Have all the gaps and tears in the fence been
eliminated.Yes No
1. Does water pond around the inlet when it rains?Yes No
2. Has the fabric been replaced when it develops
tears or sags?Yes No
3. For curb inlet protection, does the fabric cover
the entire grate, including the curb window? For
yard inlet protection, does the structure encircle
the entire grate?
Yes No
4. Is the fabric properly entrenched or anchored
so that water passes through it and not under it?Yes No
5. For yard inlet protection, is the fabric properly
supported to withstand the weight of water and
prevent sagging? The fabric should be supported
by a wood frame with cross braces, or straw bales.
Yes No
INLET PROTECTION
S:\FJ\G\Goldv\119099\5ͲfinalͲdsgn\52ͲspecsͲprojͲman\2013PMP\EROSIONCONTROLINSPECTIONFORM.xlsx235
1. Has an area been designated for washing out
concrete trucks? Washings must be contained on
site within a bermed area until they harden. The
washings should never be directed toward a
watercourse, ditch or storm drain.
Yes No
2. Are streets swept as often as necessary to
keep them clean and free from sediment? Yes No
3. Are stockpiles of soil or other materials stored
away from any watercourse, ditch or storm drain?Yes No
NOTES:
NON-SEDIMENT POLLUTION CONTROL
NOTES ON CORRECTIONS MADE: DATE
SIGNATURE:
S:\FJ\G\Goldv\119099\5ͲfinalͲdsgn\52ͲspecsͲprojͲman\2013PMP\EROSIONCONTROLINSPECTIONFORM.xlsx236
Appendix E
Accessibility, Design, Policy and Implementation Manual for Public Rights-of-Way
237
A COPY OF THE COMPLETE MANUAL IS AVAILABLE
AT THE OFFICE OF THE CITY ENGINEER
238
Appendix F
Sewer/Water Utility – Tracer Wire Specification
239
Sewer/Water Utility - Trace Wire Specification
This Standard specification was prepared by Joe Rubbelke (joe.rubbelke@gmail.com), Jeff Dale (jeff.dale@mrwa.com) and Frank Stuemke
(frank.stuemke@mrwa.com), and is a work-in-progress, intended for redistribution, modification and immediate use by any municipality (March
2014). The end user must accept all liabilities and hold harmless the contributors of this information.
Materials
General
All trace wire and trace wire products shall be domestically manufactured in the U.S.A.
All trace wire shall have HDPE insulation intended for direct bury, color coated per APWA standard for
the specific utility being marked.
Trace wire
x Open Trench - Trace wire shall be #12 AWG Copper Clad Steel, High Strength with minimum 450 lb.
break load, with minimum 30 mil HDPE insulation thickness.
x Directional Drilling/Boring - Trace wire shall be #12 AWG Copper Clad Steel, Extra High Strength
with minimum 1,150 lb. break load, with minimum 30 mil HDPE insulation thickness.
x Trace wire – Pipe Bursting/Slip Lining - Trace wire shall be 7 x 7 Stranded Copper Clad Steel,
Extreme Strength with 4,700 lb. break load, with minimum 50 ml HDPE insulation thickness.
Connectors
x All mainline trace wires must be interconnected in intersections, at mainline tees and mainline
crosses. At tees, the three wires shall be joined using a single 3-way lockable connector. At Crosses,
the four wires shall be joined using a 4-way connector. Use of two 3-way connectors with a short
jumper wire between them is an acceptable alternative.
x Direct bury wire connectors – shall include 3-way lockable connectors and mainline to lateral lug
connectors specifically manufactured for use in underground trace wire installation. Connectors
shall be dielectric silicon filled to seal out moisture and corrosion, and shall be installed in a manner
so as to prevent any uninsulated wire exposure.
x Non locking friction fit, twist on or taped connectors are prohibited.
Termination/Access
x All trace wire termination points must utilize an approved trace wire access box (above ground
access box or grade level/in-ground access box as applicable), specifically manufactured for this
purpose.
x All grade level/in-ground access boxes shall be appropriately identified with “sewer” or “water” cast
into the cap and be color coded.
x A minimum of 2 ft. of excess/slack wire is required in all trace wire access boxes after meeting final
elevation.
x All trace wire access boxes must include a manually interruptible conductive/connective link
between the terminal(s) for the trace wire connection and the terminal for the grounding anode
wire connection.
x Grounding anode wire shall be connected to the identified (or bottom) terminal on all access boxes.
240
Sewer/Water Utility - Trace Wire Specification
This Standard specification was prepared by Joe Rubbelke (joe.rubbelke@gmail.com), Jeff Dale (jeff.dale@mrwa.com) and Frank Stuemke
(frank.stuemke@mrwa.com), and is a work-in-progress, intended for redistribution, modification and immediate use by any municipality (March
2014). The end user must accept all liabilities and hold harmless the contributors of this information.
x Service Laterals on public property - Trace wire must terminate at an approved grade level/in-
ground trace wire access box, located at the edge of the road right-of-way, and out of the roadway.
x Service Laterals on private property - Trace wire must terminate at an approved above-ground
trace wire access box, affixed to the building exterior directly above where the utility enters the
building, at an elevation not greater than 5 vertical feet above finished grade, or terminate at an
approved grade level/in-ground trace wire access box, located within 2 linear feet of the building
being served by the utility.
x Hydrants – Trace wire must terminate at an approved above-ground trace wire access box, properly
affixed to the hydrant grade flange. (affixing with tape or plastic ties shall not be acceptable)
x Long-runs, in excess of 500 linear feet without service laterals or hydrants - Trace wire access must
be provided utilizing an approved grade level/in-ground trace wire access box, located at the edge
of the road right-of-way, and out of the roadway. The grade level/in-ground trace wire access box
shall be delineated using a minimum 48” polyethylene marker post, color coded per APWA standard
for the specific utility being marked.
Grounding
x Trace wire must be properly grounded at all dead ends/stubs
x Grounding of trace wire shall be achieved by use of a drive-in magnesium grounding anode rod with
a minimum of 20ft of #14 red HDPE insulated copper clad steel wire connected to anode (minimum
0.5 lb.) specifically manufactured for this purpose, and buried at the same elevation as the utility.
x When grounding the trace wire at dead ends/stubs, the grounding anode shall be installed in a
direction 180 degrees opposite of the trace wire, at the maximum possible distance.
x When grounding the trace wire in areas where the trace wire is continuous and neither the mainline
trace wire or the grounding anode wire will be terminated at/above grade, install grounding anode
directly beneath and in-line with the trace wire. Do not coil excess wire from grounding anode. In
this installation method, the grounding anode wire shall be trimmed to an appropriate length before
connecting to trace wire with a mainline to lateral lug connector.
x Where the anode wire will be connected to a trace wire access box, a minimum of 2 ft. of
excess/slack wire is required after meeting final elevation.
Installation
General
x Trace wire installation shall be performed in such a manner that allows proper access for connection
of line tracing equipment, proper locating of wire without loss or deterioration of low frequency
(512Hz) signal for distances in excess of 1,000 linear feet, and without distortion of signal caused by
multiple wires being installed in close proximity to one another.
x Trace wire systems must be installed as a single continuous wire, except where using approved
connectors. No looping or coiling of wire is allowed.
241
Sewer/Water Utility - Trace Wire Specification
This Standard specification was prepared by Joe Rubbelke (joe.rubbelke@gmail.com), Jeff Dale (jeff.dale@mrwa.com) and Frank Stuemke
(frank.stuemke@mrwa.com), and is a work-in-progress, intended for redistribution, modification and immediate use by any municipality (March
2014). The end user must accept all liabilities and hold harmless the contributors of this information.
x Any damage occurring during installation of the trace wire must be immediately repaired by
removing the damaged wire, and installing a new section of wire with approved connectors. Taping
and/or spray coating shall not be allowed.
x Trace wire shall be installed at the bottom half of the pipe and secured (taped/tied) at 5’ intervals.
x Trace wire must be properly grounded as specified.
x Trace wire on all service laterals/stubs must terminate at an approved trace wire access box located
directly above the utility, at the edge of the road right-of-way, but out of the roadway. (See Trace
wire Termination/Access)
x At all mainline dead-ends, trace wire shall go to ground using an approved connection to a drive-in
magnesium grounding anode rod, buried at the same depth as the trace wire. (See Grounding)
x Mainline trace wire shall not be connected to existing conductive pipes. Treat as a mainline dead-
end, ground using an approved waterproof connection to a grounding anode buried at the same
depth as the trace wire.
x All service lateral trace wires shall be a single wire, connected to the mainline trace wire using a
mainline to lateral lug connector, installed without cutting/splicing the mainline trace wire.
x In occurrences where an existing trace wire is encountered on an existing utility that is being
extended or tied into, the new trace wire and existing trace wire shall be connected using approved
splice connectors, and shall be properly grounded at the splice location as specified.
Sanitary Sewer System
x A mainline trace wire must be installed, with all service lateral trace wires properly connected to the
mainline trace wire, to ensure full tracing/locating capabilities from a single connection point.
x Lay mainline trace wire continuously, by-passing around the outside of manholes/structures on the
North or East side.
x Trace wire on all sanitary service laterals must terminate at an approved trace wire access box color
coded green and located directly above the service lateral at the edge of road right of way.
Water System
x A mainline trace wire must be installed, with all service lateral trace wires properly connected to the
mainline trace wire, to ensure full tracing/locating capabilities from a single connection point.
x Lay mainline trace wire continuously, by-passing around the outside of valves and fittings on the
North or East side.
x Trace wire on all water service laterals must terminate at an approved trace wire access box color
coded blue and located directly above the service lateral at the edge of road right of way.
x Above-ground tracer wire access boxes will be installed on all fire hydrants.
x All conductive and non-conductive service lines shall include tracer wire.
242
Sewer/Water Utility - Trace Wire Specification
This Standard specification was prepared by Joe Rubbelke (joe.rubbelke@gmail.com), Jeff Dale (jeff.dale@mrwa.com) and Frank Stuemke
(frank.stuemke@mrwa.com), and is a work-in-progress, intended for redistribution, modification and immediate use by any municipality (March
2014). The end user must accept all liabilities and hold harmless the contributors of this information.
Storm Sewer System
This section shall be included at the discretion of the facility owner.
x If the storm sewer system includes service laterals for connection of private drains and tile lines, it
shall be specified the same as a sanitary sewer application.
x Lay mainline trace wire continuously, by-passing around the outside of manholes/structure on the
North or East side.
Prohibited Products and Methods
The following products and methods shall not be allowed or acceptable
x Uninsulated trace wire
x Trace wire insulations other than HDPE
x Trace wires not domestically manufactured
x Non locking, friction fit, twist on or taped connectors
x Brass or copper ground rods
x Wire connections utilizing taping or spray-on waterproofing
x Looped wire or continuous wire installations, that has multiple wires laid side-by-side or in close
proximity to one another
x Trace wire wrapped around the corresponding utility
x Brass fittings with trace wire connection lugs
x Wire terminations within the roadway, i.e. in valve boxes, cleanouts, manholes, etc.
x Connecting trace wire to existing conductive utilities
Testing
All new trace wire installations shall be located using typical low frequency (512Hz) line tracing
equipment, witnessed by the contractor, engineer and facility owner as applicable, prior to acceptance
of ownership.
This verification shall be performed upon completion of rough grading and again prior to final
acceptance of the project.
Continuity testing in lieu of actual line tracing shall not be accepted.
243
Sewer/Water Utility - Trace Wire Specification
This Standard specification was prepared by Joe Rubbelke (joe.rubbelke@gmail.com), Jeff Dale (jeff.dale@mrwa.com) and Frank Stuemke
(frank.stuemke@mrwa.com), and is a work-in-progress, intended for redistribution, modification and immediate use by any municipality (March
2014). The end user must accept all liabilities and hold harmless the contributors of this information.
Products
The following products have been deemed acceptable and appropriate. These products are a guide only
to help you choose the correct applications for your tracer wire project.
x Copper clad Steel (CCS) trace wire
o Open Trench – Copperhead #12 High Strength part # 1230-HS
o Directional Drilling/Boring - Copperhead Extra High Strength part # 1245*EHS
o Pipe Bursting/Slip Lining – Copperhead SoloShot Extreme Strength 7 x 7 Stranded part #
PBX-50
x Connectors
o Copperhead 3-way locking connector part # LSC1230*
o DryConn 3- way Direct Bury Lug: Copperhead Part # 3WB-01
x Termination/Access
o Non-Roadway access boxes applications: Trace wire access boxes Grade level Copperhead
adjustable lite duty Part # LD14*TP
o Concrete / Driveway access box applications: Trace wire access boxes Grade level
Copperhead Part # CD14*TP 14”
o Fire hydrant trace wire access box applications: Above ground two terminal with 1” conduit.
Copperhead part # T3-75-F (Cobra T3 Test Station, denoting “F” includes mounting flange)
x Grounding
o Drive in Magnesium Anode: Copperhead Part # ANO-1005 (1.5 lb)
Manufacture product options:
The information provided by Copperhead Industries gives you product options to help you choose the
correct wire – termination/access points – connectors and grounding products. Other manufactures
provide these products; this information is only a guide.
244
SNAKEPIT BRACKET
Accessory for SnakePit® Access Points
FEATURES AND BENEFITS
x Secures SnakePit® Access Point
to curb box
x Eliminates shifting of SnakePit®
Access Point during backfilling
and/or ground settling
x Fits all SnakePit® Access Points
APPLICATION
Secures SnakePit® Access Point to curb box to keep in place during
backfill and future ground shifting.
SP-BRACKET -E]MYRBWc3aMPYRc
copperheadwire.com | 877-726-5644 | 9530 Fallon Avenue NE / P.O. Box 1081 Monticello, MN 55362 MADE IN THE USA
2”
SPECIFICATIONS
MATERIAL AND DESIGN
Bracket Material
•3/16” steel arm
•10 AWG steel brackets
•Black powder-coated finish
•Includes hardware
•4 -4” zinc-plated bolts
•4 nuts
Shape
•“I” shape with brackets at each end
•Brackets at ends expand to accommodate diameters up to 3”
QUALITY ASSURANCE
•Copperhead products are manufactured under a quality control system
that ensures products are free of defects and meet performance
requirements.
•Copperhead provides best-in-class customer service. We promise to put
forth our best efforts for our customers and to treat everyone we
encounter with courtesy and respect.
SnakePit Access Point
(sold separately)
Curb Box
(not included)
245
NOTES:
1. WIRE SHOWN AWAY FROM PIPE FOR CLARITY. WIRE SHALL BE
INSTALLED ON THE BOTTOM SIDE OF THE PIPE BELOW THE
SPRING LINE. THE WIRE SHALL BE FASTENED TO THE PIPE
WITH TAPE OR PLASTIC TIES AT 5' INTERVALS.
TRACE WIRE PLAN (WATER)
NO SCALE
WATER MAIN
(TYP)
#12 AWG COPPER
CLAD STEEL - BLUE
(TYP)
WATER SERVICE
(TYP)
WATER MAIN
CROSS
4-WAY CONNECTOR OR
TWO 3-WAY CONNECTORS
WITH SHORT JUMPER WIRE
MAINLINE TO LATERAL
LUG CONNECTOR
(TYP)
GRADE LEVEL / IN-GROUND
TRACE WIRE ACCESS BOX
AND DRIVE-IN MAGNESIUM
GROUNDING ANODE (SEE
WATER SERVICE DETAIL)
CURB STOP
(TYP)ABOVE GROUND ACCESS BOX
SECURED TO HYDRANT FLANGE
(SEE HYDRANT DETAIL)
HYDRANT
TRACE WIRE ON EAST
SIDE OF WATER MAIN
PIPE
TRACE WIRE ON NORTH
SIDE OF WATER MAIN
PIPE
DRIVE-IN MAGNESIUM
GROUNDING ANODE (TYP)
N
MINNESOTA RURAL WATER ASSOCIATION
STANDARD DETAIL
L:\Library\Municipal\Professional Associations\Rural Water Details\Trace Wire Details 5.28.14.dwg
TRACE WIRE
SAMPLE WATER PLAN
May 28, 2014 246
TAPE OR
PLASTIC TIE
(TYP)
5.0' MAX
MAINLINE TO
LATERAL LUG
CONNECTOR
1.0' MAX
1.0' MAX
WATER SERVICE - PLAN VIEW
NO SCALE
WATER SERVICE - SECTION VIEW
NO SCALE
GRADE LEVEL / IN-GROUND TRACE
WIRE ACCESS BOX ON NORTH OR
EAST SIDE OF WATER SERVICE
DRIVE-IN
MAGNESIUM
GROUNDING
ANODE ROD
RIGHT-OF-WAY
LINE
WATER SERVICE
#12 AWG COPPER
CLAD STEEL - BLUE
(TYP)
NOTES:
1. WIRE SHOWN AWAY FROM PIPE FOR CLARITY. WIRE SHALL BE
INSTALLED IMMEDIATELY ADJACENT TO THE SERVICE PIPE.
THE WIRE SHALL BE FASTENED TO THE PIPE WITH TAPE OR
PLASTIC TIES AT 5' INTERVALS.
CURB STOP BOX
CURB STOP BOXGRADE LEVEL / IN-GROUND
TRACE WIRE ACCESS BOX TO
BE INSTALLED ON NORTH OR
EAST SIDE OF WATER SERVICE
#14 AWG COPPER CLAD
STEEL - RED, FACTORY
CONNECTED TO
GROUND ROD
CURB STOP
DO NOT SECURE WIRES TO CURB STOP BOX
AS TO ALLOW FOR ADJUSTMENTS WITHOUT
DAMAGING WIRE
WIRE CONTINUES WITH WATER
SERVICE AND CONNECTS TO MAINLINE
WIRE (SEE PLAN VIEW ABOVE)
DRIVE-IN MAGNESIUM
GROUNDING ANODE
ROD
1.5' MAX
COIL 2' OF EXTRA RED AND BLUE
WIRE IN ACCESS BOX. RED
WIRE IS FROM GROUNDING
ANODE AND BLUE WIRE IS
TRACE WIRE ON SERVICE PIPE
THAT CONNECTS TO THE MAIN
LINE WIRE.
WATER MAIN
SERVICE SADDLE
FINISHED GRADE
#12 AWG COPPER
CLAD STEEL - BLUE
(TYP)
N
MINNESOTA RURAL WATER ASSOCIATION
STANDARD DETAIL
L:\Library\Municipal\Professional Associations\Rural Water Details\Trace Wire Details 5.28.14.dwg
TRACE WIRE
WATER SERVICE DETAIL
May 28, 2014 247
HYDRANT - PLAN VIEW
NO SCALE
HYDRANT - SECTION VIEW
NO SCALE
TAPE OR
PLASTIC TIE
(TYP)
TRACE WIRE AROUND
NORTH OR EAST SIDE
OF FITTINGS
TRACE WIRE
AROUND NORTH
OR EAST SIDE
OF FITTINGS
WIRE UNDERNEATH
NORTH OR EAST
SIDE OF HYDRANT
LEAD
WIRE UNDERNEATH
EAST SIDE OF
WATER MAIN
5.0' MAX
1.0' MAX
1.0' MAX
1.0' MAX
#12 AWG COPPER
CLAD STEEL - BLUE
(TYP)
WIRE CONTINUES UNDER
HYDRANT LEAD AND
CONNECTS TO MAIN LINE
WIRE (SEE PLAN VIEW)
DRIVE-IN
MAGNESIUM
GROUNDING
ANODE ROD
TAPE OR
PLASTIC TIE
(TYP)
1.0' MAX
5.0' MAX
1.0' MAX
2.0' MIN
HDPE OR STAINLESS
STEEL BRACKET TO
PERMANENTLY
SECURE ACCESS
BOX TO GRADE
FLANGE
NEW STAINLESS STEEL
BOLT TO ALLOW FOR
BRACKET INSTALLATION
ABOVE-GROUND
TRACE WIRE
ACCESS BOX
DRIVE-IN
MAGNESIUM
GROUNDING
ANODE ROD
#14 AWG COPPER CLAD
STEEL - RED, FACTORY
CONNECTED TO
GROUND ROD
#12 AWG COPPER
CLAD STEEL - BLUE
(TYP)
3-WAY
CONNECTOR
1.0' MAX
ABOVE-GROUND TRACE
WIRE ACCESS BOX
PERMANENTLY MOUNTED
TO GRADE FLANGE BOLT
(SEE FRONT VIEW)
WATER MAIN
N
MINNESOTA RURAL WATER ASSOCIATION
STANDARD DETAIL
L:\Library\Municipal\Professional Associations\Rural Water Details\Trace Wire Details 5.28.14.dwg
TRACE WIRE
HYDRANT DETAIL
May 28, 2014 248
GRADE LEVEL / IN-GROUND
ACCESS BOX AND DRIVE-IN
MAGNESIUM GROUNDING
ANODE (SEE SEWER
SERVICE DETAIL)
MANHOLE
(TYP)
MAINLINE TO LATERAL
LUG CONNECTOR
(TYP)
SEWER SERVICE
(TYP)
NOTES:
1. WIRE SHOWN AWAY FROM PIPE FOR CLARITY. WIRE SHALL BE
INSTALLED ON THE BOTTOM SIDE OF THE PIPE BELOW THE
SPRING LINE. THE WIRE SHALL BE FASTENED TO THE PIPE
WITH TAPE OR PLASTIC TIES AT 5' INTERVALS.
TRACE WIRE PLAN (SEWER)
NO SCALE
#12 AWG COPPER CLAD
STEEL - GREEN
(TYP)
4-WAY CONNECTOR OR
TWO 3-WAY CONNECTORS
WITH SHORT JUMPER WIRE
TRACE WIRE SHALL BE
ROUTED AROUND
MANHOLES ON THE NORTH
AND/OR EAST SIDE
DRIVE-IN MAGNESIUM
GROUNDING ANODE
(TYP)
N
MINNESOTA RURAL WATER ASSOCIATION
STANDARD DETAIL
L:\Library\Municipal\Professional Associations\Rural Water Details\Trace Wire Details 5.28.14.dwg
TRACE WIRE
SAMPLE SEWER PLAN
May 28, 2014
N
NO SCALE
249
TAPE OR
PLASTIC TIE
(TYP)
5.0' MAX
MAINLINE TO
LATERAL LUG
CONNECTOR
1.0' MAX
1.0' MAX
SEWER SERVICE - PLAN VIEW
NO SCALE
SEWER SERVICE - SECTION VIEW
NO SCALE
GRADE LEVEL / IN-GROUND TRACE
WIRE ACCESS BOX DIRECTLY ABOVE
SEWER SERVICE
DRIVE-IN
MAGNESIUM
GROUNDING
ANODE ROD
RIGHT-OF-WAY
LINE
SEWER SERVICE
ON PRIVATE SIDE
#12 AWG COPPER
CLAD STEEL - GREEN
(TYP)
NOTES:
1. WIRE SHOWN AWAY FROM PIPE FOR CLARITY. WIRE SHALL BE
INSTALLED IMMEDIATELY ADJACENT TO THE SERVICE PIPE.
THE WIRE SHALL BE FASTENED TO THE PIPE WITH TAPE OR
PLASTIC TIES AT 5' INTERVALS.
GRADE LEVEL / IN-GROUND TRACE WIRE
ACCESS BOX TO BE INSTALLED DIRECTLY
OVER SEWER SERVICE NEAR THE
RIGHT-OF-WAY LINE
#14 AWG COPPER CLAD
STEEL - RED, FACTORY
CONNECTED TO
GROUND ROD
SEWER SERVICE
WIRE CONTINUES WITH SEWER
SERVICE AND CONNECTS TO
MAINLINE WIRE (SEE PLAN VIEW
ABOVE)
DRIVE-IN MAGNESIUM
GROUNDING ANODE
ROD
#12 AWG COPPER CLAD
STEEL - GREEN
(TYP)
CENTERLINE SEWER
SERVICE
COIL 2' OF EXTRA RED AND GREEN
WIRE IN ACCESS BOX. RED WIRE
IS FROM GROUNDING ANODE AND
GREEN WIRE IS TRACE WIRE ON
SERVICE PIPE THAT CONNECTS TO
THE MAIN LINE WIRE.
N
MINNESOTA RURAL WATER ASSOCIATION
STANDARD DETAIL
L:\Library\Municipal\Professional Associations\Rural Water Details\Trace Wire Details 5.28.14.dwg
TRACE WIRE
SEWER SERVICE DETAIL
May 28, 2014 250
SEWER MANHOLE - PLAN VIEW
NO SCALE
SEWER MANHOLE - SECTION VIEW
NO SCALE
N
27"
DRIVE-IN MAGNESIUM
GROUNDING ANODE
ROD
TAPE OR
PLASTIC TIE
(TYP)
5.0' MAX
1.0' MAX
TAPE OR
PLASTIC TIE
(TYP)
5.0' MAX
1.0' MAX
DRIVE-IN MAGNESIUM
GROUNDING ANODE
ROD
MAINLINE TO MAGNESIUM
GROUNDING ANODE LUG
CONNECTOR
MAINLINE TO GROUNDING
ANODE LUG CONNECTOR
#12 AWG COPPER
CLAD STEEL - GREEN
(TYP)
#14 AWG COPPER CLAD
STEEL - RED, FACTORY
CONNECTED TO
GROUND ROD
TRACE WIRE SHALL BE
ROUTED AROUND
MANHOLES ON THE NORTH
AND/OR EAST SIDE
#12 AWG COPPER
CLAD STEEL - GREEN
(TYP)
MINNESOTA RURAL WATER ASSOCIATION
STANDARD DETAIL
L:\Library\Municipal\Professional Associations\Rural Water Details\Trace Wire Details 5.28.14.dwg
TRACE WIRE
SEWER MANHOLE DETAIL
May 28, 2014 251
Appendix G
Online Bidding Instructions
252
How to Electronically Bid Projects for the City of Golden Valley
For the Zane Avenue and Lindsay Street Improvements Project, the City of Golden Valley will be only accepting
bid submittals electronically through www.questcdn.com.
Digital copies of the Bidding Documents are available at www.questcdn.com. These documents may be
downloaded by entering eBidDoc #8811196 on the “Search Projects” page. For assistance and questions
regarding free membership registration, downloading, and on-line bidding, contact QuestCDN by phone at
952. 233.1632 or by email at info@questcdn.com.
For New Users to QuestCDN vBid™ (On-line Bidding)
Prior to starting use of the QuestCDN vBid™, be sure to set up your company’s On‐line Bid ID Code and update
your password to higher security if required. You can do this by logging in at www.questcdn.com and going to
the “My Account” page. If you do not have access to the “My Account” page, please contact the administrator at
your company.
A summary of steps for using www.questcdn.com for submitting electronic bids is as follows:
1. From QuestCDN, download the project documents using the project number referenced (may need
to refresh after download);
2. Click on the “On‐line Bid” button to go to Quest vBid™, log into the VirtuBid™ Server with your
QuestCDN User Name and Password (not your On-line Bid ID Code);
3. Fill out the Qualification Information Tab and download the required documents – Save;
4. Upload any required completed documents – Save;
5. Upload Bid Bond – Save;
6. Go to the Bid Worksheet Tab and fill out all required fields or use the export and import to complete
the Bid Worksheet – Save;
7. Download any issued addenda; and
8. When finished with both the Qualification Information and Worksheet Tabs, click Submit – you will
need your company’s On‐line Bid ID Code. This is a special passcode (your company digital
signature) required only at bid submittal – it can be added or changed at www.questcdn.com on the
“My Account” page. There is a link to the “My Account” page on the submission screen. (Only the
system administrator’s login to your company account can access the “My Account” functions.)
Bid Openings
The bid date and time on the QuestCDN server screen is the official time of the bid opening. At the time of bid
opening, representatives from the City of Golden Valley will open and review all electronic bids received.
Preliminary Base Bid Results will be shared with all bidders on the project once the Owner has reviewed and
accepted (AS READ) all the electronic bids. Bid results may be viewed at www.questcdn.com. This
information will also be shared via email from QuestCDN.
FAQs
What kind of equipment and software do I need?
It is required to have Internet capabilities on a computer running operating systems required by QuestCDN. A
scanner will be required to electronically submit scanned copies of required documents for bid submission. No
software needs to be downloaded to submit electronic bids.
Do I need special software to download and save documents?
Bid documents are delivered in Adobe PDF (Portable Document Format) (.pdf). No software investment is
required, free PDF reader programs are available. (Sometimes the PDF file will be Zipped; make sure to save to
the ZIP folder and then open and save the PDF files, so you do not miss any project information.)
Why is the Owner accepting only electronic bid submission for their project?
- Electronic bid submission reduces the number of nonconforming bids and math errors commonly seen
in paper bids.
253
- Bidders now have the option to attend bid openings electronically. It also allows bidders to make
changes closer to bid opening.
- QuestCDN’s on-line bidding tool allows efficient bid submittal from the comfort of your home or office.
- QuestCDN’s on-line bidding tool allows the uploading and submitting of forms and bid worksheet
online, while a bid clock notifies the time left to submit bids.
- All required bid documents are included in submittals, as well as checks and balances to assure Bidder
has submitted all required documents.
What Internet browsers can be used?
Internet browsers, as required by QuestCDN, shall be used; Google Chrome, IE, or Edge are preferred but not
required. Please make sure you have updated your browser to the most current version.
How do I ensure that my bids are secure?
The software program uses an encryption code and other security methods which prohibit anyone, including the
Owner and the service provider from reading your bid. Once the bid opening time is reached, the Owner can read
bids but cannot alter the bids in any way.
Bidders do not have the ability to see other bids until the Owner chooses to share the bids.
The Owner will only share Base Bid and Sections totals with all bidders on the project once they have reviewed all
the electronic bids.
May I make changes to my bid and submit a bid more than once?
Yes. Bidders can withdraw a bid, make changes, and resubmit a bid as many times they wish, until the bid
opening time has occurred.
Will I know if my bid changes are accepted?
Yes. Each time a bid is withdrawn and resubmitted, the bidder will receive an email from QuestCDN confirming
that they have successfully submitted a bid. Your On-line Bidding screen will also indicate that the bid has been
submitted successfully. If you have an error, the bid will not be submitted, and an error message will be at the top
of the On-line Bidding screen.
May I withdraw a bid?
Yes. Bidders may withdraw a bid prior to the bid opening time. If a bidder withdraws a bid prior to the bid opening
time, the Owner will not see the bid.
What occurs when an addendum is posted for the project?
If a bidder already submitted a bid, QuestCDN will withdraw the bid and email the bidder. The bidder will need to
sign into QuestCDN, download the addendum, make changes to the bid if required, and resubmit the bid. If the
bidder has not already submitted a bid, the bidder will need to sign into QuestCDN and download the addendum
prior to submitting a bid.
How do I submit a Bid Bond electronically?
All bids must be accompanied by a Bid Bond as required by the project bid documents. Bid Bonds ensure that
only legitimate bids are submitted. A scanned copy of the Bid Bond must be uploaded prior to submitting a bid.
Who do we contact with questions about QuestCDN?
Contact QuestCDN at 952.233.1632 or info@questcdn.com with questions regarding free
membership registration, downloading, on-line bidding, or working with digital bid documents.
254
Appendix H
Geotechnical Investigation
255
256
257
258
259
260
261
262
263
264
265
266
267
268
269
270
271
272
273
274
275
276
277
278
279
280
281
282
283
284
285
286
287
288
289
290
291
292
293
294
295
296
297
298
299
Appendix I
Suspension/Debarments Notice to Bidders
300
MINNESOTA DEPARTMENT OF TRANSPORTATION
NOTICE TO BIDDERS:
SUSPENSIONS/DEBARMENTS
THIS NOTICE APPLIES TO STATE-FUNDED AND FEDERALY-FUNDED PROJECTS
Do not use suspended or debarred parties as subcontractors or material suppliers on this project!
Both the federal government and the State of Minnesota suspend and debar vendors. Review the list of
suspended and debarred vendors before submitting a bid or a request to sublet. If your bid is based on
using a suspended or debarred vendor, you will not be entitled to additional compensation for replacing
the suspended or debarred vendor with a qualified vendor.
State Suspensions and Debarments
The State of Minnesota’s list of suspended and debarred vendors is maintained by the Minnesota
Department of Administration, Office of State Procurement, and can be found at this link:
https://mn.gov/admin/osp/government/suspended-debarred/index2.jsp . This list includes parties
suspended and debarred by the Minnesota Department of Transportation and the Minnesota
Department of Administration.
Federal Suspensions and Debarments
The federal government maintains a searchable database of suspensions and debarments, called the
System for Award Management (SAM), which is found at this link: https://www.sam.gov/SAM/ . You
can use the “Search Records” function without registering for an account.
September 29, 2023
301
Appendix J
State Funded Contract Special Provisions Division A - Labor
302
7/13/2017
1 - A
STATE FUNDED ONLY CONSTRUCTION CONTRACTS
SPECIAL PROVISIONS DIVISION A - LABOR
I. INTRODUCTION
A. Policy Statement. It is in th e public interest that public buildings and other public works projects be
constructed and maintained by the best means and the highest quality of labor reasonably available
and that persons working on public works projects be compensated according to the real value of the
services they perform.1
B. State Regulations Govern. This Contract is subject to the Minnesota Prevailing Wage Act2,
Minnesota Fair Labor Standards Act 3, Minnesota Rules 4, Minnesota Department of Labor and
Industry (MnDLI) Wage Decision(s), and the MnDLI Truck Rental Rate Schedule.
C. Purpose . These provisions: (1) outline your obligations under state and federal laws, rules and
regulations; (2) explain the requirements necessary to demonstrate compliance; and (3) explain the
processes that the Department will undertake to ensure compliance.
D. Questions or Resources . Please visit the Minnesota Department of Transportation (MnDOT) Labor
Compliance Unit (LCU) website at: www.dot.state.mn.us/const/labor.
II. DEFINITIONS
Many of the terms used in these provisions are defined in MnDO T’s Standard Specifications for
Construction,5 unless defined below.
A. Apprentice . A Worker at least 16 years of age who is employed to learn an apprentice able trade or
occupation in a registered apprentice ship program.6
B. Bona Fide . Made or carried out in good faith; authentic .7
C. Certified Payroll Report (CPR). A report comprised of two components; (1) a payroll report, and
(2) a statement of compliance report.8
D. Contract or. An individual or business entity that is engaged in construction or construction service -
related activities including trucking activities either directly or indirec tly through a Contract, or by
Subcontract with the Prime Contractor, or by a further Subcontract with any other person or business
entity performing Work.9
E. Employer. An individual, partnership, association, corporation, business trust, or othe r business
entity that hires a Worker.10
F. Fringe Benefit. An employment benefit given in addition to a Worker’s wages or salary.11
G. Independent Truck Owner/Operator (ITO). An individual, partnership, or principal stockholder
of a corporation who owns or holds a vehic le under lease and who contracts that vehicle and the
owner’s services to an entity which provides construction services to a public works project.12
1 Minn. Stat. 177.41 2 Minn. Stat. 177.41 to 177.44 3 Minn. Stat. 177.21 to 177.35
4 Minn. R. 5200.1000 to 5200.1120 5 MnDOT Standard Specifications for Construction, Section 1103 6 Minn. Stat. 178.011, Subdivision 2 7 The American Heritage College Dictionary, Third Edition, 2000
8 Minn. R. 5200.1106, Subpart 10 9 Minn. R. 5200.1106, Subpart 2(D) 10 Minn. Stat. 177.42, Subdivision 7 11 The American Heritage College Dictionary, Third Edition, 2000
12 Minn. R. 5200.1106, Subpart 7(A)
303
7/13/2017
2 - A
H. Journeyworker. A person who has attained a level of skill, abilities, and competencies recognized
within and industry as having mastered the skills and competencies required for the trade or
occupation.13
I. Prime Contract or. An individual or business entity that enters into a Contract with the
Department.14
J. Subcontract. A Contract that assigns some obligations of a prior Contract to another party.15
K. Substantially In Place . Mineral aggregate is deposited on the project site directly or through
spreaders where it can be spread from or compacted at the location where it was deposited.16
L. Total Prevailing Wage Rat e . The sum of the prevailing hourly “basic” and “fringe” rate that is
established in a Wage Decision.
M. Trucking Broker (Broker). An individual or business entity, the activities of which include, but are
not limited to: contracting to provide trucking s ervices in the construction industry to users of such
services, contracting to obtain such services from providers of trucking services, dispatching the
providers of the services to do Work as required by the users of the services, receiving payment from
the users in consideration of the trucking services provided, and making payment to the providers
for the services.17
N. Trucking Firm/Multiple Truck Owner (MTO). Any legal business entity that owns more than one
vehicle and hires the vehicles out for ser vices to Trucking B rokers or Contractors on public works
projects.18
O. Truck Rental Rate Schedule . A document prepared by the MnDLI through a Contractor survey
process that identifies the required hourly Total Prevailing Wage Rate and operating cost for various
type s of trucks that perform hauling activities (Work) under a Contract that is funded in whole or in
part with state funds.19
P. Wage Decision. A document prepared by the MnDLI through a Contractor survey process that
identifies the required hourly basic rate of pay and hourly Fringe Benefits for various labor
classifications that perform Work under a Contract that is funded in whole or in part with state
funds.20
Q. Work (Work ). All construction activities associated with a public works project, including any
required hauling activities on-the -site -of or to-or -from a public works project and conducted purs uant
to a Contract, regardless of whether the construction activity or Work is performed by the Prime
Contractor, subcontractor, Trucking Broker , Trucking Firm (MTO), ITO, independent contractor , or
employee or agent of any of the foregoing entities .21
R. Worker (Laborer or Mechanic ). A Worker in a construction industry labor class identified in or
pursuant to Minnesota Rules 5200.1100, Master Job Classifications.22
III. APPLICATION & UNDERSTANDING
A. Provisions & Prevailing Wage Rates Apply. These provisions, along with the prevailing Wage
Decision (s) that are incorporated into the Contract, apply to all Contractor s contracting to do all or
part of the Work.23
13 Minn. Stat. 178.011, Subdivision 9 14 Minn. R. 5200.1106, Subpart 2(C)
15 The American Heritage College Dictionary, Third Edition, 2000 16 Minn. R. 5200.1106, Subpart 5(C) 17 Minn. R. 5200.1106, Subpart 7(C) 18 Minn. R. 5200.1106, Subpart 7(B)
19 Minn. R. 5200.1105 20 Minn. R. 5200.1020 to 5200.1060 21 Minn. R. 5200.1106, Subpart 2(A) 22 Minn. R. 5200.1106, Subpart 5(A)
23 Minn. Stat. 177.44, Subdivision 1
304
7/13/2017
3 - A
B. Truck Rental Rates Apply. The Truck Rental Rate Schedule inco rporated into the Contract applies
to all hired trucking entities that perform covered hauling activities related to the project.24
C. Prevailing Wage Terms Must Be Included in All Contracts . The Prime Contractor is required to
ensure that all subcontractor s performing Work receive the Contract Wage Decision(s), Truck Rental
Rate Schedule, and a copy of these provisions with their written Subcontracts, agreements and/or
purchase orders .25
D. Responsible for Understanding All Requirements . Each Contractor is responsible for
understanding all laws, rules, regulations, plans , and specifications that are incorporated physically, or
by reference, into the Contract.26
E. E-Verify. For services value d in excess of $50,000, the Contractor certifies that as of the date of
services performed on behalf of State, the Contractor will have implemented or be in the process of
implementing the federal E-Verify program for all newly hired employees in the Unite d States who
will perform work under the contract. The Prime Contractor is responsible to collect all subcontractor
certifications and may do so utilizing the E-Verify Subcontractor Certification Form available at
http://www.mmd.admin.state.mn.us/doc/EverifySubCertForm.doc . All subcontractor certifications
must be kept on file with the Prime Contractor and made available to the State upon request.
IV. VENDOR REGISTRATION
Vendor Registration Required. A Contractor that performs Work, supplies material, or product must be
registered with MnDOT. The Contractor must complete and submit a vendor form 27 to the MnDOT
LCU 28, along with all applicable documentation that is required. This registration process is separate and
distinct from other state agency requirements .
V. LABOR CLASSIFICATIONS
A. Labor Classification Assignment. A Worker must be paid at least the Total Prevailing Wage Rate
in the same or most similar trade or occupation.29 To determine the appropriate labor classification
for a Worker, a Contractor must refer to the Wage Decision(s) incorporated into the Contract, the
labor classification descriptions for laborers and special crafts established in Minnesota Rules or the
United States Department of Labor’s Dictionary of Occupational Titles.30
B. Labor Classification Clarification & Disputes . A Contractor needing assistance in determining a
labor classification must submit a Classification Cla rification Request 31 to the MnDOT LCU for a
written de cision . If the Contractor chooses to contest the classific ation assignment, it must provide
writt en notice to the MnDOT LCU. The MnDOT LCU will forward the matter to the MnDLI for a
final ruling.
C. Performing Work in Multiple Labor Classifications . For Workers performing Work in multiple
labor classifications , the Contractor must compensate at a minimum the Total Prevailing Wage Rate,
and report the hours worked, in each applicable labor classification .32
VI. WAGE DECISION(S) & WAGE RATE(S)
A. Applicability of a Highway and Heavy Wage Decision. A highway and heavy Wage Decision
applies to a Worker that is engaged in a construction activity or performing Work to construct or
maint ain a highway or other public works project, such as a road, street, airport runway, bridge,
24 Minn. Stat. 177.44, Subdivision 3 25 MnDOT Standard Specifications for Construction, Section 1801 26 MnDOT Standard Specifications for Construction, Section 1701 27 www.dot.state.mn.us/const/labor/documents/forms/contractorform2016.pdf or www.dot.state.mn.us/const/labor/documents/forms/truckvendorform2016.pdf
28 lcusupport.dot@state.mn.us 29 Minn. Stat. 177.44, Subdivision 1 30 Minn. R. 5200.1101 and 1102 and US DOL Dictionary of Occupational Titles 31 http://www.dot.state.mn.us/const/labor/documents/forms/classification-clarification-request.pdf
32 Minn. Stat. 177.44, Subdivision 1
305
7/13/2017
4 - A
power plant, dam or utility 33 that is external to a sheltered enclosure (structure ). This includes , but is
not limited to , the following Work: site clearing; grading; excavating backfilling; paving; curbs;
gutters; sidewalks; culverts; bridges; lighting systems; traffic management systems; installing of
utilities out from an exterior meter; fuel islands; communication towers; or other a ctivities similar to
highway and/or heavy Work.
B. Applicability of a Commercial Wage Decision. A commercial Wage Decision applies to a Worker
that is engaged in a constr uction activity or performing Work to construct a sheltered enclosure
(structure) with walk-in access for the purpose of housing persons, mac hinery, equipment or
supplies.34 This includes , but is not limited to, the following Work: constructing foundations , aprons,
stoops; framing walls; installing windows, doors, tiling, plumbing, electrical, HVAC systems;
roofing; installing utilities into the building from an exterior meter.
C. Pay According to Wage Decision(s).
1. Contract with One Wage Decision. If the Contract contains one Wage Decision, the Contractor
must examine the Wage Decision and compensate the Worker at a minimum the Total Prevailing
Wage Rate for the appropriate labor classification(s).
2. Contract with Multiple Highway/Heavy Wage Decisions . If the Contract contains multiple
High way/Heavy Wage Decisions, the Contractor must examine each Wage Decision and
compensate the Worker, at a minimum, the Total Prevailing Wage Rate that is the greatest 35 for
the appropriate labor classification(s).
3. Contract with Highway/Heavy and Commercial Wage Decision(s). If the Contract contains a
Highway/Heavy and Commercial Wage Decision(s), the Contractor must first determine which
Wage Decision is applicable to the Worker. The Contractor must then compensate the Wor ker, at
a minimum , the Total Prevailing Wage Rate for the appropriate labor classification(s).
D. Must Pay Total Prevailing Wage Rate . A Contractor must compensate each Worker, at a
minimum, the Total Prevailing Wage Rate(s) for all hours worked on the project for the appropriate
labor classification(s).36
E. Missing Wage Rate . If a Wage Decision fails to include a wage rate for a labor classification (s) that
will be utilized on a project, the Contractor must obtain a wage rate prior to furnishing an estimate,
quote or bid.37
1. Wage Rate Request. A Contractor must complete a Request for Rate Assignment form 38 and
submit it to the MnDOT LCU 39 for processing.
2. No Contract Price Adjustment for Missing Wage Rate . If MnDLI determines that a higher
wage rate applies, the Department will not reimburse the Contractor.
F. Salaried Work er. A salaried Worker is not exempt from these Provisions . A Contractor must
convert the Worker’s salary to an average hourly rate of pay by dividing the Worker’s salary by the
total number of hours Worked (government and non-government) during the pay period.40 A salaried
Worker must be included on a CPR.
G. Reduction in Standard (Private ) Contract ual Regular Rate of Pay Prohibited. A Contractor
must not reduce a Worker’s standard, c ontractual regular rate of pay when the prevailing wage rate(s)
certified by the MnDLI is less.41
33 Minn. R. 5200.1010, Subdivision 3 34 United States Department of Labor All Agency Memorandum #130 35 Minn. Stat. 177.44, Subdivision 4 36 Minn. Stat. 177.44,Subdivision 1
37 Minn. R. 5200.1030, Subpart 2a(C) 38 http://www.dot.state.mn.us/const/labor/documents/forms/request -for -rate -assignment.doc 39 lcusupport.dot@state.mn.us 40 Refer to Appendix A
41 Minn. Stat. 181.03, Subdivision 1(2)
306
7/13/2017
5 - A
H. Prohibited Payment Practices . A Contractor is prohibited from taking (accepting) a rebate for the
purpose of reducing or otherwise decreasing the value of the compensation paid.
I. Prohibited Deductions . No deductions, direct or indirect, may be made for the items listed below
which when subtracted from wages would reduce the wages below Minnesota’s minimum wage rate as
established in section 177.24 42
1. Uniforms . P urc hased or rented uniforms or specifically designed clothing that is required by the
Employer, by the nature of employment, or by statute , or as a condition of employment, which is
not generally appropriate for use except in that employment.
2. Equipment. P urchased or rented equipment used in employment, except tools of a trade, a motor
vehicle, or any other equipment which may be used outside the employment. The cost of the
Worker’s use of equipment used outside of employment, such as tools, a motor vehicle, cell
phone, may be deducted only if an agreement between the Employer and employee existed prior
to the deduction.
3. Supplies . Consumable supplies required in the course of employment.
4. Travel Expenses. Travel expenses in the course of employment except those incurred in
traveling to and from the employee’s residence and place of employment.
VII. HOURS OF WORK
A. Work Performed Under the Contract . A Worker performing Work is subject to prevailing wage
for all hours associated with the Contract 43, unless the Worker is exempt under state law.44
B. Wait Time Subject to Prevailing Wage . A Worker who is required to remain on the project and is
waiting to Work because of the fault of the Contractor is considered “engaged to wait” and subject to
prevailing wage for the time spent, unless the Worker is completely relieved of duty and free to leave
the project for a defined period of time.
VI II. FRINGE BENEFITS
A. Funded Fringe Benefit Plan Criteria. In order for a funded Fringe Benefit (e.g., health/medical
insurance, disability insurance, life insurance, pension, etc.) to be considered and creditable towards
the Total Prevailing Wage Rate it must be :45
1. a contribution irrevocably made by a Contractor on behalf of an Worker to a financially
responsible trustee, third person, fund, plan, or program;
2. carried out under a financially responsible plan or program;
3. legally enforceable;
4. communicated in writing to the Worker ; and
5. made available to the Worker once he/she has met all eligibility requirements.
B. Unfunded Fring e Benefit Plan Criteria. In order for a unfunded Fringe Benefit (e.g., vacation,
holiday, sick leave, etc.) to be considered and creditable towards the Total Prevailing Wage Rate it
must be:46
1. reasonably anticipated to provide a benefit;
2. a commitment tha t can be legally enforced;
42 Minn. Stat. 177.24, Subdivision 4(1 -4 ) 43 Minn. Stat. 177.44, Subdivision 1 44 Minn. Stat. 177.44, Subdivision 2 or Minn. R. 5200.1106, Subpart 4 45 Minn. Stat. 177.42, Subdivision 6
46 Minn. Stat. 177.42, Subdivision 6
307
7/13/2017
6 - A
3. carried out under a financially responsible plan or program;
4. communicated in writing to the Worker; and
5. made available to the Worker once he/she has met all eligibility requirements.
C. Fringe Benefit Contributions for Hours Work ed. A Contractor that provides Fringe Benefits to a
Worker must make contributions , not less than quarterly 47, for all hours worked,48 inclu ding overtime
hours , unless it’s a defined benefit or contribution plan that provides for immediate participation and
immediate or essentially immediate vesting (see subpart D 2 of this section).
D. Hourly Fringe Benefit Credit. An hourly Fringe Benefit credit toward the Total Prevailing Wage
Rate must be determined separately for each Worker based on one or more of the following methods:
1. Monthly, Quarterly or Annual C omputation Methods . A Contractor must compute its
monthly, quarterly or annual cost of a particular Fringe Benefit and divide that amount by the
estimated total number of hours worked (government and non-government) during the time frame
used.49 Typical plan s that require monthly, quarterly or annual computations include but are not
limited to: health/medical insurance , disability insurance , life insurance, vacation, holiday, sick
leave and defined benefit or contribution pension plans that do not provide for immediate
participation and immediate or essentially immediate vesting.
2. Fringe Benefit Credit not Requiring Monthly, Quarterly or Annual Computation Methods .
A defined benefit or contribution pension plan that allows for a higher hourly rate of contribution
for government work (prevailing wage) than non-government (non-prevailing wage) will be fully
credited only if the plan provides for immediate participation and immediate or essentially
immediate ve sting.
E. Wage s In Lieu of Fringe Benefits . A Contractor that does not provide full Fringe Benefits must
compensate a Worker the difference between the Total Prevailing Wage Rate and the rate actually
paid for the appropriate labor classification(s). The c ompensation paid is considered wages and
subject to tax liabilities.
1. Overtime . The cash equivalent (wage s paid) made in lieu of Fringe Benefits is excluded from
the overtime calculation requirement, unless the cash equivalent (wage s paid) is part of the
Worker’s standard straight time wage .
F. Administrative Costs Not Creditable . Administrative expenses incurred by a Contractor in
connection with the administration of a Bona Fide Fringe Benefit plan are not creditable towards the
Total Prevailing Wage Ra te. G. Federal, State & Local Fringe Benefit Credit Prohibited. No credit is allowed for benefits
required by federal, state or local law, such as: worker’s compensation, unemployment
compensation, and social security contributions.50
IX. OVERTIME
A. Overtime after 8 Hours per Day or 40 Hours per Week. A Contractor must not permit or require a
Worker to work longer than the prevailing hours of labor unless the Worker is paid for all hours in
excess of the prevailing hours at a rate of at least 1.5 times the hourly basic rate of pay.51 The
prevailing hours of labor is defined as not more than 8 hours per day and more than 40 hours per
week.52
47 29 CRF, Part 5.5(a)(1)(i)
48 Government and non-government Work 49 Refer to Appendix B 50 Minn. Stat. 177.42, Subdivision 6 51 Minn. Stat. 177.44, Subdivision 1 and Refer to Appendix D
52 Minn. Stat. 177.42, Subdivision 4
308
7/13/2017
7 - A
B. Wages in Lieu of Fringe Benefits Overtime. Wages paid in Lieu of Fringe Benefits must be paid for
all hours worked under the contract.
C. Multiple Labor Classifications and Overtime . A Worker employed in multiple labor classifications
throughout a workweek must be compensated at the applicable labor classification overtime rate in
effect during the hours worked in excess of 8 hours per day or 40 hours per week.
D. Federal Fair Labor Standards Act (FLSA) and Overtime . A Contractor subject to the FLSA may
be subject to additional overtime compensation requirements.
X. PAYROLLS AND STATEMENTS
A. Reporting . Each Contractor that is performing Work must submit a CPR(s) to the Department.
1. Payroll Report (Paper). Each Contractor performing Work must submit a paper (written)
payroll report to the Department. The payroll report is available on the MnDOT LCU website.53
2. Statement o f Compliance (Paper). Each Contractor ’s paper (written) payroll report must
include a paper (written) “Statement of Compliance Form”. The “Statement of Compliance
Form” must: (1) state whether or not Fringe Benefits are provided to a Worker; (2) provide a
description of ea ch benefit, the hourly contribution made on behalf of each Worker, along with
fund/plan information; and (3) a signature attesting that the payroll and Fringe Benefit
information provided is truthful and accurate.54
3. Electronic Reporting . If the Contract is subject to electronic reporting, each Contractor
performing Work must submit a CPR(s) using the AASHTOWare , Civil Rights Labor (CRL)
system. Refer to the Special Provisions Division S – “Electronic Submission of Payrolls and
Statement s” which is incorporated into and found elsewhere in the Contract for detailed
requirements.
B. Biweekly Payroll Reporting and Payment of Wages . A CPR(s) must be submitted no later than 14
calendar days after the end of each Contractor ’s pay period 55 to the Department. A Contractor must
pay its employees at least once every 14 calendar days.56
C. Payroll Report Data. Each payroll report must include all Workers that performed Work and
provide at a minimum the following information:57
1. Contractor’s name, addres s, and telephone number.
2. State project number .
3. Contract number (if applicable).
4. Project number.
5. Payroll report number .
6. Project location .
7. Workweek end date .
8. Each Worker’s name, home address, and social security number .58
9. Labor classification(s) title (s) and optional three -digit code for each Worker.
53 www.dot.state.mn.us/const/labor/certifiedpayroll.html
54 Minn. R. 5200.1106, Subpart 10 55 Minn. Stat. 177.43, Subdivision 3 56 Minn. Stat. 177.30 (a)(4) 57 Minn. Stat. 177.30 (a)(1-4) and Minn. R. 5200.1106, Subpart 10
58 Minn. R. 5200.1106, Subpart 10A & Minn. Stat. 13.355, Subdivision 1
309
7/13/2017
8 - A
10. Hours worked daily and weekly in each labor classification, including overtime hours, for each
Worker.
11. Wage rate paid to each Worker for straight time and overtime .
12. Authorized legal deductions for each Worker.
13. P roject gross amount, weekly gross amount, and net wages paid to each Worker.
D. Prime Contract or to Ensure Compliance . The Prime Contractor must review the CPR(s) submitted
by each lower tier Contractor and sign the “Statement of Compliance Form”.59 The Prime Contractor
must ensure that each lower tier Contractor’s CPR(s) include all Workers that performed Work and
accurately reflect labor classifications, hours worked, regular and overtime rates of pay, gross
earnings for the project and Fringe Benefits.60
E. Retention of CPR(s ). The Prime Contractor must keep its written CPR(s), inclu ding those of all
lower tier Contractor s, for three (3) years after the final payment is issued.61
F. Retention of Employment -Related Records. Each Contractor must ke ep employee records ,
includ ing , but not limited to: Fringe Benefit statements, time cards, payroll ledgers, check registers
and canceled checks 62 for at least three (3) years after the final payment is issued.63 Other laws may
have longer retention requirements.
G. Detailed Earning Statement. At the end of each pay period, each Contractor must provide every
Worker, in writing or by electronic means , an accurate, detailed earnings statement.64
H. Reports and Records Request . Upon a request from the Department, the Prime Contractor must
promptly furnish copies of CPR(s) for its Workers and those of all lower tier Contractors, along with
employment-related records, documents , and agreements that the Department considers necessary to
dete rmine compliance.65
XI. APPRENTICES, TRAINEES AND HELPERS
A. Apprentice . An Apprentice will be permitted to Work at less than the prevailing basic hourly rate
only if the Apprentice is :
1. Registered with the U.S. D epartment of Labor (DOL), Bureau of Apprentice ship and Training or
MnD LI Division of Voluntary Apprentice ship.66
2. P erforming Work of the trade , as described in the apprentice ship agreement.
3. Compensated according to the rate specified in the progra m for the level of progress.67
4. Supervised by a Journeyworker from the same c ompany, in accordance with the program ratio
requirements .68
B. Ratio Requirement. If an approved apprentice ship program fails to define a ratio allowance, the first
Apprentice must be supervised by a Journeyworker within the same trade or occupation. Any
subsequent Apprentice must be supervised by an additional three Journeyworkers.69
59 MnDOT Standard Specifications for Construction, Section 1701 60 MnDOT St andard Specifications for Construction, Section 1801
61 Minn. Stat. 177.30 (a)(5) 62 Minn. R. 5200.1106, Subpart 10 63 Minn. Stat. 177.30 (a)(5) 64 Minn. Stat. 181.032
65 Minn. Stat. 177.44, Subdivision 7 ; Minn. Stat. 177.33(a)(5) 66 Minn. R. 5200.1070, Subpart 1 67 Minn. R. 5200.1070, Subpart 1 and Refer to Appendix C 68 Minn. Stat. 178.036, Subdivision 5
69 Minn. Stat. 178.036, Subdivision 5
310
7/13/2017
9 - A
C. Failure to Comply with Apprentice ship Requirements . If a Contractor fails to demonstrate
compliance with the terms established in this section, the Contractor must compensate the Apprentice
not less than the applicable Total Prevailing Wage Rate for the actual classification of labor
performed.70
D. Trainee and Helper. A trainee or helper is not exempt from prevailing wage under state law. The
Contractor must assign the trainee or helper a labor classification that is the "same or most similar"71
and compensate the trainee or helper for the actual Work performed regardless of the trainee’s or
helper’s skill level.
XII . INDEPENDENT CONTRACTORS, OWNERS, SUPERVISORS, AND FOREM AN
A. Independent Contract or. An independent contractor (IC) that is not an Independent Truck
Owner/Operator (ITO), who is performing Work must be properly classified and compensated.72 The
IC must submit a CPR(s) to the Department. If the IC does not receive an hourly wage, but instead a
weekly, biwe ekly, monthly or quarterly distribution for performance, the IC must calculate its hourly
rate of pay by dividing the weekly, biweekly, monthly, or quarterly company distribution by all hours
worked during that time frame and report the information on a CPR . If necessary, the Department
may request documentation from the IC to determine how the hourly wage rate was ca lcu lated.73
B. Owners, Supervisors and Foreman. An owner, supervisor, or foreman performing Work is subject
to prevailing wage and must be properly classified, compensated and reported.74
XIII. TRUCKING
A. Covered Hauling Activities . A Contractor must ensure that all Workers, including hired Trucking
Broker s, MTOs and ITOs are paid the applicable Tota l P revailing Wage Rate or truck rental rate for
the following Work:
1. The hauling of any or all stockpiled or excavated materials on the project work site to other
locations on the same project even if the truck leaves the work site at some point.75
2. The delivery of materials from a non-commercial establishment to the project and the return haul
to the starting location either empty or loaded.76
3. The delivery of materials from another construction project site to the public works project and
the return haul, either empty or loaded. Construction projects are not considered commercial
establishments .77
4. The hauling required to remove any materials from the project to a location off the project site
and the return haul, either empty or loaded from other than a c ommercial establishment.78
5. The delivery of materials or products by trucks hired by a Contractor , subcontractor, or agent
thereof, from a commercial establishment.79
6. The delivery of sand, gravel, or rock, by or for a commercial establishment, which is deposited
“substantially in place,” either directly or through spreaders from the transporting vehicles is
work under the contract. In addition, the return haul to the off -site facility empty or loaded is also
considered work under the contract.80
70 Minn. R. 5200.1070, Subpart 3 71 Minn. Stat. 177.44, Subdivision 1
72 Minn. Stat. 177.44, Subdivision 1 73 Minn. Stat. 177.30(a)(5); Minn. Stat. 181.723 74 Minn. Stat. 177.44, Subdivision 1 75 Minn. R. 5200.1106, Subpart 3B(1)
76 Minn. R. 5200.1106, Subpart 3B(2) 77 Minn. R. 5200.1106, Subpart 3B(3) 78 Minn. R. 5200.1106, Subpart 3B(4) 79 Minn. R. 5200.1106, Subpart 3B(5)
80 Minn. R. 5200.1106, Subpart 3B(6)
311
7/13/2017
10 - A
B. Hauling Activities Not Subject to Prevailing Wage or Truck Rental Rates . A Contractor may
exclude a Worker, including hired Trucking Brokers, MTOs and ITOs from prevailing wage or truck
rental rates for the Work described in (1-2) of this section. However, this Work may be considered
hours worked and subject to standard compensation pursuant to the Minnesota Fair Labor Standards
Act.
1. The delivery of processed or manufactured goods to a public works project by the employees of a
commercial establishment including truck owner -operators hired by and paid by the commercial
establishment, unless it is the delivery of mineral aggregate that is incorporated into the work
under the contract by depositing the material substantially in place.81
2. The delivery of oil o ffsite, as an example, to a Prime Contractor ’s permanent (commercial)
asphalt mixing facility that is not to, from, or on the project Work site.82
C. Repair, Maintenance & Waiting to Load Time . An ITO and MTO must be paid the truck rental
rate for time spent repairing or maintaining the truck owner -operator’s equipment, and for waiting to
load or unload if the repair, maintenance, or wait time is the fault of the Trucking Broker, Contractor,
its agent or employees.83
D. Month End Truck ing Report . A Contractor that acquires the services of an ITO or MTO must
submit a “MnDOT – MTO and/or ITO Month-End Trucking Report”, and a “MnDOT – Month-End
Trucking Statement of Compliance Form” to the Department for each month hauling activities a re
performed under the Contra ct.84 The forms are available on the MnDOT LCU website.85
E. Broker Fee . A truck broker contracting to provide trucking services directly to a prime contractor or
subcontractor is allowed to assess a broker fee .
XIV. OFF-SITE FACILITIES
A. Off-Site Facility Activities Subject to Prevailing Wage . A Contractor must ensure that all Workers
performing Work at a covered off-site facility are paid the applicable Total P revailing Wage Rate for
the following Work:
1. The processing or manufacturing of material at a Prime Contractor ’s off -site facility that is not a
separately held commercial establishment.86
2. The processing or manufacturing of material at an off -site facility that is not considered a
commercial establishment.87
B. Off-Site Facility Activities Not Subject to Prevailing Wage . A Contractor may exclude a Worker
from prevailing wage for the following work:
1. The processing or manufacturing of material or products by or for a commercial establishment.88
2. The work performed by Workers employed by the owner or lessee of a gravel or borrow pit that
is a commercial establishment, even if the screening, washing or crushing machines are
portable.89
XV. SUB CONTRACTING PART OF THE CONTRACT
81 Minn. R. 5200.1106, Subpart 4(C) 82 J.D. Donovan, Inc. vs. Minnesota Department of Transportation, 878 N.W.2d 1 (2016) 83 Minn. R. 5200.1106, Subpart 8(A)(1) 84 Minn. R. 5200.1106, Subpart 10
85 http://www.dot.state.mn.us/const/labor/forms.html 86 ALJ Findings of Fact, Conclusions of Law, and Recommendation, Conclusions (7), Case #12-3000 -11993 -2 87 Minn. R. 5200.1106, Subpart 3(A) 88 Minn. R. 5200.1106, Subpart 4(A)
89 Minn. R. 5200.1106, Subpart 4(B)
312
7/13/2017
11 - A
The Prime Contractor must include the Contract Special Provisions, Wage Decision (s) and Truck Rental
Rate Schedule in all Subcontracts, agreements and purchase orders with lower tier Contractors.90 This
requirement also applies to all lower tier subcontractor s.
XVI . SITE OF WORK REQUIREMENTS
A. Poster Board. The Prime Contractor must construct and display a poster board containing all
required posters. The poster board must be accurate, legible, and accessible to all project Workers
from the first day of Work until the project is one hundred percent (100%) complete.91 A poster
board at an off-site location , or inside a construction trailer , does not meet this requirement.
B. How to Obtain a Poster Board. The Prime Contractor may obtain the required posters and the
necessary contact information that is required to be inserted on each poster by visiting the MnDOT
LCU website.92
C. Employee Interviews. The Contractor must permit representatives from the Department or other
governmental entities 93 to interview Workers at any time during working hours on the project.94
XVII. CHILD LABOR
A. No Work er under the Age of 18 . No Worker under the age of 18 is allowed to perform Work on a
P roject Site , except pursuant to Section XVII B below .95
B. Parent al Supervision. A Worker under the age of 18 may perform Work on a P roject Site if all of
the following criteria are met:
1. The Contractor (Employer ) is not subject to FLSA .
2. The Worker is employed in a corporation owned solely by one or both parents .
3. The Worker is supervised by the parent(s).
4. The Worker is not working in a hazardous occupation.96
C. Removal of Minor from Project . The Engineer or inspector may remove a Worker that appears to
be under the age of 18 from the P roject Site until the Contractor or Worker can demonstrate proof of
age and compliance with all applicable federal and state regulations.97
XVIII. NON-COMPLIANCE AND ENFORCEMENT
A. Case -by-Case Enforcement. The Department has the authority to enforce the prevailing wage law
on a case-by-case.98
B. Prime Contract or Responsible for Unpaid Wages . The Prime Contractor will be held liable for any
unpaid wages to its Workers or those of any lower tier Contractor .99
C. Enforcement Options . If evidence shows that a Contractor has violated prevailing wage
requirements , or these Special Provisions , the Department may, after written notice, implement one or
more of the following:
90 MnDOT Standard Specifications for Construction, Section 1801
91 Minn. Stat. 177.44, Subdivision 5 92 www.dot.state.mn.us/const/labor/posterboards 93 Mn DLI, U.S. DOL, , U.S. Department of Transportation, Federal Highways Administration 94 Mn DOT Standard Specifications for Construction, Section 1511
95 Minn. R. 5200.0910, Subpart F; 29 CFR Part 570.2(a)(ii) 96 Minn. R. 5200.0930, Subpart 4 97Minn. Stat. 181A.06, Subdivision 4; MnDOT Standard Specifications for Construction, Section 1701 98 See International Union of Operating Engineers, Local 49 v. MnDOT, No. C6 -97 -1582, 1998 WL 74281, at *2 (Minn. App. Feb. 24, 1998)
99 MnDOT Standard Specifications for Construction, Section 1801
313
7/13/2017
12 - A
1. Withholding Payment. The Department may withhold from the Prime Contractor payments
relating to prevailing wage underpayments .100
2. Non-Responsible Contract or. The Department may reject a bid from a Prime Contractor that
has received two (2) or more Determination Letters within a three (3) year period from the
Department finding an underpayment by the Contractor to its own employees .101
3. Default . The Department may take the prosecution of the Work out of the hands of the Prime
Contra ctor, place the Contractor in default, and terminate the Contract for failure to comply.102
4. Suspension or Debarment. The Department may refer violations and matters of non-
compliance by a Contractor to the Minnesota Department of Administration for suspens ion or
debarment proceedings .103
5. County Attorney. The Department may refer suspected criminal viola tions by Contractor to the
appropriate local county a ttorney for prosecution.104
6. Financial Penalties . Any Contractor who violates the state prevailing wage law is guilty of a
misdemeanor and may be fined not more than $300 or imprisoned not more than 90 days or both.
Each day that the violation continues is a separate offense.105 A Contractor may be fined up to
$1,000 for each failure to maintain records.106
7. False Claims Act Violation. All requir ed payroll and certification reports are legal documents;
knowing falsification of the documents by a Contractor may result in civil action and/or criminal
prosecution 107 and may be grounds for debarment proceedings.108
8. Compliance Order. The Department may request that MnDLI issue a compliance order to a
Contractor for violations of the state prevailing wage law . If the Contractor is found to have
committed a violation, liquidated damages and other costs may be assessed against the
Employer.109
9. Private Right o f Action . The Department may direct an employee to pursue a civil action in
district court against its Employer for failure to comply with the proper payment of wages.110 If
the Employer is found to have committed a violation, liquidated damages and other costs may be
assessed against the Employer .111
10. Fringe Benefits ; Misdemeanor. A Contractor that is obligated to deposit Fringe Benefit
contributions on behalf of a Worker into a financially responsible trustee, third pers on, fund, plan,
or program and fails to make timely contributions is guilty of a gross misdemeanor or other
violations under federal law. 112
100 MnDOT Standard Specifications for Construction, Section 1906 101 Minn. Stat. 16C.285 102 MnDOT Stan dard Specifications for Construction, Section 1808 103 Minn. R. 1230.1150, Subpart 2(A)(4)
104 Minn. Stat. 177.44, Subdivision 7 105 Minn. Stat. 177.44, Subdivision 6 106 Minn. Stat. 177.30(b) 107 Minn. Stat. 15C.02; , Minn. Stat. 161.315; Minn. Stat. 177.32; Minn. Stat. 177.43, Subdivision 5, Minn. Stat. 609.63
108 Minn. Stat. 161.315 and Minn. Stat. 609.63 109 Minn. Stat. 177.43, Subdivision 6a 110 Minn. Stat. 177.27, Subdivision 8 111 Minn. Stat. 177.27, Subdivision 10
112 Minn. Stat. 181.74, Subdivision 1
314
7/13/2017
1 - A
THE FOLLOWING APPENDICES ARE FOR
EXPLANATORY PURPOSES ONLY.
FOR SPECIFIC QUESTIONS, PLEASE CONTACT LCU.113
APPENDIX A SALARIED WORK ER WAGE COMPUTATION
Salaried Work ers . In order to conve rt the Worker’s salary into an hourly rate of pay, divide the
employee’s weekly, bi-weekly or monthly earnings by the total number of hours Worked (government
and non-government), including overtime hours for the time period used.114
$800.00 (weekly s alary) / 40 (total weekly hours) = $20.00
$1,600.00 (bi-weekly salary) / 80 (total bi-weekly hours) = $20 .00
$3,200.00 (monthly salary) / 160 (total monthly hours) = $20.00
APPENDIX B FRINGE BENEFIT CREDIT
Fringe Benefit Credit Calculation. The Employer contributes monthly ($600.00) for medical insurance
on behalf of a Worker. In order to calculate the projected hourly credit that the Employer can take, the
Employer should: (1) add the monthly contributions for each Worker, (2) multiply by twelve (12) months ,
and (3) divide the total cost of the benefit by the total hours worked (government and non-government)115
(see annual example below). Quarterly and monthly examples are also provided.
Annual: ($6 00.00) x (12 months) = $7,200.00
($7,200.00) / (2080 hours) = $3.46 per hour credit
Quarterly: ($6 00.00) x (3 months) = $1,800.00
($1,800.00) / (520 hours) = $3.46 per hour credit
Monthly: ($6 00.00) x (1 month) = $600.00
($600.00) / (173 hours) = $3.47 per hour credit
End of Year Self-Audit. At the end of the calendar year, the Contractor must conduct an audit to
determine if the hourly fringe benefit credit taken for each Worker wa s accurate. The Contractor must
calculate the total annual fringe benefits paid on behalf of each Worker and divide that amount by the
total number of hours worked (government and non-government) by that Worker. If the hourly fringe
benefit credit was less than what was reported on a CPR, the contractor must compensate the Worker the
hourly difference , multiplied by the total hours worked under the Contract.
APPENDIX C APPRENTICE RATE OF PAY
State Requirements . The Apprentice must be compensated according his/her level of progress, which is
expr essed as a percentage of the Journeyworker wage that is established in the program.
Journeyworker Wage Established in Program = $25.00
Apprentice Level of Progress = 60%
($25.00) * (.60) = $15.00
113 lcusupport.dot@state.mn.us or (651) 366-4238 114 United States Department of Labor Field Operation Handbook, Section 15f08
115 United States Department of Labor Field Operation Handbook, Section 15f12
315
7/13/2017
2 - A
APPENDIX D PREVAILING WAGE OVERTIME CALCULATION
Overt ime Hourly Rate of Pay. Here is the formula to calcu late the required minimum overtime .116
OT = (PW * .5) + (HW) + (RF) + (F)
Definition of OT Acronyms
OT: overtime.
PW: the basic hourly prevailing wage rate established in a federal and/or state prevailing Wage Decision.
HW: hourly wage rate paid to a Worker.
RF: remaining fringe, which means the difference between the Contract hourly Fringe Benefit rate and
the actual hourly Fringe Benefit rate paid by the Contractor to a third party on behalf of a Worker.
F: Fringe Benefit contributions that are bona -fide and contributed by an Employer to a third party on
behalf of a Worker.
The Total P revailing Wage Rate for a Worker is $30.00, which is comprised of an hourly basic rate of
$20.00 and an hourly fringe rate of $10.00. The table below includes various hourly basic and Fringe
Benefit payments that a Contractor could potentially make to a Worker.
OT CALCULATION FORMULA AND EXAMPLES
OT = (PW * .5) + (HW) + (RF) + (F)
Hourly
Wage
Paid
Fringe
Benefits
Paid
Payment To Employee Fringe
Payment
Total
Payment
(PW * .5) + (HW) + (RF) + (F) = OT
$ 20.00 $ 10.00 ($ 20.00 * .5) + ($ 20.00) + ($ 0.00) = $ 30.00 + $ 10.00 = $ 40.00
$ 18.00 $ 12.00 ($ 20.00 * .5) + ($ 18.00) + ($ 0.00) = $ 28.00 + $ 12.00 = $ 40.00
$ 22.00 $ 8.00 ($ 20.00 * .5) + ($ 22.00) + ($ 0.00) = $ 32.00 + $ 8.00 = $ 40.00
$ 30.00 $ 0.00 ($ 20.00 * .5) + ($ 30.00) + ($ 0.00) = $ 40.00 + $ 0.00 = $ 40.00
$ 24.00 $ 4.00 ($ 20.00 * .5) + ($ 24.00) + ($ 2.00) = $ 36.00 + $ 4.00 = $ 40.00
Regarding the last example the Contractor would be required to pay a n additional $2.00 to the Worker,
which is wages in lieu of fringe for a straight time hourly rate of $26.00 not $24.00.
A Contractor subject to the Fair Labor Standards Act (FLSA) may be subject to additional
overtime compensation requirements.
116 United States Department of Labor Field Operation Handbook, Section 15k
316
Appendix K
Prevailing Wages for State Funded Construction Projects
317
MINNESOTA DEPARTMENT OF LABOR AND INDUSTRY PREVAILING WAGES FOR STATE FUNDED CONSTRUCTION PROJECTS
THIS NOTICE MUST BE POSTED ON THE JOBSITE IN A CONSPICUOUS PLACE
Construction Type: Highway and Heavy
Region Number: 09
Counties within region:
ANOKA-02·
CARVER-10·
CHISAGO-13·
DAKOTA-19·
HENNEPIN-27·
RAMSEY-62·
SCOTT-70·
WASHINGTON-82·
Effective: 2023-11-20
This project is covered by Minnesota prevailing wage statutes. Wage rates listed below are the minimum hourly rates to be paid on this project.
All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at a rate of one and one half (1 1/2) times the basic hourly rate. Note:
Overtime pay after eight (8) hours on the project must be paid even if the worker does not exceed forty (40) hours in the work week.
Violations on MnDOT highways and road projects should be reported to:
Department of Transportation
Office of Construction
Transportation Building MS650
John Ireland Blvd
St. Paul, MN 55155
(651) 366-4209
All other prevailing wage violations and questions should be sent to:
Department of Labor and Industry
Prevailing Wage Section
443 Lafayette Road N
St Paul, MN 55155
(651) 284-5091
DLI.PrevWage@state.mn.us
LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE
LABORERS (101 - 112) (SPECIAL CRAFTS 701 - 730)
101 LABORER, COMMON (GENERAL
LABOR WORK)
2023-11-20 38.90 23.49 62.39
2024-05-01 41.63 24.24 65.87
102 LABORER, SKILLED (ASSISTING
SKILLED CRAFT JOURNEYMAN)
2023-11-20 38.90 23.49 62.39
2024-05-01 41.63 24.24 65.87
1
318
LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE
103 LABORER, LANDSCAPING
(GARDENER, SOD LAYER AND
NURSERY OPERATOR)
2023-11-20 28.29 20.41 48.70
2024-05-01 30.04 21.16 51.20
104 FLAG PERSON 2023-11-20 38.90 23.49 62.39
2024-05-01 41.63 24.24 65.87
105 WATCH PERSON 2023-11-20 35.50 22.94 58.44
2024-05-01 38.23 23.69 61.92
106 BLASTER 2023-11-20 22.08 6.87 28.95
107 PIPELAYER (WATER, SEWER AND
GAS)
2023-11-20 42.40 23.49 65.89
2024-05-01 45.13 24.24 69.37
108 TUNNEL MINER 2023-11-20 40.40 23.49 63.89
2024-05-01 43.13 24.24 67.37
109 UNDERGROUND AND OPEN DITCH
LABORER (EIGHT FEET BELOW
STARTING GRADE LEVEL)
2023-11-20 40.40 23.49 63.89
2024-05-01 43.13 24.24 67.37
110 SURVEY FIELD TECHNICIAN
(OPERATE TOTAL STATION, GPS
RECEIVER, LEVEL, ROD OR RANGE
POLES, STEEL TAPE
MEASUREMENT; MARK AND
DRIVE STAKES; HAND OR POWER
DIGGING FOR AND
IDENTIFICATION OF MARKERS OR
MONUMENTS; PERFORM AND
CHECK CALCULATIONS; REVIEW
AND UNDERSTAND
CONSTRUCTION PLANS AND LAND
SURVEY MATERIALS). THIS
CLASSIFICATION DOES NOT APPLY
TO THE WORK PERFORMED ON A
PREVAILING WAGE PROJECT BY A
LAND SURVEYOR WHO IS
LICENSED PURSUANT TO
MINNESOTA STATUTES, SECTIONS
326.02 TO 326.15.
2023-11-20 38.90 23.49 62.39
2024-05-01 41.63 24.24 65.87
111 TRAFFIC CONTROL PERSON
(TEMPORARY SIGNAGE)
2023-11-20 38.90 23.49 62.39
2
319
LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE
2024-05-01 41.63 24.24 65.87
112 QUALITY CONTROL TESTER (FIELD
AND COVERED OFF-SITE
FACILITIES; TESTING OF
AGGREGATE, ASPHALT, AND
CONCRETE MATERIALS); LIMITED
TO MN DOT HIGHWAY AND HEAVY
CONSTRUCTION PROJECTS WHERE
THE MN DOT HAS RETAINED
QUALITY ASSURANCE
PROFESSIONALS TO REVIEW AND
INTERPRET THE RESULTS OF
QUALITY CONTROL TESTERS.
SERVICES PROVIDED BY THE
CONTRACTOR.
2023-11-20 16.28 4.07 20.35
SPECIAL EQUIPMENT (201 - 204)
201 ARTICULATED HAULER 2023-11-20 42.49 25.20 67.69
2024-04-29 44.67 26.40 71.07
202 BOOM TRUCK 2023-11-20 44.94 25.20 70.14
2024-04-29 47.25 26.40 73.65
203 LANDSCAPING EQUIPMENT,
INCLUDES HYDRO SEEDER OR
MULCHER, SOD ROLLER, FARM
TRACTOR WITH ATTACHMENT
SPECIFICALLY SEEDING, SODDING,
OR PLANT, AND TWO-FRAMED
FORKLIFT (EXCLUDING FRONT,
POSIT-TRACK, AND SKID STEER
LOADERS), NO EARTHWORK OR
GRADING FOR ELEVATIONS
2023-11-20 28.29 20.41 48.70
2024-05-01 30.04 21.16 51.20
204 OFF-ROAD TRUCK 2023-11-20 42.49 25.20 67.69
2024-04-29 44.67 26.40 71.07
205 PAVEMENT MARKING OR
MARKING REMOVAL EQUIPMENT
(ONE OR TWO PERSON
OPERATORS); SELF-PROPELLED
TRUCK OR TRAILER MOUNTED
UNITS.
2023-11-20 32.04 21.96 54.00
HIGHWAY/HEAVY POWER EQUIPMENT OPERATOR
3
320
LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE
GROUP 2 2023-11-20 43.38 25.20 68.58
2024-04-29 45.61 26.40 72.01
302 HELICOPTER PILOT (HIGHWAY AND HEAVY ONLY)
303 CONCRETE PUMP (HIGHWAY AND HEAVY ONLY)
304 ALL CRANES WITH OVER 135-FOOT BOOM, EXCLUDING JIB (HIGHWAY AND HEAVY ONLY)
305 DRAGLINE, CRAWLER, HYDRAULIC BACKHOE (TRACK OR WHEEL MOUNTED) AND/OR OTHER SIMILAR
EQUIPMENT WITH SHOVEL-TYPE CONTROLS THREE CUBIC YARDS AND OVER MANUFACTURER.S
RATED CAPACITY INCLUDING ALL ATTACHMENTS. (HIGHWAY AND HEAVY ONLY)
306 GRADER OR MOTOR PATROL
307 PILE DRIVING (HIGHWAY AND HEAVY ONLY)
308 TUGBOAT 100 H.P. AND OVER WHEN LICENSE REQUIRED (HIGHWAY AND HEAVY ONLY)
GROUP 3 2023-11-20 42.81 25.20 68.01
2024-04-29 45.01 26.40 71.41
309 ASPHALT BITUMINOUS STABILIZER PLANT
310 CABLEWAY
311 CONCRETE MIXER, STATIONARY PLANT (HIGHWAY AND HEAVY ONLY)
312 DERRICK (GUY OR STIFFLEG)(POWER)(SKIDS OR STATIONARY) (HIGHWAY AND HEAVY ONLY)
313 DRAGLINE, CRAWLER, HYDRAULIC BACKHOE (TRACK OR WHEEL MOUNTED) AND/OR SIMILAR
EQUIPMENT WITH SHOVEL-TYPE CONTROLS, UP TO THREE CUBIC YARDS MANUFACTURER.S RATED
CAPACITY INCLUDING ALL ATTACHMENTS (HIGHWAY AND HEAVY ONLY)
314 DREDGE OR ENGINEERS, DREDGE (POWER) AND ENGINEER
315 FRONT END LOADER, FIVE CUBIC YARDS AND OVER INCLUDING ATTACHMENTS. (HIGHWAY AND
HEAVY ONLY)
316 LOCOMOTIVE CRANE OPERATOR
317 MIXER (PAVING) CONCRETE PAVING, ROAD MOLE, INCLUDING MUCKING OPERATIONS, CONWAY OR
SIMILAR TYPE
318 MECHANIC . WELDER ON POWER EQUIPMENT (HIGHWAY AND HEAVY ONLY)
319 TRACTOR . BOOM TYPE (HIGHWAY AND HEAVY ONLY)
320 TANDEM SCRAPER
321 TRUCK CRANE . CRAWLER CRANE (HIGHWAY AND HEAVY ONLY)
322 TUGBOAT 100 H.P AND OVER (HIGHWAY AND HEAVY ONLY)
GROUP 4 2023-11-20 42.49 25.20 67.69
2024-04-29 44.67 26.40 71.07
323 AIR TRACK ROCK DRILL
324 AUTOMATIC ROAD MACHINE (CMI OR SIMILAR) (HIGHWAY AND HEAVY ONLY)
325 BACKFILLER OPERATOR
326 CONCRETE BATCH PLANT OPERATOR (HIGHWAY AND HEAVY ONLY)
327 BITUMINOUS ROLLERS, RUBBER TIRED OR STEEL DRUMMED (EIGHT TONS AND OVER)
328 BITUMINOUS SPREADER AND FINISHING MACHINES (POWER), INCLUDING PAVERS, MACRO SURFACING
AND MICRO SURFACING, OR SIMILAR TYPES (OPERATOR AND SCREED PERSON)
329 BROKK OR R.T.C. REMOTE CONTROL OR SIMILAR TYPE WITH ALL ATTACHMENTS
4
321
LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE
330 CAT CHALLENGER TRACTORS OR SIMILAR TYPES PULLING ROCK WAGONS, BULLDOZERS AND
SCRAPERS
331 CHIP HARVESTER AND TREE CUTTER
332 CONCRETE DISTRIBUTOR AND SPREADER FINISHING MACHINE, LONGITUDINAL FLOAT, JOINT
MACHINE, AND SPRAY MACHINE
333 CONCRETE MIXER ON JOBSITE (HIGHWAY AND HEAVY ONLY)
334 CONCRETE MOBIL (HIGHWAY AND HEAVY ONLY)
335 CRUSHING PLANT (GRAVEL AND STONE) OR GRAVEL WASHING, CRUSHING AND SCREENING PLANT
336 CURB MACHINE
337 DIRECTIONAL BORING MACHINE
338 DOPE MACHINE (PIPELINE)
339 DRILL RIGS, HEAVY ROTARY OR CHURN OR CABLE DRILL (HIGHWAY AND HEAVY ONLY)
340 DUAL TRACTOR
341 ELEVATING GRADER
342 FORK LIFT OR STRADDLE CARRIER (HIGHWAY AND HEAVY ONLY)
343 FORK LIFT OR LUMBER STACKER (HIGHWAY AND HEAVY ONLY)
344 FRONT END, SKID STEER OVER 1 TO 5 C YD
345 GPS REMOTE OPERATING OF EQUIPMENT
346 HOIST ENGINEER (POWER) (HIGHWAY AND HEAVY ONLY)
347 HYDRAULIC TREE PLANTER
348 LAUNCHER PERSON (TANKER PERSON OR PILOT LICENSE)
349 LOCOMOTIVE (HIGHWAY AND HEAVY ONLY)
350 MILLING, GRINDING, PLANNING, FINE GRADE, OR TRIMMER MACHINE
351 MULTIPLE MACHINES, SUCH AS AIR COMPRESSORS, WELDING MACHINES, GENERATORS, PUMPS
(HIGHWAY AND HEAVY ONLY)
352 PAVEMENT BREAKER OR TAMPING MACHINE (POWER DRIVEN) MIGHTY MITE OR SIMILAR TYPE
353 PICKUP SWEEPER, ONE CUBIC YARD AND OVER HOPPER CAPACITY(HIGHWAY AND HEAVY ONLY)
354 PIPELINE WRAPPING, CLEANING OR BENDING MACHINE
355 POWER PLANT ENGINEER, 100 KWH AND OVER (HIGHWAY AND HEAVY ONLY)
356 POWER ACTUATED HORIZONTAL BORING MACHINE, OVER SIX INCHES
357 PUGMILL
358 PUMPCRETE (HIGHWAY AND HEAVY ONLY)
359 RUBBER-TIRED FARM TRACTOR WITH BACKHOE INCLUDING ATTACHMENTS (HIGHWAY AND HEAVY
ONLY)
360 SCRAPER
361 SELF-PROPELLED SOIL STABILIZER
362 SLIP FORM (POWER DRIVEN) (PAVING)
363 TIE TAMPER AND BALLAST MACHINE
364 TRACTOR, BULLDOZER (HIGHWAY AND HEAVY ONLY)
365 TRACTOR, WHEEL TYPE, OVER 50 H.P. WITH PTO UNRELATED TO LANDSCAPING (HIGHWAY AND
HEAVY ONLY)
366
5
322
TRENCHING MACHINE (SEWER, WATER, GAS) EXCLUDES WALK BEHIND TRENCHER (HIGHWAY AND
HEAVY ONLY)
LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE
367 TUB GRINDER, MORBARK, OR SIMILAR TYPE
368 WELL POINT DISMANTLING OR INSTALLATION (HIGHWAY AND HEAVY ONLY)
GROUP 5 2023-11-20 39.33 25.20 64.53
2024-04-29 41.36 26.40 67.76
369 AIR COMPRESSOR, 600 CFM OR OVER (HIGHWAY AND HEAVY ONLY)
370 BITUMINOUS ROLLER (UNDER EIGHT TONS)
371 CONCRETE SAW (MULTIPLE BLADE) (POWER OPERATED)
372 FORM TRENCH DIGGER (POWER)
373 FRONT END, SKID STEER UP TO 1C YD
374 GUNITE GUNALL (HIGHWAY AND HEAVY ONLY)
375 HYDRAULIC LOG SPLITTER
376 LOADER (BARBER GREENE OR SIMILAR TYPE)
377 POST HOLE DRIVING MACHINE/POST HOLE AUGER
378 POWER ACTUATED AUGER AND BORING MACHINE
379 POWER ACTUATED JACK
380 PUMP (HIGHWAY AND HEAVY ONLY)
381 SELF-PROPELLED CHIP SPREADER (FLAHERTY OR SIMILAR)
382 SHEEP FOOT COMPACTOR WITH BLADE . 200 H.P. AND OVER
383 SHOULDERING MACHINE (POWER) APSCO OR SIMILAR TYPE INCLUDING SELF-PROPELLED SAND AND
CHIP SPREADER
384 STUMP CHIPPER AND TREE CHIPPER
385 TREE FARMER (MACHINE)
GROUP 6 2023-11-20 42.49 25.20 67.69
2024-04-29 44.67 26.40 71.07
387 CAT, CHALLENGER, OR SIMILAR TYPE OF TRACTORS, WHEN PULLING DISK OR ROLLER
388 CONVEYOR (HIGHWAY AND HEAVY ONLY)
389 DREDGE DECK HAND
390 FIRE PERSON OR TANK CAR HEATER (HIGHWAY AND HEAVY ONLY)
391 GRAVEL SCREENING PLANT (PORTABLE NOT CRUSHING OR WASHING)
392 GREASER (TRACTOR) (HIGHWAY AND HEAVY ONLY)
393 LEVER PERSON
394 OILER (POWER SHOVEL, CRANE, TRUCK CRANE, DRAGLINE, CRUSHERS, AND MILLING MACHINES, OR
OTHER SIMILAR HEAVY EQUIPMENT) (HIGHWAY AND HEAVY ONLY)
395 POWER SWEEPER
396 SHEEP FOOT ROLLER AND ROLLERS ON GRAVEL COMPACTION, INCLUDING VIBRATING ROLLERS
397 TRACTOR, WHEEL TYPE, OVER 50 H.P., UNRELATED TO LANDSCAPING
6
323
LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE
TRUCK DRIVERS
GROUP 1 2023-11-20 31.25 17.50 48.75
601 MECHANIC . WELDER
602 TRACTOR TRAILER DRIVER
603 TRUCK DRIVER (HAULING MACHINERY INCLUDING OPERATION OF HAND AND POWER OPERATED
WINCHES)
GROUP 2 2023-11-20 34.70 21.76 56.46
604 FOUR OR MORE AXLE UNIT, STRAIGHT BODY TRUCK
GROUP 3 2023-11-20 34.60 21.76 56.36
605 BITUMINOUS DISTRIBUTOR DRIVER
606 BITUMINOUS DISTRIBUTOR (ONE PERSON OPERATION)
607 THREE AXLE UNITS
GROUP 4 2023-11-20 37.54 21.76 59.30
608 BITUMINOUS DISTRIBUTOR SPRAY OPERATOR (REAR AND OILER)
609 DUMP PERSON
610 GREASER
611 PILOT CAR DRIVER
612 RUBBER-TIRED, SELF-PROPELLED PACKER UNDER 8 TONS
613 TWO AXLE UNIT
614 SLURRY OPERATOR
615 TANK TRUCK HELPER (GAS, OIL, ROAD OIL, AND WATER)
616 TRACTOR OPERATOR, UNDER 50 H.P.
SPECIAL CRAFTS
701 HEATING AND FROST INSULATORS 2023-11-20 47.10 24.40 71.50
702 BOILERMAKERS 2023-11-20 44.37 30.55 74.92
2024-01-01 46.00 31.93 77.93
703 BRICKLAYERS 2023-11-20 45.47 25.76 71.23
2024-05-01 48.51 25.76 74.27
704 CARPENTERS 2023-11-20 43.58 27.91 71.49
2024-05-01 47.08 27.91 74.99
705 CARPET LAYERS (LINOLEUM)
7
324
FOR RATE CALL 651-284-5091 OR EMAIL
DLI.PREVWAGE@STATE.MN.US
LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE
706 CEMENT MASONS 2023-11-20 45.17 24.22 69.39
2024-04-29 48.57 24.22 72.79
707 ELECTRICIANS 2023-11-20 52.00 32.80 84.80
711 GROUND PERSON 2023-11-20 35.60 18.92 54.52
712 IRONWORKERS 2023-11-20 43.00 34.11 77.11
2024-04-28 46.00 34.11 80.11
713 LINEMAN 2023-11-20 50.86 23.57 74.43
714 MILLWRIGHT 2023-11-20 40.39 33.37 73.76
2024-05-01 43.44 33.37 76.81
715 PAINTERS (INCLUDING HAND
BRUSHED, HAND SPRAYED, AND
THE TAPING OF PAVEMENT
MARKINGS)
2023-11-20 38.70 22.76 61.46
716 PILEDRIVER (INCLUDING
VIBRATORY DRIVER OR
EXTRACTOR FOR PILING AND
SHEETING OPERATIONS)
2023-11-20 43.53 27.91 71.44
2024-05-01 47.03 27.91 74.94
717 PIPEFITTERS . STEAMFITTERS 2023-11-20 53.94 33.30 87.24
2024-05-01 57.14 33.30 90.44
719 PLUMBERS 2023-11-20 52.60 31.10 83.70
721 SHEET METAL WORKERS 2023-11-20 44.46 29.17 73.63
723 TERRAZZO WORKERS FOR RATE CALL 651-284-5091 OR EMAIL
DLI.PREVWAGE@STATE.MN.US
724 TILE SETTERS 2023-11-20 34.76 23.29 58.05
725 TILE FINISHERS FOR RATE CALL 651-284-5091 OR EMAIL
DLI.PREVWAGE@STATE.MN.US
8
325
LABOR CODE AND CLASS EFFECT DATE BASIC RATE FRINGE RATE TOTAL RATE
727 WIRING SYSTEM TECHNICIAN 2023-11-20 44.61 20.16 64.77
728 WIRING SYSTEMS INSTALLER 2023-11-20 31.25 16.34 47.59
729 ASBESTOS ABATEMENT WORKER 2023-11-20 37.63 23.36 60.99
2024-01-01 39.86 24.11 63.97
730 SIGN ERECTOR FOR RATE CALL 651-284-5091 OR EMAIL
DLI.PREVWAGE@STATE.MN.US
9
326
Appendix L
Notice of Truck Rental Rate Certification and Effective Date
327
Dec. 18, 2023
Notice of truck rental rate certification and effective date
The Department of Labor and Industry (DLI) commissioner has certified the minimum truck rental rates for state-
funded highway projects effective Dec. 18, 2023. This certification follows the publication of the Notice of Truck
Rental Rate Determination in the State Register on Nov. 27, 2023, and the informal conference held pursuant to
Minnesota Rules, part 5200.1105 on Dec. 11, 2023.
According to Minnesota Rules, part 5200.1105, the purpose of the informal conference was for DLI to obtain
further input regarding the determined rates prior to the certification. No written input regarding the
determination was received by DLI prior to the informal conference.
The truck rental rate is determined for each equipment type by adding the average hourly cost of operating the
vehicle to the certified prevailing-wage rate for the driver. The average hourly operating costs are determined
by voluntary survey of truck owner operators, trucking contractors and trucking firms. Cost data used in DLI’s
analysis must be representative of five trucking firms of various size and five independent truck owner operators
for each type of truck.
The determination of the minimum truck rental rates by region are as follows.
Three-axle units
Region
Effective date
607 driver rate
Operating cost
Truck rental rate
Region 1 Certification date $58.61 $37.35 $95.96
Increase May 1, 2024 $61.54 $37.35 $98.89
Region 2 Certification date $51.97 $37.35 $89.32
Increase May 1, 2024 $54.57 $37.35 $91.92
Region 3 Certification date $45.02 $37.35 $82.37
Region 4 Certification date $51.97 $37.35 $89.32
328
Labor Standards, 443 Lafayette Road N., St. Paul, MN 55155 • 651-284-5091 • dli.mn.gov
Region Effective date 607 driver rate Operating cost Truck rental rate
Increase May 1, 2024 $54.57 $37.35 $91.92
Region 5 Certification date $39.50 $37.35 $76.85
Region 6 Certification date $54.16 $37.35 $91.51
Region 7 Certification date $46.65 $37.35 $84.00
Region 8 Certification date $32.16 $37.35 $69.51
Region 9 Certification date $56.36 $37.35 $93.71
Region 10 Certification date $55.96 $37.35 $93.31
Four or more axle units
Region Effective date 604 driver rate Operating cost Truck rental rate
Region 1 Certification date $58.71 $51.50 $110.21
Increase May 1, 2024 $61.65 $51.50 $113.15
Region 2 Certification date $52.11 $51.50 $103.61
Increase May 1, 2024 54.72 $51.50 $106.22
Region 3 Certification date $38.51 $51.50 $90.01
Region 4 Certification date $53.73 $51.50 $105.23
Region 5 Certification date $44.00 $51.50 $95.50
Region 6 Certification date $54.26 $51.50 $105.76
329
Labor Standards, 443 Lafayette Road N., St. Paul, MN 55155 • 651-284-5091 • dli.mn.gov
Region 7 Certification date $46.20 $51.50 $97.70
Region 8 Certification date $43.75 $51.50 $95.25
Region 9 Certification date $56.46 $51.50 $107.96
Region 10 Certification date $56.06 $51.50 $107.56
Tractor
Region Effective date 602 driver rate Operating cost Tractor-only
truck rental
rate
Plus trailer
operating
cost
Tractor trailer
rental rate
Region 1 Certification date $59.29 $54.96 $114.25 $11.46 $125.71
Increase May 1,
2024
$62.25 $54.96 $117.21 $11.46 $128.67
Region 2 Certification date $52.66 $54.96 $107.62 $11.46 $119.08
Increase May 1,
2024
$55.29 $54.96 $110.25 $11.46 $121.71
Region 3 Certification date $48.35 $54.96 $103.31 $11.46 $114.77
Region 4 Certification date $38.30 $54.96 $93.26 $11.46 $104.72
Region 5 Certification date $42.00 $54.96 $96.96 $11.46 $108.42
Region 6 Certification date $39.50 $54.96 $94.46 $11.46 $105.92
Region 7 Certification date $45.40 $54.96 $100.36 $11.46 $111.82
Region 8 Certification date $48.45 $54.96 $103.41 $11.46 $114.87
Region 9 Certification date $48.75 $54.96 $103.71 $11.46 $115.17
330
Labor Standards, 443 Lafayette Road N., St. Paul, MN 55155 • 651-284-5091 • dli.mn.gov
Region 10 Certification date $48.45 $54.96 $103.41 $11.46 $114.87
The current operating costs and truck rental rates may be reviewed by accessing DLI’s website at
https://dli.mn.gov/business/employment-practices/prevailing-wage-minimum-truck-rental-rates. Questions
about the truck rental rates or the informal conference notice below can be answered by calling 651-284-5192.
The minimum truck rental rate for these four types of trucks in the State’s 10 highway and heavy construction
areas will be effective for all highway and heavy construction projects financed in whole or part with state funds
advertised for bid on or after the day the notice of certification is published in the State Register.
Sincerely,
Nicole Blissenbach
DLI commissioner
331
Appendix M
Union Pacific Railroad Pipeline Crossing Agreement 03328-47
332
333
334
335
336
337
338
339
340
341
342
343
344
345
346
347
Appendix N
Union Pacific Railroad Pipeline Encroachment Agreement 0783985
348
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
February 22, 2024
Project: 0783985
CITY OF GOLDEN VALLEY
RE: Proposed Construction of One (1) Underground Pipeline Crossing With One Hundred Twenty
Five Feet (125') Of Underground Pipeline Encroachment For Transporting And Conveying Storm
Sewer Only Between Mile Posts 4.27 and 4.29 on the Golden Valley Industrial Lead at or near Golden
Valley, Hennepin County, Minnesota
Attached is an original of the agreement covering your use of the Railroad Company’s right of
way. Please return the executed agreement via email. For any payment(s), please follow the
accompanying instructions.
An original copy of the fully-executed document will be returned to you, when approved and
processed by the Railroad Company.
• Payment in the amount of Twenty Two Thousand Nine Hundred Ninety Dollars ($22,990.00) is
due and payable to Union Pacific Railroad Company upon your execution of the agreement. Please
include your payment, with Project No. 0783985 noted on that document. If you require formal
billing, you may consider this letter as a formal bill and that 946001323 is this Corporation’s correct
Federal Taxpayer Identification Number.
• Railroad Protective Liability Insurance (RPLI) may be obtained from any insurance company which
offers such coverage. Union Pacific has also worked with a national broker, Marsh USA, to make
available RPLI to you or your contractor. You can find additional information, premium quotes,
and application forms at (uprr.marsh.com).
If we have not received the executed documents within six months from the date of this letter,
this proposed offer of an agreement is withdrawn and becomes null and void.
If you have any questions, please contact me at ksjones@up.com.
Sincerely,
Kris Jones
Senior Analyst Real Estate -Contracts
349
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
Pipeline Encroachment 052118Project No. 0783985
Last Modified: 07/02/2018
Form Approved, AVP-Law
LONGITUDINAL AND CROSSING PIPELINE
AGREEMENT
Between Mile Posts 4.27 and 4.29, Golden Valley Industrial Lead
Location: Golden Valley, Hennepin County, Minnesota
THIS AGREEMENT (“Agreement”) is made and entered into as of February 22, 2024,
(“Effective Date”) by and between UNION PACIFIC RAILROAD COMPANY, a Delaware
corporation, (“Licensor”) and CITY OF GOLDEN VALLEY, to be addressed at 7800 Golden Valley
Road, Golden Valley, Minnesota 55427 (“Licensee”).
IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS:
Article 1. LICENSOR GRANTS RIGHT.
A.In consideration of the license fee to be paid by Licensee set forth below and in further
consideration of the covenants and agreements to be performed by Licensee, Licensor hereby grants to
Licensee the right to construct and thereafter, during the term hereof, maintain and operate one (1)
underground pipeline crossing with one hundred twenty five feet (125') of underground longitudinal
pipeline for transporting and conveying storm sewer only, including any appurtenances required for the
operation of said pipeline (collectively, "Licensee's Facilities") across Licensor’s real property,
trackage, or other facilities located in Golden Valley, Hennepin County, State of Minnesota ("Railroad
Property"). The specific specifications and limited purpose for Licensee's Facilities on, along, across
and under Railroad Property are described in and shown on the Print and Specifications dated
February 19 , 2024, attached hereto as Exhibit A-1 and Exhibit A-2 and made a part hereof.
B.Licensee represents and warrants that Licensee's Facilities will (i) only be used for one (1)
underground pipeline crossing with one hundred twenty five feet (125') of underground longitudinal
pipeline for transporting and conveying storm sewer , and (ii) not be used to convey any other substance,
any fiber optic cable, or for any other use, whether such use is currently technologically possible, or
whether such use may come into existence during the life of this Agreement.
C.Licensee acknowledges that if it or its contractor provides Licensor with digital imagery
depicting Licensee's Facilities ("Digital Imagery"), Licensee authorizes Licensor to use the
Digital Imagery in preparing Exhibit A-1 and Exhibit A-2. Licensee represents and warrants that
through a license or otherwise, it has the right to use the Digital Imagery and to permit Licensor to use
the Digital Imagery in said manner.
Article 2. LICENSE FEE.
Upon execution of this Agreement, the Licensee shall pay to the Licensor a one-time License
Fee of Twenty Two Thousand Nine Hundred Ninety Dollars ($22,990.00).
Article 3. TERM.
This Agreement shall take effect as of the Effective Date first herein written and shall continue
in full force and effect until terminated as provided in the "TERMINATION; REMOVAL OF
LICENSEE’S FACILITIES" Section of Exhibit B.
350
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
Article 4. LICENSEE'S COMPLIANCE WITH GENERAL TERMS.
Licensee represents and warrants that all work on Licensee's Facilities performed by Licensee
or its contractors will strictly comply with all terms and conditions set forth herein, including the
General Terms and Conditions, attached hereto as Exhibit B and made a part hereof.
Article 5. INSURANCE.
A. During the term of this Agreement, Licensee shall fully comply or cause its contractor(s) to
fully comply with the insurance requirements described in Exhibit C, attached hereto and made a part
hereof. Upon request only, Licensee shall send copies of all insurance documentation (e.g., certificates,
endorsements, etc.) to Licensor at the address listed in the "NOTICES" Section of this Agreement.
B. If Licensee is subject to statute(s) limiting its insurance liability and/or limiting its ability to
obtain insurance in compliance with Exhibit C of this Agreement, those statutes shall apply.
Article 6. DEFINITION OF LICENSEE.
For purposes of this Agreement, all references in this Agreement to Licensee will include
Licensee's contractors, subcontractors, officers, agents and employees, and others acting under its or
their authority (collectively, a "Contractor"). If a Contractor is hired by Licensee to perform any work
on Licensee's Facilities (including initial construction and subsequent relocation, maintenance, and/or
repair work), then Licensee shall provide a copy of this Agreement to its Contractor(s) and require its
Contractor(s) to comply with all terms and conditions of this Agreement, including the indemnification
requirements set forth in the "INDEMNITY" Section of Exhibit B. Licensee shall require any
Contractor to release, defend, and indemnify Licensor to the same extent and under the same terms and
conditions as Licensee is required to release, defend, and indemnify Licensor herein.
Article 7. ATTORNEYS’ FEES, EXPENSES, AND COSTS.
If litigation or other court action or similar adjudicatory proceeding is undertaken by Licensee
or Licensor to enforce its rights under this Agreement, all fees, costs, and expenses, including, without
limitation, reasonable attorneys’ fees and court costs, of the prevailing Party in such action, suit, or
proceeding shall be reimbursed or paid by the Party against whose interest the judgment or decision is
rendered. The provisions of this Article shall survive the termination of this Agreement.
Article 8. WAIVER OF BREACH.
The waiver by Licensor of the breach of any condition, covenant or agreement herein contained
to be kept, observed and performed by Licensee shall in no way impair the right of Licensor to avail
itself of any remedy for any subsequent breach thereof.
Article 9. ASSIGNMENT.
A. Licensee shall not assign this Agreement, in whole or in part, or any rights herein granted,
without the written consent of Licensor, which must be requested in writing by Licensee. Any
assignment or attempted transfer of this Agreement or any of the rights herein granted, whether
voluntary, by operation of law, or otherwise, without Licensor's written consent, will be absolutely void
and may result in Licensor's termination of this Agreement pursuant to the "TERMINATION;
REMOVAL OF LICENSEE'S FACILITIES" Section of Exhibit B.
B. Upon Licensor's written consent to any assignment, this Agreement will be binding upon and
inure to the benefit of the parties thereto, successors, heirs, and assigns, executors, and administrators.
351
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
Article 10. SEVERABILITY.
Any provision of this Agreement which is determined by a court of competent jurisdiction to
be invalid or unenforceable shall be invalid or unenforceable only to the extent of such determination,
which shall not invalidate or otherwise render ineffective any other provision of this Agreement.
Article 11. NOTICES.
Except Licensee's commencement of work notice(s) required under Exhibit B, all other notices
required by this Agreement must be in writing, and (i) personally served upon the business address
listed below ("Notice Address"), (ii) sent overnight via express delivery by a nationally recognized
overnight delivery service such as Federal Express Corporation or United Parcel Service to the Notice
Address, or (iii) by certified mail, return receipt requested to the Notice Address. Overnight express
delivery notices will be deemed to be given upon receipt. Certified mail notices will be deemed to be
given three (3) days after deposit with the United States Postal Service.
If to Licensor: Union Pacific Railroad Company
Attn: Analyst – Real Estate Utilities (Project No. 0783985)
1400 Douglas Street, MS 1690
Omaha, Nebraska 68179
If to Licensee:CITY OF GOLDEN VALLEY
7800 Golden Valley Road
Golden Valley, Minnesota 55427
Article 12. SPECIAL PROVISION – CONSTRUCTION OBSERVATION.
Licensor requires Licensee to provide monitoring of tracks and construction observation
through Licensor approved observer named below during all construction and installation work.
Licensee is to directly coordinate services with the named inspector:
Railpros Field Services
Email: RP.Utility@railpros.com
Phone (682)223-5271
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as
of the date first herein written.
UNION PACIFIC RAILROAD COMPANY CITY OF GOLDEN VALLEY
By: __________________________________
By: __________________________________
Jim Hild
Director Real Estate - Contracts
Name Printed: __________________________
Title: _________________________________
352
353
SUBDIVISION:
M.P.:
E.S.M.:
NEAREST CITY: COUNTY: STATE:
APPLICANT:
FILE NO.:DATE:
SCALE:
SECTION
NONE CASING PIPE
CARRIER PIPE
SURFACE
GROUND
CROSSING
ANGLE OF
DEG.
UPRR R.O.W.
UPRR R.O.W.R.O.W.UPRRR.O.W.UPRRA
PLAN
SCALE:NONE
TRACK
‘ OUTER
TRACK
‘ OUTER
VENT PIPE‘ TRACK CROSSING‘ PIPE LINEA
A
DITCH
DRAINAGE
____FT.
____ FT.
____FT.____FT.
____FT.
____FT.
____FT.
____FT.
TOTAL TRACKS
____________
____FT.____FT.
____FT.____FT.____FT.____FT.NORTH ARROW
_____________________
CROSSING TRACK
FIXED OBJECT
DESCRIBE
TRACK TYPE:
LAT.:
LONG.:
____ FT.
____FT.
____FT. UPRR MILEPOST_____________________
CROSSING TRACK
FIXED OBJECT
DESCRIBE UPRR MILEPOST
/ / ____FT.
ENCROACHMENT
LONGITUDINAL PIPE
EXHIBIT "A"
BOTH
ENCROACHMENT
CROSSING
PIPELINE
NON-FLAMMABLE LIQUID
2) REFER TO AREMA VOLUME 1, CHAPTER 1, PART 5, SECTION 5.3.
1) ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK.
NOTES:
_______ AND _______.
BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES
F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF
CASING PIPE IS ______ AT THE ENDS.
CATHODIC/COATING PROTECTION_______
WALL THICKNESS ______ IN. DIAMETER ______ IN.
TOTAL LENGTH CASING PIPE: ______ FT.
E) CASING MATERIAL __________________________. IF RCP, CLASS V? ____.
CATHODIC/COATING PROTECTION_______
WALL THICKNESS (INCH)/ SCHEDULE _________ . DIAMETER ______ IN.
OPERATIONAL PRESSURE ______ PSI. MAOP ______ PSI.
COMMODITY TO BE CONVEYED _____________________.
D) CARRIER MATERIAL ________________________. IF RCP, CLASS V? ____.
C) SIGNS PROVIDED? ______.
B) DIST. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT _____.
A) METHOD OF INSTALLATION ____________________________________
354
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
Pipeline Crossing 06/05/18
Form Approved, AVP Law EXHIBIT B
GENERAL TERMS AND CONDITIONS
Section 1. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED.
A. The foregoing grant is subject and subordinate to the prior and continuing right and
obligation of Licensor to use and maintain its entire property including the right and power of Licensor
to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, signal,
communication, fiber optics, or other wirelines, pipelines and other facilities upon, along or across any
or all parts of its property, all or any of which may be freely done at any time or times by Licensor
without liability to Licensee or to any other party for compensation or damages.
B. The foregoing grant is also subject to all outstanding superior rights (including those
in favor of licensees and lessees of Railroad Property) and the right of Licensor to renew and extend
the same, and is made without covenant of title or for quiet enjoyment. It shall be Licensee's sole
obligation to obtain such additional permission, license and grants necessary on account of any such
existing rights.
Section 2. ENGINEERING REQUIREMENTS; PERMITS.
A. Licensee's Facilities will be designed, constructed, operated, maintained, repaired,
renewed, modified, reconstructed, removed, or abandoned in place on Railroad Property by Licensee
or its contractor to Licensor's satisfaction and in strict conformity with: (i) Licensor’s current
engineering standards and specifications, including those for shoring and cribbing to protect Licensor's
railroad operations and facilities ("UP Specifications"), except for variances approved in advance in
writing by Licensor’s Assistant Vice President Engineering – Design or its authorized representative
("UP Engineering Representative"); (ii) such other additional safety standards as Licensor, in its sole
discretion, elects to require, including, without limitation, American Railway Engineering and
Maintenance-of-Way Association ("AREMA") standards and guidelines (collectively, "UP Additional
Requirements"); and (iii) all applicable laws, rules, and regulations, including any applicable Federal
Railroad Administration and Federal Energy Regulatory Commission regulations and enactments
(collectively, "Laws"). If there is any conflict between UP Specifications, UP Additional Requirements,
and Laws, the most restrictive will apply.
B. Licensee shall keep the soil over Licensee's Facilities thoroughly compacted, and
maintain the grade over and around Licensee's Facilities even with the surface of the adjacent ground.
C. If needed, Licensee shall secure, at Licensee's sole cost and expense, any and all
necessary permits required to perform any work on Licensee's Facilities.
Section 3. NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES.
A. Licensee and its contractors are strictly prohibited from commencing any work
associated with Licensee's Facilities without Licensor's written approval that the work will be in strict
compliance with the "ENGINEERING REQUIREMENTS; PERMITS" Section of this Exhibit B. Upon
Licensor's approval, Licensee shall contact both of Licensor's field representatives ("Licensor's Field
Representatives") at least ten (10) days before commencement of any work on Licensee's Facilities.
B. Licensee shall not commence any work until: (1) Licensor has determined whether
flagging or other special protective or safety measures ("Safety Measures") are required for performance
of the work pursuant to the "FLAGGING" Section of this Exhibit B and provided Licensee written
355
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
authorization to commence work; and (2) Licensee has complied with the "PROTECTION OF FIBER
OPTIC CABLE SYSTEMS" Section of this Exhibit B.
C. If, at any time, an emergency arises involving Licensee's Facilities, Licensee or its
contractor shall immediately contact Licensor's Response Management Communications Center at
(888) 877-7267.
Section 4. FLAGGING.
A. Following Licensee's notice to Licensor's Field Representatives required under the
"NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensor
shall inform Licensee if Safety Measures are required for performance of the work by Licensee or its
contractor on Railroad Property. If Safety Measures are required, no work of any kind may be performed
by Licensee or its contractor(s) until arrangements for the Safety Measures have been made and
scheduled. If no Safety Measures are required, Licensor will give Licensee written authorization to
commence work.
B. If any Safety Measures are performed or provided by Licensor, including but not
limited to flagging, Licensor shall bill Licensee for such expenses incurred by Licensor, unless Licensor
and a federal, state, or local governmental entity have agreed that Licensor is to bill such expenses to
the federal, state, or local governmental entity. Additional information regarding the submission of such
expenses by Licensor and payment thereof by Licensee can be found in the "LICENSEE’S PAYMENT
OF EXPENSES" Section of this Exhibit B. If Licensor performs any Safety Measures, Licensee agrees
that Licensee is not relieved of any of responsibilities or liabilities set forth in this Agreement.
C. For flagging, the rate of pay per hour for each flagger will be the prevailing hourly rate
in effect for an eight-hour day for the class of flagmen used during regularly assigned hours and
overtime in accordance with Labor Agreements and Schedules in effect at the time the work is
performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and
welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental
pension, Employees Liability and Property Damage, and Administration will be included, computed on
actual payroll. The composite charge will be the prevailing composite charge in effect at the time the
work is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and
Sundays, and two and one-half times current hourly rate for holidays. Wage rates are subject to change,
at any time, by law or by agreement between Licensor and its employees, and may be retroactive as a
result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are
also subject to change. If the wage rate or additional charges are changed, Licensee (or the governmental
entity, as applicable) shall pay on the basis of the new rates and charges.
D. Reimbursement to Licensor will be required covering the full eight-hour day during
which any flagger is furnished, unless the flagger can be assigned to other railroad work during a portion
of such day, in which event reimbursement will not be required for the portion of the day during which
the flagger is engaged in other railroad work. Reimbursement will also be required for any day not
actually worked by the flaggers following the flaggers' assignment to work on the project for which
Licensor is required to pay the flaggers and which could not reasonably be avoided by Licensor by
assignment of such flaggers to other work, even though Licensee may not be working during such time.
When it becomes necessary for Licensor to bulletin and assign an employee to a flagging position in
compliance with union collective bargaining agreements, Licensee must provide Licensor a minimum
of five (5) days notice prior to the cessation of the need for a flagger. If five (5) days notice of cessation
is not given, Licensee will still be required to pay flagging charges for the days the flagger was
scheduled, even though flagging is no longer required for that period. An additional ten (10) days notice
must then be given to Licensor if flagging services are needed again after such five day cessation notice
has been given to Licensor.
356
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
Section 5. SAFETY.
A. Safety of personnel, property, rail operations and the public is of paramount importance
in the prosecution of any work on Railroad Property performed by Licensee or its contractor, and takes
precedence over any work on Licensee's Facilities to be performed Licensee or its contractors. Licensee
shall be responsible for initiating, maintaining and supervising all safety operations and programs in
connection with any work on Licensee's Facilities. Licensee and its contractor shall, at a minimum
comply, with Licensor's then current safety standards located at the below web address ("Licensor's
Safety Standards") to ensure uniformity with the safety standards followed by Licensor's own forces.
As a part of Licensee's safety responsibilities, Licensee shall notify Licensor if it determines that any
of Licensor's Safety Standards are contrary to good safety practices. Licensee and its contractor shall
furnish copies of Licensor's Safety Standards to each of its employees before they enter Railroad
Property.
Union Pacific Current Safety Requirements
B. Licensee shall keep the job site on Railroad Property free from safety and health
hazards and ensure that their employees are competent and adequately trained in all safety and health
aspects of the work.
C. Licensee represents and warrants that all parts of Licensee's Facilities within and
outside of the limits of Railroad Property will not interfere whatsoever with the constant, continuous,
and uninterrupted use of the tracks, property, and facilities of Licensor, and nothing shall be done or
suffered to be done by Licensee at any time that would in any manner impair the safety thereof.
D. Licensor's operations and work performed by Licensor’s personnel may cause delays
in Licensee's or its contractor's work on Licensee's Facilities. Licensee accepts this risk and agrees that
Licensor shall have no liability to Licensee or any other person or entity for any such delays. Licensee
must coordinate any work on Railroad Property by Licensee or any third party with Licensor's Field
Representatives in strict compliance with the "NOTICE OF COMMENCEMENT OF WORK;
EMERGENCIES" Section of this Exhibit
E. Licensor shall have the right, if it so elects, to provide any support it deems necessary
for the safety of Licensor's operations and trackage during Licensee's or its contractor's construction,
maintenance, repair, renewal, modification, relocation, reconstruction, or removal of Licensee's
Facilities. In the event Licensor provides such support, Licensor shall invoice Licensee, and Licensee
shall pay Licensor as set forth in the "LICENSEE'S PAYMENT OF EXPENSES" Section of this
Exhibit B.
F. Licensee may use unmanned aircraft systems ("UAS") to inspect Licensee's Facilities
only upon the prior authorization from and under the direction of Licensor's Field Representatives.
Licensee represents and warrants that its use of UAS on Railroad Property will comply with Licensor's
then-current Unmanned Aerial Systems Policy and all applicable laws, rules and regulations, including
any applicable Federal Aviation Administration regulations and enactments pertaining to UAS.
Section 6. PROTECTION OF FIBER OPTIC CABLE SYSTEMS.
Fiber optic cable systems may be buried on Railroad Property. Protection of the fiber optic
cable systems is of extreme importance since any break could disrupt service to users resulting in
business interruption and loss of revenue and profits. In addition to the notifications required under the
"NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensee
shall complete the required form at up.com/CBUD to determine if fiber optic cable is buried anywhere
on Railroad Property to be used by Licensee. If it is, Licensee shall telephone the telecommunications
company(ies) involved, and arrange for a cable locator, make arrangements for relocation or other
protection of the fiber optic cable, all at Licensee’s expense, and will not commence any work on
Railroad Property until all such protection or relocation has been completed.
357
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
Section 7. LICENSEE'S PAYMENT OF EXPENSES.
A. Licensee shall bear the entire cost and expense of the design, construction,
maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of
Licensee's Facilities.
B. Licensee shall fully pay for all materials joined, affixed to and labor performed on
Railroad Property in connection with the construction, maintenance, modification, reconstruction,
repair, renewal, revision, relocation, or removal of Licensee's Facilities, and shall not permit or suffer
any mechanic’s or materialman’s lien of any kind or nature to be enforced against the property for any
work done or materials furnished thereon at the instance or request or on behalf of Licensee. Licensee
shall promptly pay or discharge all taxes, charges, and assessments levied upon, in respect to, or on
account of Licensee's Facilities, to prevent the same from becoming a charge or lien upon any property
of Licensor, and so that the taxes, charges, and assessments levied upon or in respect to such property
shall not be increased because of the location, construction, or maintenance of Licensee's Facilities or
any improvement, appliance, or fixture connected therewith placed upon such property, or on account
of Licensee’s interest therein. Where such tax, charge, or assessment may not be separately made or
assessed to Licensee but shall be included in the assessment of the property of Licensor, then Licensee
shall pay to Licensor an equitable proportion of such taxes determined by the value of Licensee’s
property upon property of Licensor as compared with the entire value of such property.
C. As set forth in the "FLAGGING" Section of this Exhibit B, Licensor shall have the
right, if it so elects, to provide any Safety Measures Licensor deems necessary for the safety of
Licensor's operations and trackage during Licensee's or its contractor's construction, maintenance,
modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities,
including, but not limited to supervision, inspection, and flagging services. In the event Licensor
provides such Safety Measures, Licensor shall submit an itemized invoice to Licensee's notice recipient
listed in the "NOTICES" Article of this Agreement. Licensee shall pay to Licensor the total amount
listed on such invoice within thirty (30) days of Licensee's receipt of such invoice.
Section 8. MODIFICATIONS TO LICENSEE'S FACILITIES.
A. This grant is subject to Licensor's safe and efficient operation of its railroad, and
continued use and improvement of Railroad Property (collectively, "Railroad's Use"). Accordingly,
Licensee shall, at its sole cost and expense, modify, reconstruct, repair, renew, revise, relocate, or
remove (individually, "Modification", or collectively, "Modifications") all or any portion of Licensee's
Facilities as Licensor may designate or identify, in its sole discretion, in the furtherance of Railroad's
Use.
B. Upon any Modification of all or any portion of Licensee's Facilities to another location
on Railroad Property, Licensor and Licensee shall execute a Supplemental Agreement to this Pipeline
Agreement to document the Modification(s) to Licensee's Facilities on Railroad Property. If the
Modifications result in Licensee's Facilities moving off of Railroad Property, this Agreement will
terminate upon Licensee's completion of such Modification(s) and all requirements contained within
the "TERMINATION; REMOVAL OF LICENSEE’S FACILITIES" Section of this Exhibit B. Any
such Modification(s) off of Railroad Property will not release Licensee from any liability or other
obligation of Licensee arising prior to and upon completion of any such Modifications to the Licensee's
Facilities.
Section 9. RESTORATION OF RAILROAD PROPERTY.
In the event Licensee, in any manner moves or disturbs any property of Licensor in connection
with the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation,
or removal of Licensee's Facilities, then, Licensee shall, as soon as possible and at Licensee’s sole cost
358
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
and expense, restore Licensor’s property to the same condition as the same were before such property
was moved or disturbed.
Section 10. INDEMNITY.
A. Definitions. As used in this Section:
1. "Licensor" includes Licensor, its affiliates, its and their officers, directors,
agents and employees, and other railroad companies using Railroad Property
at or near the location of Licensee’s installation and their officers, directors,
agents, and employees.
2. "Licensee" includes Licensee and its agents, contractors, subcontractors, sub-
subcontractors, employees, officers, and directors, or any other person or entity
acting on its behalf or under its control.
3. "Loss" includes claims, suits, taxes, loss, damages (including punitive
damages, statutory damages, and exemplary damages), costs, charges,
assessments, judgments, settlements, liens, demands, actions, causes of action,
fines, penalties, interest, and expenses of any nature, including court costs,
reasonable attorneys’ fees and expenses, investigation costs, and appeal
expenses.
B. Licensee shall release, defend, indemnify, and hold harmless Licensor from and against
any and all Loss, even if groundless, fraudulent, or false, that directly or indirectly arises out of or is
related to Licensee’s construction, maintenance, modification, reconstruction, repair, renewal, revision,
relocation, removal, presence, use, or operation of Licensee's Facilities, including, but not limited to,
any actual or alleged:
1. Bodily harm or personal injury (including any emotional injury or disease) to, or
the death of, any person(s), including, but not limited to, Licensee, Licensor, any
telecommunications company, or the agents, contractors, subcontractors, sub-
subcontractors, or employees of the foregoing;
2. Damage to or the disturbance, loss, movement, or destruction of Railroad
Property, including loss of use and diminution in value, including, but not limited
to, any telecommunications system(s) or fiber optic cable(s) on or near Railroad
Property, any property of Licensee or Licensor, or any property in the care,
custody, or control of Licensee or Licensor;
3. Removal of person(s) from Railroad Property;
4. Any delays or interference with track or Railroad’s Use caused by Licensee's
activity(ies) on Railroad Property, including without limitation the construction,
maintenance, modification, reconstruction, repair, renewal, revision, relocation,
or removal of Licensee's Facilities or any part thereof, any activities, labor,
materials, equipment, or machinery in conjunction therewith;
5. Right(s) or interest(s) granted pursuant to this Agreement;
6. Contents escaping from Licensee's Facilities, including without limitation any
actual or alleged pollution, contamination, breach, or environmental Loss;
359
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
7. Licensee’s breach of this Agreement or failure to comply with its provisions,
including, but not limited to, any violation or breach by Licensee of any
representations and warranties Licensee has made in this Agreement; and
8. Violation by Licensee of any law, statute, ordinance, governmental administrative
order, rule, or regulation, including without limitation all applicable Federal
Railroad Administration regulations.
C. THE FOREGOING OBLIGATIONS SHALL APPLY TO THE FULLEST EXTENT
PERMITTED BY LAW FOR THE BENEFIT OF LICENSOR TO LOSSES CAUSED BY, ARISING
FROM, RELATING TO, OR RESULTING FROM, IN WHOLE OR IN PART, THE NEGLIGENCE OF
LICENSOR, AND SUCH NEGLIGENCE OF LICENSOR SHALL NOT LIMIT, DIMINISH, OR
PRECLUDE LICENSEE’S OBLIGATIONS TO LICENSOR IN ANY RESPECT.
NOTWITHSTANDING THE FOREGOING, SUCH OBLIGATION TO INDEMNIFY LICENSOR
SHALL NOT APPLY TO THE EXTENT THE LOSS IS CAUSED BY THE SOLE, ACTIVE AND
DIRECT NEGLIGENCE, GROSS NEGLIGENCE, OR WILLFUL MISCONDUCT OF LICENSOR AS
DETERMINED IN A FINAL JUDGMENT BY A COURT OF COMPETENT JURISDICTION.
Section 11. TERMINATION; REMOVAL OF LICENSEE'S FACILITIES.
A. If Licensee does not use the right herein granted on Licensee's Facilities for one (1)
year, or if Licensee continues in default in the performance of any provision of this Agreement for a
period of thirty (30) days after written notice from Licensor to Licensee specifying such default,
Licensor may, at its sole discretion, terminate this Agreement by written notice to Licensee at the
address listed in the "NOTICES" Article of this Agreement. This Agreement will not terminate until
Licensee complies with Paragraphs "C" and "D" of this Section found below.
B. In addition to the provisions of Paragraph "A" above, this Agreement may be
terminated by written notice given by either party, without cause, upon thirty (30) days written notice
to the non-terminating party at the address listed in the "NOTICES" Article of this Agreement. This
Agreement will not terminate until Licensee complies with Paragraphs "C" and "D" of this Section
found below.
C. Prior to the effective date of any termination described in this Section, Licensee shall submit an
application to Licensor's online Utility Contracts System at this link for Licensee's removal, or if applicable,
abandonment in place of Licensee's Facilities located on Railroad Property ("Removal/Abandonment
Work"). Upon the UP Engineering Representative's approval of Licensee's application for the
Removal/Abandonment Work, Licensor and Licensee shall execute a separate consent document that
will govern Licensee's performance of the Removal/Abandonment Work from those portions of
Railroad Property not occupied by roadbed and/or trackage ("Consent Document"). Licensee shall then
restore the impacted Railroad Property to the same or reasonably similar condition as it was prior to
Licensee's installation of Licensee's Facilities. For purposes of this Section, Licensee's (i) performance
of the Removal/Abandonment Work, and (ii) restoration work will hereinafter be collectively referred
to as the "Restoration Work".
D. Following Licensee's completion of the Restoration Work, Licensee shall provide a
written certification letter to Licensor at the address listed in the "NOTICES" Article of this Agreement
which certifies that the Restoration Work has been completed in accordance with the Consent
Document. Licensee shall report to governmental authorities, as required by law, and notify Licensor
immediately if any environmental contamination is discovered during Licensee's performance of the
Restoration Work. Upon discovery, the Licensee shall initiate any and all removal, remedial and
restoration actions that are necessary to restore the property to its original, uncontaminated condition.
Licensee shall provide written certification to Licensor at the address listed in the "NOTICES" Article
of this Agreement that environmental contamination has been remediated and the property has been
360
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
restored in accordance with Licensor's requirements. Upon Licensor's receipt of Licensee's restoration
completion certifications, this Agreement will terminate.
E. In the event that Licensee fails to complete any of the Restoration Work, Licensor may,
but is not obligated, to perform the Restoration Work. Any such work actually performed by Licensor
will be at the cost and expense of Licensee. In the event that Licensor performs any of the Restoration
Work, Licensee shall release Licensor from any and all Loss (defined in the "INDEMNITY" Section of
this Exhibit B) arising out of or related to Licensor's performance of the Restoration Work.
F. Termination of this Agreement for any reason will not affect any of rights or obligations
of the parties which may have accrued, or liabilities or Loss (defined in the "INDEMNITY" Section of
this Exhibit B), accrued or otherwise, which may have arisen prior to such termination.
361
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
EXHIBIT C
INSURANCE REQUIREMENTS
In accordance with Article 5 of this Agreement, Licensee shall (1) procure and maintain at its
sole cost and expense, or (2) require its Contractor(s) to procure and maintain, at their sole cost and
expense, the following insurance coverage:
A. Commercial General Liability Insurance. Commercial general liability (CGL) with
a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000.
CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing
equivalent coverage).
The policy must also contain the following endorsement, WHICH MUST BE STATED ON
THE CERTIFICATE OF INSURANCE:
• Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing
equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated
Job Site.
B. Business Automobile Coverage Insurance. Business auto coverage written on
ISO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage) with a limit of
not less $2,000,000 for each accident, and coverage must include liability arising out of any auto
(including owned, hired, and non-owned autos).
The policy must contain the following endorsements, WHICH MUST BE STATED ON THE
CERTIFICATE OF INSURANCE:
• "Coverage For Certain Operations In Connection With Railroads" ISO form CA 20 70 10 01
(or a substitute form providing equivalent coverage) showing "Union Pacific Railroad
Company Property" as the Designated Job Site.
C. Workers' Compensation and Employers' Liability Insurance. Coverage must
include but not be limited to:
• Licensee’s statutory liability under the workers' compensation laws of the state(s) affected by
this Agreement.
• Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease
policy limit $500,000 each employee.
If Licensee is self-insured, evidence of state approval and excess workers' compensation
coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's
and Harbor Workers' Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable.
D. Environmental Liability Insurance. Environmental Legal Liability Insurance (ELL)
applicable to bodily injury, property damage, including loss of use of damaged property or of property
that has not been physically injured or destroyed, cleanup costs, and defense, including costs and
expenses incurred in the investigation, defense, or settlement of claims, or compliance with statute, all
in connection with any loss arising from the insured’s performance under this Agreement. Except with
respect to the limits of insurance, and any rights or duties specifically assigned to the first named
insured, this insurance must apply as if each named insured were the only named insured; and separately
to the additional insured against which claim is made or suit is brought. Coverage shall be maintained
in an amount of at least $2,000,000 per loss, with an annual aggregate of at least $4,000,000.
Licensee warrants that any retroactive date applicable to ELL insurance coverage under the
policy is the same as or precedes the Effective Date of this Agreement, and that continuous coverage
362
Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha, Nebraska 68179-1690 fx. (402) 501-0340
will be maintained for a period of five (5) years beginning from the time the work under this Agreement
is completed or if coverage is cancelled for any reason the policies extended discovery period, if any,
will be exercised for the maximum time allowed.
E. Railroad Protective Liability Insurance. Licensee must maintain for the duration of
work "Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a
substitute form providing equivalent coverage) on behalf of Licensor only as named insured, with a
limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. The definition of "JOB
LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall
describe all WORK or OPERATIONS performed under this Agreement. Notwithstanding the
foregoing, Licensee does not need Railroad Protective Liability Insurance after its initial construction
work is complete and all excess materials have been removed from Licensor's property; PROVIDED,
however, that Licensee shall procure such coverage for any subsequent maintenance, repair, renewal,
modification, reconstruction, or removal work on Licensee's Facilities.
F. Umbrella or Excess Insurance. If Licensee utilizes umbrella or excess policies, and
these policies must "follow form" and afford no less coverage than the primary policy.
Other Requirements
G. All policy(ies) required above (except business automobile, workers' compensation and
employers' liability) must include Licensor as "Additional Insured" using ISO Additional Insured
Endorsement CG 20 26 (or substitute form(s) providing equivalent coverage). The coverage provided
to Licensor as additional insured shall not be limited by Licensee’s liability under the indemnity
provisions of this Agreement. BOTH LICENSOR AND LICENSEE EXPECT THAT LICENSOR
WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY
OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26.
H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the
certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive
damages that may arise under this Agreement, or (b) all punitive damages are prohibited by all states in
which this Agreement will be performed.
I. Licensee waives all rights of recovery, and its insurers also waive all rights of
subrogation of damages against Licensor and its agents, officers, directors and employees for damages
covered by the workers' compensation and employers' liability or commercial umbrella or excess
liability obtained by Licensee required in this Agreement, where permitted by law. This waiver must
be stated on the certificate of insurance.
J. All insurance policies must be written by a reputable insurance company acceptable to
Licensor or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized
to do business in the state(s) in which the work is to be performed.
K. The fact that insurance is obtained by Licensee will not be deemed to release or
diminish the liability of Licensee, including, without limitation, liability under the indemnity provisions
of this Agreement. Damages recoverable by Licensor from Licensee or any third party will not be
limited by the amount of the required insurance coverage.
363
Appendix O
RailPros Project and Billing Form
364
Customer Project Information Sheet
Project Information
Please fill in each cell for processing
UPRR Agreement Folder Number(s) (example 1234-56):
Section One:
Estimated Start Date for Construction On, Under, or Above UPRR ROW:
Union Pacific’s Third Party Flagging Policy: www.up.com/real_estate/third-party-flagging/index.htm
Estimated Duration (in days) for Flagger (CIC):
Estimated Duration (in days) for RailPros Observer:
Estimated Work Schedule (example Mon. – Sat.):
Daily Start Time / End Time (example 0700 to 1700 etc.):
Section Two:
Field Contact Person(s):
Mobile Phone Number(s):
Email Address(s):
Project’s Location (City / State):
Railroad Subdivision:
Railroad Mile Post(s) (MP):
Section Three:
Project Description (example HDD, Jack and Bore,
Encroachment, Underground or Overhead Pipeline /
Wireline crossing, etc.):
What type of equipment will be used?
How close will the equipment be to the tracks (in feet)?
If instructed by the Railroad, please have all the on-site personnel complete the Railroad Safety Training
listed below:
“Safety is Union Pacific’s #1 priority and extends to all who come on Union Pacific properties.” Union Pacific Property
Access Training (UP-PAT) can be found here: UP: UP Property Access Training
By checking this box, I acknowledge that if any ground will be disturbed or excavated upon UPRR property, that I will comply with
UPRR Specifications and contact the local UPRR representatives (MTM and/or MSM), in accordance with my UPRR Agreement.
I acknowledge
Additional Comments:
365
Customer Billing Information Sheet
Section Four Billing Information (Responsible Party):
Please fill in each cell for processing
Company Name:
Contact Name:
Street Address:
City / State / Zip Code:
Phone Number:
Contact Name Email Address:
Do you need a W-9?
How would you like to receive the RailPros Invoice(s)? Email Hard Copy Mailed Other
If Other, please explain and give directions:
PO # to be listed on RailPros Invoices:
Company Information (if different than above):
Company Name:
Contact Name / Email Address:
Phone Number:
Street Address:
City / State / Zip Code:
Section Five Prevailing Wage Information:
Does your project involve Prevailing Wage requirements? If you select yes, please complete
the portion below and email the supporting documentation that details the PW rates for the
County the work will take in (the documents are required to create the Flagging paperwork):
No Yes
If you select yes, you be asked to review RailPros position statement (pdf that will be emailed to you) on
Flagging services.
PW Project Name:
PW Project Number:
PW City / County / State:
Certified Payroll Information:
Contact Name:
Phone Number:
Email Address:
Additional Comments:
366
Observation Rates:
Flagging Rates:
367
Appendix P
Union Pacific Railroad Third-Party Flagging Policy
368
369
Appendix Q
Union Pacific Railroad Work Plan Form
370
WORK PLAN
Union Pacific Railroad Folder Number:
Date Submitted to RailPros Field Services:
Work Plan Directions:
This project has been identified by Union Pacific Railroad (UPRR) as requiring third party construction observation. RailPros will be
providing the Construction Observation services for this project and is here to assist in moving this project to completion.
The Union Pacific Railroad Real Estate Agreement outlines the requirements and standards for this installation. This work plan
describes the specific details of the project, in terms of the site layout, schedule, means and methods, and general requirements,
to ensure compliance with the agreement. This work plan, once released, is the basis that the Construction Observer will assess the
work. Any field changes from the work plan shall be submitted via email to utilities.office.staff@railpros.com for review and must
meet or exceed UPRR and/or AREMA standards.
Work Plan Submittal Check List: (Please check off all requirements in list, or strike through text if item is not required)
1. Engineering Plan and Profile (Exhibit A does not qualify):
a. Mark locations of launch and receiving locations.
b. Dimension the distances from the centerline of track and any existing utilities.
c. Dimension depth of excavation.
d. Railroad right of way and railroad tracks clearly outlined
2. Track Monitoring Plan (if required):
a. See attached Track Monitoring Guideline (pdf)
3. HDD Installations Only:
a. Inadvertent Return Contingency Plan (Frac-Out Plan)
b. HDD Plan Requirements
4. Shoring Plan Only for excavation within UPRR property and Zone A or Zone B:
a. Calculations for shoring within zone a.
b. Cut sheets for proprietary systems as applicable.
c. Description of shoring to include but is not limited to:
d. Exploration (pot holing)
e. Demolition
f. Excavation
g. Fall protection/confined space entry
h. Work process
i. Backfill
j. Close-out
k. Contingencies which include weather events and hazmat
l. Reference the following link to assure compliance.
Https://www.up.com/cs/groups/public/@uprr/@customers/@industrialdevelopment/@operationsspecs/@spe
cifications/documents/up_pdf_nativedocs/pdf_up_str_temp-shoring.pdf
Prime Contractor Contact Name:
Email Address:
Phone Number:
Note: The field contact will be asked to sign the daily report to verify hours.
Sub-Contractor (if performing the installation) Contact Name:
Email Address:
Phone Number:
Note: The field contact will be asked to sign the daily report to verify hours.
371
Project Information
Item Response Item Response
Lat/Long (Decimal Form) Number of Tracks
Method of Installation
(HDD, Jack and Bore, Etc.) Casing Pipe Length
Depth from top of pipe to base of rail Casing Pipe Type
Distance from face of receiving pit to Nearest
Track CL Casing Pipe Diameter
Distance from face of jacking pit to Nearest
Track CL Casing Pipe Thickness
Excavation depth of jacking pit from base of
rail Carrier Pipe Type
Excavation depth of receiving pit from base of
rail Carrier Pipe Diameter
Estimated Start Date Carrier Pipe Thickness
Estimated Project Duration (on, under, or
above UPRR property) Is the crossing within a
roadway?
Will there be hot work within UPRR ROW?
(welding, open flame, cutting, etc.)
Will there be
abandonment work
within UPRR ROW?
Description of Work: Provide a description of Means and Methods the contractor will use to complete the authorized work on, under, or
above UPRR property. Excavation or potholing within 15 feet of track centerline is not acceptable, unless approved by UPRR Engineering.
Equipment: Machine Make & Model:
Description of Process:
1.
2.
3.
4.
5.
6.
7.
8.
Please review the following link to ensure compliance with all UPRR PPE Requirements.
https://www.up.com/cs/groups/public/@uprr/@suppliers/documents/up_pdf_nativedocs/pdf_up_supplier_safety_req.pdf
Track Monitoring: Track Monitoring Plan is required in accordance with the UPRR Track Monitoring Guideline (attached). If work is
occurring in more than one (1) shift, Track Monitoring is required during all shifts. Send track monitoring data to
utilities.office.staff@railpros.com.
Survey Company:
Name of Surveyor: Instrument:
Will you be using adhesive targets for the track monitoring? Yes or No
Description of Process:
1.
2.
3.
4.
5.
6.
7.
8.
Please review the following link to ensure compliance with all UPRR PPE Requirements.
https://www.up.com/cs/groups/public/@uprr/@suppliers/documents/up_pdf_nativedocs/pdf_up_supplier_safety_req.pdf
372
Appendix R
Union Pacific Railroad Guidelines for Track & Ground Monitoring
373
Union Pacific Railroad
GUIDELINES FOR
TRACK & GROUND MONITORING
CALL BEFORE YOU DIG
1-800-336-9193
374
UPRR TRACK & GROUND MONITORING GUIDELINES
AUTHORED BY: RICK FRIESEN, UPRR STRUCTURES DESIGN. DATE: APRIL, 2021 1
Contents
1. Introduction ........................................................................................................................................... 2
A. Purpose ......................................................................................................................................... 2
2. Track and Ground Monitoring ............................................................................................................... 2
A. General track and ground monitoring requirements ....................................................................... 2
B. Track Monitoring ............................................................................................................................ 3
C. Ground Monitoring ......................................................................................................................... 3
D. Contingency Plans ......................................................................................................................... 3
3. Excavation Requirements ..................................................................................................................... 4
A. Shoring Design .............................................................................................................................. 4
B. Excavation Safety .......................................................................................................................... 4
4. Glossary ............................................................................................................................................... 5
375
UPRR TRACK & GROUND MONITORING GUIDELINES
AUTHORED BY: RICK FRIESEN, UPRR STRUCTURES DESIGN. DATE: APRIL, 2021 2
1. Introduction
A. Purpose
1. The purpose of these Guidelines is to inform 3rd party Applicants, Contractors and others outside of the
Railroad of the requirements and standards for the monitoring of track movement, both vertical and
horizontal, and ground movement due to surrounding construction.
2. This document governs at all locations where the Railroad operates, regardless of track ownership or track
status, either active or out of service.
2. Track and Ground Monitoring
A. General track and ground monitoring requirements
1. Track and ground monitoring are required for any of the following three conditions:
i. For crossings with pipe diameter and depth (below base of rail) as shown below in Table 2-1.
ii. For shoring within Zone A of any track, as shown below in Figure 2-1.
iii. Additional monitoring may be required by the Railroad on a case by case basis.
2. Monitoring schedule
i. Monitoring shall commence once any construction activity is within Zone A. See Figure 2-1.
ii. Monitoring shall continue, after installation is complete, for 7 days or as required by the Railroad.
a. For large and/or shallow pipeline installations monitoring may be required for up to 30 days.
3. General requirements
i. Temporary lighting may also be required by the Railroad to ident ify tripping hazards to train crewmen
and other Railroad personnel.
ii. Any excavation, holes or trenches on the Railroad property shall be covered, guarded and/or protected.
Handrails, fence, or other barrier methods must meet OSHA and FRA requirements.
Table 2-1
Figure 2-1
<=6 <=12 <=18 <=24 <=30 <=36 <=42 <=48 <=54 <=60 >60
<=5 X X X X X X X X X X X
<=10 X X X X X X X X X X X
<=15 X X X X X X X X X X X
<=20 X X X X X X X X X
<=25 X X X X X X X
<=30 X X X X
>30 X X
X = Monitoring is requiredDepth, feet(below base of rail)376
UPRR TRACK & GROUND MONITORING GUIDELINES
AUTHORED BY: RICK FRIESEN, UPRR STRUCTURES DESIGN. DATE: APRIL, 2021 3
B. Track Monitoring
1. Track Deflection Limits
i. The top of rail shall not permanently deflect more than ¼ inch vertical or horizontal. This is not an
“allowable” deflection. All estimated deflection should be eliminated to the g reatest extent possible prior
to construction.
2. Targets
i. Track monitoring shall not require track access other than to place the track monitoring targets.
ii. Monitoring targets should be placed such that monitoring is possible when a train is present. However,
monitoring during the passing of a train is not required as the train will temporarily deflect the track.
iii. Adhesive backed reflective targets may be attached to the side of the rail temporarily. Targets should
be removed once monitoring phase is complete.
iv. Note, there are normal and temporary vertical track deflections caused by the passage of a train which
should be noted and established prior to construction.
3. Monitoring Plan
i. If the top of rail does deflect more than 1/4 inch, either vertical or horizontal, all operations shall stop
until the matter is resolved.
ii. Provide established contingency plan, See Section 2.D, in the event of ground loss and/or the rail
deviates ¼ inch vertical or horizontal.
iii. Establish a bench mark in the vicinity of the construction. Establish locations for shooting elevations on
the top of rail at each area of construction.
a. Example locations for shooting rail elevations would be at:
At the centerline of an under track crossing.
At both outside edges of the crossing. ie. For a wide excavation.
At multiple locations from the crossing/excavation edge but no less than 10, 20, 30, 40
and 50 feet from the crossing.
iv. Monitoring shall be continuous and recorded in a field log book dedicated for this purpose. Copies of
these field log entries can be made available to all concerned parties upon request at any time during
construction.
C. Ground Monitoring
1. Provide means for monitoring ground settlement. Submit monitoring plan for Railroad review.
2. Ground monitoring points should be in alignment above the proposed construction activities.
D. Contingency Plans
1. The Contractor shall supply Contingency Plan(s), which anticipate reaching the Threshold and Shutdown
values, for all construction activities which may result in horizontal and/or vertical track deflection.
i. Track monitoring values:
a. Threshold value = 1/8 inch permanent vertical or horizontal deflection
b. Shutdown value = 1/4 inch permanent vertical or horizontal deflection
2. The Contingency Plans shall provide means and methods, with options if necessary.
3. The Contractor should anticipate the need to implement each Contingency Plan with required materials,
equipment and personnel.
i. Once the Threshold value is met, the contractor shall determine the appropriate Contingency Plan(s)
and immediately discuss this plan with, and receive approval confirmation from, the Railroad or
authorized Railroad representative.
ii. Once the Shutdown value is met all project work shall stop and the chosen Contingency Plan shall
commence.
a. The Railroad may choose to allow and/or require the immediate implementation of specific
approved Contingency Plans, submitted by the Contractor, once the Shutdown value is met.
377
UPRR TRACK & GROUND MONITORING GUIDELINES
AUTHORED BY: RICK FRIESEN, UPRR STRUCTURES DESIGN. DATE: APRIL, 2021 4
3. Excavation Requirements
A. Shoring Design
1. For temporary earth retention design requirements on the Right-of-Way, see the Railroad Guidelines for
Temporary Shoring. http://www.up.com/real_estate/roadxing/industry/index.htm
B. Excavation Safety
1. Guardrails
i. Guardrails shall be provided to surround unattended excavations on Railroad Right-of-Way per OSHA
Standard Number 1926.502 as follows:
a. The guardrail height shall be at least 42 inches above the walking surface.
b. The smallest dimension for openings in the guardrail shall be no greater than 19 inches.
c. Guardrail systems shall be capable of withstanding, without failure, a force of at least 200
pounds applied within 2 inches of the top edge, in any outward or downward direction, at any
point along the top edge of the guardrail.
378
UPRR TRACK & GROUND MONITORING GUIDELINES
AUTHORED BY: RICK FRIESEN, UPRR STRUCTURES DESIGN. DATE: APRIL, 2021 5
4. Glossary
Applicant: Any party proposing to install a new, and/or abandon existing, pipelines or Wirelines on Railroad right -of-
way or other Railroad operating location, regardless of track being active or out of service. This includes a ny
contractor, employee or consultant hired by said party.
Call Before You Dig: A Union Pacific Railroad 24-hr by 7-day communication center to assist in protecting,
documenting and notifying callers of other utilities installed within the Railroad right -of-way.
1-800-336-9193
Crossing: Refers to a Utility which is crossing the Railroad track(s).
Carrier Pipe: Pipe used to transport the product.
Casing Pipe: Pipe through which the carrier pipe is installed.
Cover: Distance from either the base of rail or finished grade to the top of Pipeline or Wireline.
Encroachment: Utilities on Railroad right-of-way which are generally oriented parallel with Railroad right-of-way
and/or track.
Centerline of Track: An imaginary line, that runs down the center of the two rails of a track.
Construction Documents: Design plans and calculations, project and/or standard specifications, geotechnical
report and drainage report.
Construction Window: A timeframe in which construction or maintenance can be performed by the Contractor with
the required presence of a Flagman.
Contractor: The individual, partnership, corporation or joint venture and all principals and representatives (including
Applicant’s subcontractors) with whom the contract is made by the Applicant for the construction of the Grade
Separation Project.
Facility: Refers to the Applicant’s pipeline, wireline, poles, manholes, handholes, splice boxes, storage tanks and
other such structures which exist as part of the Applicant’s infrastructure.
Flagman (Flagging): A qualified employee of the Railroad providing protection to and from Railroad operations per
Railroad requirements.
Guidelines: Information contained in this document.
Industry Track: A secondary track designed to allow access to industries along the main track.
Main Track: A principle track, designated by Timetable or special instructions, upon which train movements are
generally authorized and controlled by the train dispatcher. Main Track must not be occupied without proper
authority.
Railroad Load: Cooper E-80 loading.
Railroad: Refers to Union Pacific Railroad.
Railroad Manager of Track Maintenance (MTM): Railroad representative responsible for maintenance of the track
and supporting subgrade.
Right-of-Entry Agreement: An agreement between the Railroad and an Applicant or a Contractor allowing access to
Railroad property.
Right-of-Way: The private property limits owned by the Railroad.
Tracks: The rails, ties and ballast and roadbed that compose the traveling surface used by trains.
Utility: Refers to a pipeline or wireline.
Wireline: Refers to electric power and communication utility systems including, but not limited to, all associated
conductors, cables, support structures, and equipment.
379
Appendix S
Union Pacific Railroad Guidelines for Temporary Shoring
380
GUIDELINES FOR
TEMPORARY SHORING
EMAIL BEFORE YOU DIG
UP.COM/CBUD
EMERGENCIES
1-888-877-7267
CALL BEFORE YOU DIG
1-800-533-2891
EMERGENCIES
1-800-832-5452
381
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 1
Contents
1. INTRODUCTION .................................................................................................................................................2
PURPOSE ..................................................................................................................................................2
SCOPE .......................................................................................................................................................2
2. GENERAL CRITERIA .........................................................................................................................................2
SAFETY & RAILROAD OPERATIONS ......................................................................................................2
SHORING REMOVAL ................................................................................................................................2
RAILROAD FLAGGING ..............................................................................................................................2
CALL BEFORE YOU DIG & EXISTING UTILITIES ...................................................................................3
APPLICANT & CONTRACTOR RESPONSIBILITIES ................................................................................3
TRACK, GROUND & SHORING MONITORING: .......................................................................................4
RAILROAD RIGHT-OF-WAY .....................................................................................................................5
CONSTRUCTION AND MAINTENANCE AGREEMENT ...........................................................................5
RAILROAD REVIEW PROCESS ...............................................................................................................5
APPROVAL EXPIRATION..........................................................................................................................6
3. DESIGN ...............................................................................................................................................................6
GENERAL DESIGN REQUIREMENTS ......................................................................................................6
INFORMATION REQUIRED .......................................................................................................................8
DESIGN PROCEDURE ..............................................................................................................................9
(Step 1) EXCAVATION LOCATION ...........................................................................................................9
(Step 2) SUBSURFACE CHARACTERIZATION ........................................................................................9
(Step 3) SHORING TYPES ..................................................................................................................... 11
(Step 4) APPLIED LOADS AND CALCULATIONS ................................................................................. 12
(Step 5) STRUCTURAL DESIGN CALCULATIONS ................................................................................ 19
DESIGN PLAN REQUIREMENTS .......................................................................................................... 23
4. DEFINITIONS ................................................................................................................................................... 24
5. APPENDIX ....................................................................................................................................................... 26
LIVE LOAD PRESSURE DUE TO COOPER E80 LOADING ................................................................. 26
CHART – LIVE LOAD PRESSURE DUE TO E80 LOADING ................................................................. 27
TABLES FOR SOIL SPECIFICATIONS .................................................................................................. 29
6. REFERENCES ................................................................................................................................................. 30
382
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 2
1. INTRODUCTION
PURPOSE
a. The purpose of these guidelines is to inform public agencies, design engineers, contractors and inspectors
of current Railroad standards and requirements concerning design and construction of temporary shoring.
SCOPE
a. This guideline governs on the Railroad Right-of-Way. This includes the limits of property owned, controlled
and/or operated upon by the Railroad.
b. All requirements addressed within this document shall constitute minimum requirements for all projects or
works on the Railroad Right-of-Way. The applicability of each requirement for any given project will be
subjected to the Railroad’s discretion.
c. Where laws or orders of authority prescribe a higher degree of protection or restriction than specified
herein, the higher degree so prescribed shall control.
d. These guidelines supplement the current American Railway Engineering and Maintenance -of-Way
Association (AREMA) Manual for Railway Engineering. For items covered within these guidelines and
AREMA, the more restrictive shall control.
i. It is the requirement for the Contractor and designer developing Railroad shoring systems to
have a copy of the AREMA Manual. Visit www.arema.org to obtain the Manual for Railway
Engineering.
e. These guidelines supersede all previous Railroad guidelines for temporary shoring and are subject to
revision without notice.
f. In addition to this guideline, all excavations shall also be governed by each individual Railroad
requirements, Federal, State and Local laws, rules and regulations concerning construction safety.
g. These guidelines are provided as a reference and cannot be taken as authority to construct without prior
review and written approval of the Railroad. See Section 2.9 for review process.
2. GENERAL CRITERIA
SAFETY & RAILROAD OPERATIONS
a. Projects shall be designed such that construction activities and phasing will not compromise safety nor
impact Railroad operations.
b. Emergency Railroad phone numbers are to be obtained from a Railroad representative prior to the start of
any work and shall be posted at the job site.
SHORING REMOVAL
a. The Contractor is responsible for planning and executing all procedures necessary to construct, maintain
and remove the temporary shoring system in a safe and controlled manner.
RAILROAD FLAGGING
a. A flagman is required when any work is performed within 25 feet of track centerline. If the Railroad
provides flagging or other services, the Contractor shall not be relieved of any responsibilities or liabilities
as set forth in any document authorizing the work. No work is allowed within 50 feet of track centerline
when a train passes the work site, and all personnel must clear the area within 25 feet of track centerline
and secure all equipment when trains are present.
383
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 3
CALL BEFORE YOU DIG & EXISTING UTILITIES
a. Call Before You Dig: Appropriate measures for the installation and protection of fiber optic, or other
cables, shall be addressed in the plans and contract documents. For specific Railroad requirements and
additional information refer to:
BNSF: www.bnsf.com or call 1-800-533-2891.
UPRR: www.up.com/cbud
b. Relocation of utilities or communication lines not owned by the Railroad shall be coordinated with the
respective utility owners. Utility relocation plans must then be submitted to the Railroad utility
representative(s) for review and prior approval must be secured before work can proceed. The Railroad
will not be responsible for costs associated with any utility, signal, or communication line relocation or
adjustments.
c. Abandonment of utilities must follow the UPRR Guidelines For Abandonment of Subsurface Utility
Structures or the BNSF Utility Accommodation Policy.
APPLICANT & CONTRACTOR RESPONSIBILITIES
a. The Applicant and Contractor must verify with the Railroad’s Local Representative their receipt of the
latest version of these guidelines prior to developing Construction Documents.
b. Construction shall NOT impact Railroad operations, functions and facilities:
i. The Applicant and Contractor shall develop design plans, including, without limitation, all procedures
necessary to construct and maintain the proposed shoring project, which cause no interruption to
Railroad operations during and after construction.
ii. Work shall also not impede drainage or other functions of the Railroad.
iii. Any rail traffic outages or curfews thought to be required for the installation or removal of any portions
of a shoring system must be requested by submittal to the Railroad for prior consideration long in
advance of mobilization and construction. Such requests may not be granted.
iv. Unapproved and unscheduled interruptions to Railroad operations may result in your removal from
Railroad Right-of-Way, and your authorization to re-enter revoked.
c. Railroad approved design and construction plans:
i. The Contractor shall install the temporary shoring system per the plans approved by the Railroad.
ii. Any deviation from the Railroad approved plans requires resubmittal and prior approval by the
Railroad prior to proceeding with said deviation. Approval from the Railroad may not be granted.
d. The Contractor must monitor the track, ground and shoring for movement. See Section 2.6 for monitoring.
e. The Applicant and Contractor shall be jointly responsible for the design, construction and performance of
the temporary structure.
f. The Contractor must review the temporary shoring plans to ensure that the proposed method of
construction is compatible with the existing site and soil conditions. Removal of the shoring system must
also be addressed.
g. The Contractor must obtain a valid right of entry permit from the Rai lroad and comply with all Railroad
requirements when working on Railroad property.
h. The Contractor is responsible to protect the Railroad ballast and subballast from contamination.
i. The Contractor shall comply with all State and Federal Laws, county or municipal ordinances and
regulations which in any manner affect the work.
j. All removed soils will become the responsibility of the Contractor and shall be disposed of outside the
Railroad Right-of-Way according to the applicable Federal, State and Local regulations.
384
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 4
k. The project engineer and the Contractor shall evaluate the quality of materials furnished and work
performed.
l. The Applicant, at its expense, shall be solely responsible for all costs, design, construction, future
replacement, maintenance, and serviceability of the proposed shoring project, except as noted otherwise
in the Construction & Maintenance (C & M) Agreement with the Railroad.
m. The Applicant shall be responsible for obtaining all Federal, State, Local and other permits for construction
of the shoring project.
i. The Engineer-of-Record shall be registered in the state of the project location. The Engineer-of-
Record may be Applicant’s in-house staff or a consultant retained by the Applicant. The Contractor
shall not employ the Engineer-of-Record as the Contractor's Engineer-of-Record or as a specialty
engineer, with the exception of design build projects.
n. The Applicant and/or the Engineer-of-Record have the ultimate responsibility and liability for the
Construction Documents and liability for damages to Railroad property during and after construction of the
shoring.
o. The Contractor is responsible to comply with the construction documents prepared by the Applicant. The
Contractor shall comply with Railroad requirements stated in the C & M Agreement prior to the
commencement of any construction. The Contractor shall develop work plans that ensure the track(s)
remain open to train traffic per Railroad requirements as stated in the C & M Agreement and meet the
requirements of the Railroad Right-of-Entry Agreement (if applicable).
p. The Applicant and Contractor is responsible for the security and safety of all people including the general
public and trespassers, and the protection of Railroad infrastructure within the limits of the propos ed
shoring project. Any damage to Railroad property such as track, signal equipment or structure could result
in a train derailment. All damages must be reported immediately to the Railroad Local Representative and
to the local Railroad Track Maintenance Representative.
q. The Applicant and Contractor are required to meet all safety standards as defined by the Railroad, Federal
Railroad Administration (FRA), Division of Occupational Safety and Health Administration (OSHA), Local,
State and Federal Governments and the State Railroad Regulatory Body.
TRACK, GROUND & SHORING MONITORING:
The Contractor must monitor the track, ground and shoring for movement to ensure proper performance of the
shoring system and the safe operation of trains. Record top of rail elevations and track alignment for the duration
of the project. After the project is complete additional track and ground monitoring may be require d as deemed
necessary by the Railroad.
a. Track & Ground Monitoring requirements: In addition to Table 2:
• For UPRR, see the Union Pacific Railroad Guidelines for Track & Ground Monitoring.
• For BNSF, subject to direction of the BNSF project engineer for the project
ii. Deflection Limits (Table 2), Section 3.8k, for both track and shoring deflection limits.
• Displacements exceeding the limits defined in Table 2 must be immediately reported to the
Railroad. All work on the project must stop and the Railroad may take any action necessary to
ensure safe passage of trains. The Contractor must immediately submit a corrective action
plan to the Railroad for review and approval. The Railroad must review and approve the
proposed repair procedure. The repair must be inspected by the Railroad before any work on
the project can proceed.
b. Any damage to Railroad property such as track, signal equipment or structure could result in a train
derailment. All damage must be reported immediately to the Railroad representative in charge of the
project and to the Railroad Track Maintenance Representative.
385
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 5
RAILROAD RIGHT-OF-WAY
a. The Railroad Right-of-Way accommodates existing tracks, drainage systems, multiple utilities, access
roads, Railroad support facilities and space for future track(s).
b. The proposed project shall not limit existing or future Railroad operating capacity and utility
accommodations within the Railroad Right-of-Way.
c. Limits of Railroad Right-of-Way are to be located by the Applicant and identified on the plans.
CONSTRUCTION AND MAINTENANCE AGREEMENT
a. Prior to construction on Railroad Right-of-Way, Applicants must have an executed a C & M Agreement
with the Railroad.
b. The C & M agreement shall, at a minimum, include a funding source, cost estimate, insurance and
indemnification requirements, method of payment, responsibility for design, construction, ownership,
maintenance and future replacement.
c. The Applicant shall own, maintain and replace the proposed project at no cost to the Railroad and with no
interruption to Railroad operations during construction, maintenance and future re placement of the
structure.
d. The Railroad shall, at its own expense, be responsible for ownership and maintenance of ballast and track
components only.
e. The Applicant shall provide, at no cost to the Railroad, traffic control and/or detours to allow occupat ion of
the roadway by the Railroad or its contractor(s) to perform periodic inspections as required.
f. The Applicant is responsible for performing the work in accordance with the terms specified in the C & M
Agreement.
RAILROAD REVIEW PROCESS
a. How to Communicate with the Railroad
i. All design and construction submittals shall be sent to the Railroad Representative who will pass
them along for Railroad review.
b. Railroad Compensation Agreement:
i. Prior to any review, the Railroad Local Representative shall receive written notice from the Applicant
agreeing to pay all costs associated with the Railroad’s (or its consultant’s) review of the design
plans, construction documents and construction monitoring phase. This is often referred to as the
Preliminary Engineering Agreement (PE Agreement).
ii. The estimated costs of such PE Agreement shall not be the upper limit of the costs but will provide a
guideline for budgeting purposes. Regardless, all actual costs incurred by the Railroad (or its
consultants) during the review of design plans, construction documents, and construction monitoring
submittals shall be fully recoverable from the Applicant.
c. Railroad Review Duration
i. Review of design submittals and resubmittals by the Railroad (or its consultants) will require a
minimum of 4 weeks each individual submission to the Railroad.
ii. To expedite the review process of the temporary shoring plans, drawings submitted to the Railroad
shall be in accordance with these Guidelines. Otherwise, longer review times shall be expected.
iii. To avoid impacting the construction schedule, the Contractor should schedule submittals at least 4 to
6 months in advance.
iv. Partial, incomplete or inadequate designs will be rejected, thus delaying the approval.
v. Revised submittals will follow the same procedure as the initial submittal until all issues are resolved.
386
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 6
d. Applicant and Engineer of Record Review
i. Before providing submittals for the Railroad to review, t he applicant and or Engineer of Record must
first review and approve the submittal for compliance with the project specifications, AREMA Manual,
these Guidelines and structural capacity. Exceptions or proposed alternatives, if any, must be clearly
communicated and identified for all submittals involved.
ii. Drawings and calculations must be signed and stamped by a licensed professional engineer familiar
with railway loadings and is licensed in the state where the shoring system is intended for use.
e. Construction May Commence Only When:
i. The Contractor must not begin construction of any component of the shoring system affecting the
Railroad Right-of-Way until written Railroad approval has been received.
APPROVAL EXPIRATION
a. Written approval of Final Plans will be valid for two years from the date of approval by the Railroad unless
otherwise provided in the C&M Agreement. If construction of the approved structure has not begun within
this period, the Railroad shall have the right to perform a design review, at the cost of the Applicant, to
confirm compliance with the Railroad’s then-current Guidelines before a Railroad Right-of–Entry
Agreement is issued to begin construction.
3. DESIGN
GENERAL DESIGN REQUIREMENTS
a. Shoring Zones (see Figure 1 below):
i. All dimensions are measured perpendicular to the centerline of track.
ii. For ALL excavations within Zone A, shoring plans shall be accompanied by design calculations.
iii. All shoring within the limits of Zone A must be placed prior to the start of excavation.
FIGURE 1
387
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 7
b. Excavation Limits: No excavation shall be permitted closer than 15’-0” measured at a right angle from the
centerline of track to the trackside of shoring system.
c. Evaluate slope and stability conditions to ensure the Railroad embankment will not be adversely affected.
Local and global stability conditions must also be evaluated.
d. Lateral clearances must provide sufficient space for construction of the required Railroad ditches parallel
to the standard Railroad roadbed section. The size of ditches will vary depending upon the flow and terrain
and should be designed accordingly.
e. Protect Open Excavations:
i. Any excavation, holes or trenches on the Railroad property shall be covered, guarded and/or
protected. Handrails, fence, or other barrier methods must meet OSHA and FRA requirements.
Temporary lighting may also be required by the Railroad to identify tripping hazards to train crewmen
and other Railroad personnel.
f. The most stringent project specifications shall be used of the Public Utilities Commission Orders,
Department of Industrial Safety, OSHA, FRA, AREMA, BNSF, UPRR or other governmental agencies .
g. Secondhand material is not acceptable unless the Engineer of Record submits a full inspection report
which verifies the material properties and condition of the secondhand material. The report must be signed
and sealed by the Engineer of Record.
h. Shoring Removal:
i. All components of the shoring system are to be removed when the shoring is no longer needed to the
extent that there is no impact to Railroad operations. All voids must be filled and compacted properly,
and drainage facilities restored. See compaction requirements in Section 3.5c.
ii. If the shoring cannot be completely removed, it shall be removed at least 3.0 feet below the final
finished grade or at least 3.0 feet below the base of rail, whichever is lower, unless otherwise
specified by the Railroad and only if approved by the Railroad.
iii. No traffic during unsupported excavations resulting from shoring removal.
i. Soldier piles may be installed in predrilled holes if the requirements of AREMA, Vol. 2, Ch. 8, Article
28.5.4.3 and the following are met:
i. Slurry and drilling fluid type materials are not acceptable as backfill for soldier piles in drilled holes.
ii. Concrete and flowable backfill may be used but might prevent removal of the embedded piles. If width
of the drilled hole will be relied on for passive resistance, the concrete backfill shall have a minimum
compressive strength of 3,000 psi, and a minimum coverage of at least 3.0 inches between the edge
of the pile and drilled hole.
iii. Compacted pea gravel material is allowed as backfill if the groundwater level is below the bottom of
the drilled hole, the diameter of the hole is at least 12 inches greater than the diagonal width of the
pile, and the pea gravel is placed in successive lifts of 8 inches or less in thickness and either
consolidated by vibrating the pile or being dry rodded between each lift. The design passive
resistance shall be based on the lessor of that derived from either the surrounding subsurface soils or
the pea gravel. The pea gravel shall be assumed to have a friction angle no greater than 34 degrees.
iv. Temporary or permanent casing is used to support the sides of the drilled hole for holes drilled within
25 feet from centerline of track, or 2 times the hole diameter plus 15 feet from centerline of track,
whichever is greater. The thickness and strength of the steel casing shall be sufficient to support the
loads described in Section 3.7, and shall be specified on the plans.
j. Tieback & Soil Nail Anchor Rods
i. Soil Nails are defined as drilled-in ground anchors that require ground and wall movement to occur
before fully utilized, and Tiebacks are defined as tie rods and drilled-in ground anchors that are
prestressed after installation.
388
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 8
ii. Tiebacks & Soil Nails are not approved to permanently retain Railroad embankment supporting
tracks.
iii. Tiebacks & Soil Nails installed below active tracks shall be cased during anchor installation.
iv. Tiebacks & Soil Nails shall be installed a minimum of 6 feet below base of rail, unless comprised of
fiberglass or fully removed after the shoring is no longer needed. Additionally, the upper surface of
the grouted tieback or soil nail shall be no less than 3.5 feet below base of rail.
v. Tiebacks & Soil Nails shall be designed for gravity placement of grout unless pressure grouting can
be proven to not cause an unacceptable risk of track heave.
vi. For shoring that will extend above existing grade, which will result in the shoring being backfilled with
compacted fill, settlement of the backfill, and associated impacts to shoring and adjacent structures,
shall be evaluated. If tieback tie rods will be installed within the compacted backfill, the tie rods shall
be placed in the bottom of pipe sleeves that have sufficient diameter to prevent vertical loading on the
tie rods from backfill settlement. The pipe sleeves shall also have sufficient strength to support
overburden backfill and surcharge loads.
vii. The contractor is responsible for providing an approved test method to verify the capacity of anchored
or tieback systems. The manufacturers recommendations for testing must be satisfied. Systems
which support the Railroad embankment will be considered high risk in determining the percentage of
elements to be proof tested.
viii. Cement-grouted anchors tiebacks shall be installed, tested and stressed in accordance with the
project specifications, AREMA requirements, FHWA-IF-99-015, Geotechnical Engineering Circular 4,
Ground Anchors and Anchored Systems.
k. The proximity of existing structures shall be evaluated when determining shoring installation methods.
Installation of shoring by vibratory or impact hammers has the potential to cause dynamically induced
subsidence of existing structures and track. The Railroad may dictate shoring installation methods as
required on a case by case basis.
INFORMATION REQUIRED
a. Plans and calculations shall be submitted, signed and stamped by a Licensed Professional Engineer
familiar with Railroad loadings and who is licensed in the state where the shoring system is intended for
use. See Section 3.9 for requirements on plan submittals. In addition to plans and calculations, the
following information is also required.
b. Field Survey
i. The field survey shall be referenced to the centerline of track(s) and top of rail elevations. Existing
grades and alignment of tracks and roads shall be surveyed. The location of existing utilities shall
also be determined.
c. Drainage
i. The drainage pattern of the site before and after construction should be analyzed and adequate
drainage provisions should be incorporated into the plans and specifications. Consideration should be
given to groundwater seepage as well as surface drainage.
ii. Drainage provisions for backfill should be compatible with the assumed water conditions in design.
d. Geotechnical Report – See Section 3.5, Subsurface Characterization.
e. Assumed Loading – See Section 3.7, Applied Loads and Calculations.
f. Structural Design Calculations – See Section 3.8, Structural Design Calculations.
389
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 9
DESIGN PROCEDURE
a. Shoring design should generally adhere to the following procedure:
Step 1) Determine proposed excavation location and depth.
Step 2) Establish subsurface and surface conditions at proposed shoring location. See Section 3.5 for
requirements.
Step 3) Select shoring type (see Section 3.6)
Step 4) Determine Applied Loads
• Lateral Driving Pressures on back side of shoring, which would consist of the following:
o Earth pressure (Active, At-Rest, Apparent) (see Sections 3.7c.i, 3.7c.ii, and 3.7c.iii)
o Surcharge pressures (see Section 3.7c.iv)
o Hydrostatic pressure (see Section 3.7c.v)
• Lateral Resisting Pressures on the front side of shoring, which would consist of the following:
o Passive earth pressure (see Section 3.7d.i).
o Passive earth pressure reductions (e.g., seepage uplift) (see Section 3.7d.ii)
o Resisting loads from braces and tiebacks
Step 5) Perform Structural Design Calculations
• Perform stability analysis to establish the minimum embedment depth of shoring and
anchor/brace loads (see Section 3.8j).
o For complex shoring designs, perform global and basal heave stability analyses (see
Section 3.8j).
• Verify deflection is within that allowable (see Section 3.8k).
• Verify strength of structural elements are not exceeded (see Section 3.8i)
(Step 1) EXCAVATION LOCATION
a. See Figure 1, Section 3.1b for excavation limits.
b. Shoring systems should be located as far from the Railroad track and structures as possible.
(Step 2) SUBSURFACE CHARACTERIZATION
a. Subsurface exploration.
i. Sufficient borings shall be made along the length of the structure to determine, with a reasonable
degree of certainty, the subsurface conditions. Irregularities found during the initia l soil boring
program may dictate that additional borings be performed.
ii. In general, borings should be performed within 50 feet of the planned location of shoring, or closer as
necessary. If the planned shoring is longer than 250 feet in length, additional borings shall be
performed along the length of the shoring on an average spacing of 250 feet.
iii. Borings shall be performed to a depth sufficient to fully characterize the soils adjacent to and below
the proposed shoring.
iv. Unless otherwise stated in these guidelines, subsurface investigation shall also be made in
accordance with the provisions of AREMA, Vol. 2, Ch. 8, Part 22, Geotechnical Subsurface
Investigation.
b. Type of backfill and backfill properties.
i. Backfill is defined as material behind the wall, whether undisturbed ground or compacted fill, that
contributes to the pressure against the wall.
390
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 10
ii. The compacted fill may be classified with reference to the soil types described in AREMA Vol. 2, Ch.
8, Articles 5.2.5 and 5.3.2. However, the unit weight used in design shall be representative of the
actual unit weight of the material as measured by laboratory testing.
c. Backfill placement and compaction.
i. The compacted fill shall meet the latest version requirements of Section 31 23 26 of the UPRR
General Conditions and Specifications (UPRR) or BNSF Standard Construction Specifications
(BNSF).
ii. No dumping of backfill material shall be permitted in such a way that the successive layers slope
downward toward the wall. The layers shall be horizontal or shall slope downward away from the wall.
iii. If the wall is not free to rotate (i.e., is anchored or braced) and achieve an active condition during
compaction of the backfill, the induced earth pressure due to compaction shall be evaluated. The
assumed earth pressure shall be no less than the at-rest earth pressure (see Section 3.7c.ii).
d. Stress states and corresponding soil strength properties.
i. Saturated cohesive soils (clays and some silts) can reside in two different stress states while shoring
is in service:
• Undrained / Total Stress: A short-term condition where the undrained shear strength (Su) of
the soil should be used for analysis.
• Drained / Effective Stress: A long-term condition where drained effective friction angle (’) and
effective cohesion (c’) of the soil should be used for analysis.
ii. It is impossible to accurately predict how long saturated cohesive soils will remain in an undrained /
total stress state before pore pressures dissipate and the soil achieves a drained / effective stress
state. For this reason, the Undrained Cohesive soil state shall only control for design when it results
in a higher factor of safety for the shoring design than that estimated for the Drained Cohesive soil
state. This will generally only be the case when the cohesive soils are relatively soft.
iii. It is noted that cohesive soils can also reside in an “unsaturated” state, where the soil can be
characterized by an unsaturated shear strength. The unsaturated shear strength of a cohesive soil
can vary drastically as it’s moisture content increases or decreases. Given the impossibility of
predicting moisture content changes for soils exposed to weather and groundwater fluctuations, the
unsaturated shear strength of the soil shall not be used for design.
iv. Saturated and unsaturated cohesionless soils (some silts, sands, and gravels) should be assumed to
always reside in a drained / effective stress state.
e. A Geotechnical Report summarizing the existing and proposed subsurface conditions shall be provided by
a Licensed Professional Engineer. The Geotechnical Report shall include:
i. Boring location plan showing the location of each boring in relation to tracks and the proposed
shoring.
ii. Boring logs that indicate the elevation and depth of each layer of soil encountered, USCS
classification of each layer of soil, an indication of whether the soil is fill or natural soil, the
depth/elevation of groundwater, results of in-situ testing, index properties of the soil layers as
determined by laboratory testing (e.g., moisture, density, sand content , plasticity, unconfined strength,
etc.)
iii. Results of all laboratory testing. Laboratory testing shall include at a minimum: moisture content,
density, unconfined compression tests on clay/rock, and direct shear or triaxial compression testing
on soils to determine the effective cohesion and internal angle of friction.
391
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 11
iv. Recommended soil properties for the design of shoring for each layer of soil as follows:
• Top/bottom elevation of soil layer
• Moist () and effective (’) unit weight
• Undrained shear strength (Su) of cohesive soils
• Effective cohesion (c’) and friction angle (’)
• Active and passive earth pressure coefficients
• Parameters for p-y curve generation, if necessary.
v. If required, allowable bearing capacity for spread footings.
vi. Compaction recommendations for backfill, optimum moisture content and maximum density of fill
material, and design parameters for the compacted fill. See Sections 3.5b and 3.5c.
vii. Water table elevation to be assumed on both sides of the shoring system.
viii. Dewatering recommendations, as needed, and proposed flownets or zones of groundwater influence.
(Step 3) SHORING TYPES
a. Shoring/Trench Box is a prefabricated shoring system which is installed as the excavation progresses.
This system is allowed in special applications only, typically where Railroad live load surcharge is not
present unless it can be shown that the over excavation outside the box will be filled and compacted
before the presence of Railroad live load.
b. Anchored systems with tiebacks are discouraged, as the tiebacks will be an obstruction to future utility
installations and may also damage existing utilities. If used, see Section 3.1.j for design requirements for
tiebacks and soil nails.
c. Sheet Pile Wall (Anchored) is a structure designed to provide lateral support for a soil mass and derives
stability from passive resistance of the soil in which the sheet pile is embedded and the tensile resistance
of tiebacks.
d. Sheet Pile Wall (Cantilevered) is a structure designed to provide lateral support for a soil mass and derives
stability from passive resistance of the soil in which the sheet pile is embedded. Cantilever sheet pile walls
shall be used only in granular soils or stiff clays. The maximum height of wall above the excavation line
shall be 10 feet in Zone A (see Figure 1) and 12 feet in Zone B.
e. Soldier Pile with Lagging Wall (Anchored) is a structure designed to provide lateral support for a soil mass
and derives stability from passive resistance of the soil /rock in which the soldier beam is embedded and
from the tensile resistance of tiebacks. Soldier beams include steel H-piles, wide flange sections or other
fabricated sections that are driven or set in drilled holes. Lagging refers to the members spanning between
soldier beams.
f. Soldier Pile with Lagging Wall (Cantilever) is a structure designed to provide lateral support for a soil mass
and derives stability from passive resistance of the soil /rock in which the soldier beam is embedded. The
maximum height of the wall above the excavation line shall be 8 feet for Zone A (see Figure 1) and 12 feet
for Zone B.
g. Braced Excavation is a structure designed to provide lateral support for a soil mass and derives stability
from passive resistance of the soil in which the vertical members are embedded and from the structural
capacity of the bracing members. For purposes of these guidelines, the vertical members of the braced
excavation system include steel sheet piling or soldier beams comprised of steel H-piles, wide flange
sections, or other fabricated sections that are driven or installed in drilled holes. Wales are horizon tal
structural members designed to transfer lateral loads from the vertical members to struts or rakers. Struts
and rakers are structural compression members that support the lateral loads from the wales and transfer
the load to either another side of a shored excavation (struts) or to a reaction pile/thrust block (raker).
h. Cofferdam is an enclosed temporary structure used to keep water and soil out of an excavation for a
permanent structure such as a bridge pier or abutment or similar structure. Cofferdams may be
392
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 12
constructed of timber, steel, concrete or a combination of these. These guidelines consider cofferdams
primarily constructed with steel sheet piles.
(Step 4) APPLIED LOADS AND CALCULATIONS
a. For shoring design submittal, all design criteria, temporary and permanent loading must be clearly stated
in the design calculations and on the contract and record plans.
b. Applied loading will consist of driving pressures/forces on the back of the shoring and resisting
pressures/forces on the front of the shoring.
• Driving pressure will generally consist of:
o Active, At-Rest & Apparent pressures. (Sections 3.7c.i, 3.7c.ii, 3.7c.iii)
o Surcharge (Section 3.7c.iv)
o Hydrostatic pressures (Section 3.7c.v).
• Resisting pressure will generally consist of:
o Passive earth pressure (3.7d.i) and brace/tieback loading.
c. Driving Pressures/Loads:
i. Active Earth Pressure
• Use for cantilever walls and flexible walls with only one row of tiebacks/braces (i.e., flexible
anchored bulkheads), if the minimum deflection criteria per AREMA Vol. 2, Ch. 8, Article
20.1.2.d is met. If the minimum deflection criteria for flexible anchored bulkheads is not met,
use Apparent Earth Pressure for top-down shoring construction (Section 3.7c.iii), and At-Rest
Earth Pressure for walls that are backfilled (Section 3.7c.ii).
• The active earth pressure may be computed by the Rankine, Coulomb or Log-Spiral theories.
The active earth pressure may also be based on general soil type per AREMA Vol. 2, Ch. 8,
Part 20, Table 8-20-3 as provided in the Appendix.
• For interface friction angles used for Coulomb and Log-Spiral theories, the interface friction
angle shall not be greater than one-half of the effective friction angle of the soil, or that
consistent with published values for specific types of soil in contact with either steel or
concrete (e.g., NAVFAC DM7.02, Chapter 3, Table 1).
• The backslope of the retained soil shall be considered when calculating the active earth
pressure.
• See Section 3.5b. Subsurface Characterization, for further requirements for computing earth
pressure from compacted backfill.
393
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 13
FIGURE 2
❖ NON-COHESIVE SOILS
Level Backslope (Rankine)
𝜎𝐴𝐻= 𝐾𝐴 𝛽 𝑧 ,𝑣�𝑒𝑛𝑒 𝐾𝐴=𝑛𝑎𝑛2 (45 −𝜙′
2 )
Sloping Backslope (Rankine)
𝜎𝐴𝐻= 𝐾𝐴 𝛽 𝑧 𝑐𝑛𝑛 𝛽 ,𝑣�𝑒𝑛𝑒 𝐾𝐴=cosβ (𝑐𝑛𝑛𝛽−√𝑐𝑛𝑛2 𝛽−𝑐𝑛𝑛2 𝜙′
𝑐𝑛𝑛𝛽+√𝑐𝑛𝑛2 𝛽−𝑐𝑛𝑛2 𝜙′
)
❖ COHESIVE SOILS & FRACTURED ROCK
Drained Cohesive & Fractured Rock - Level & Sloping Backslope (Rankine/Bell)
▪ Use these drained equations unless the undrained equations below result in greater
earth pressures in the shoring design.
𝜎𝐴𝐻= 𝐾𝐴 𝛽𝑧−2𝑐′√𝐾𝐴
𝐾𝐴=𝑛𝑎𝑛2 (45 −𝜙′
2 ) ,𝐹𝑛𝑛 𝐾𝑒𝑣𝑒𝑘 𝐵𝑎𝑐𝑘𝑛𝑘𝑛𝑛𝑒
𝐾𝐴=cosβ (𝑐𝑛𝑛𝛽−√𝑐𝑛𝑛2 𝛽−𝑐𝑛𝑛2 𝜙′
𝑐𝑛𝑛𝛽+√𝑐𝑛𝑛2 𝛽−𝑐𝑛𝑛2 𝜙′
) ,𝐹𝑛𝑛 𝑅𝑘𝑛𝑛�ℎ𝑛𝑖 𝐵𝑎𝑐𝑘𝑛𝑘𝑛𝑛𝑒
394
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 14
▪ Effective Cohesion Note: Effective cohesion shall be assumed to be zero, unless local
experience by a Licensed Geotechnical Engineer indicates the fully softened strength
of the clay will have an effective cohesion greater than zero.
▪ Fractured Rock Note: The active earth pressure for fractured rock and intermediate
geomaterials (e.g., weak shales, sandstone, etc.) shall be based on either the rock
mass effective cohesion and friction angle, or mass shear strength . The mass
strength parameters shall be determine using a methodology that accounts for rock
type, intact strength, spacing and conditions of joints, rock quality designation (RQD),
geological strength index (GSI), and/or rock mass rating (RMR).
Undrained Cohesive – Level Ground (Rankine/Bell)
▪ Only use undrained when it results in a higher earth pressure in the shoring design.
Otherwise use the Drained equations above.
▪ Assumes =0 and c’=Su
𝜎𝐴𝐻=𝛽𝑧−2𝑅𝑢
𝒐𝒒
𝜎𝐴𝐻= 𝐾𝐴 𝛽 𝑧 ,𝑣�𝑒𝑛𝑒 𝐾𝐴=1 −2𝑅𝑢
𝛽𝑧
Very Soft to Medium Clays/Silts
▪ Where the Stability Number Ns = *H/Sub is greater than 4, active earth pressure shall
be estimated as the greater of that determined using the equations above for drained
(effective) and undrained (total stress) conditions, or the equations directly below. The
factor of safety against basal heave shall also be analyzed per Section 3.8j.ii3.8. For
Ns > 6, the global stability of the shoring shall also be evaluated by a limit-equilibrium
method of slices per Section 3.8j.ii.
o For 4 < Ns < 5.14, 𝐾𝐴=0.22
o For Ns > 5.14 (Henkel, 1971), 𝐾𝐴=1 −4𝑆𝑢
𝛾𝐻+2√2 𝑑
𝐻(1 −5.14𝑆𝑢𝑏
𝛾𝐻)≥0.22
Where:
Su = Undrained strength of retained soil (lbf/ft2)
Sub = Undrained strength of soil below excavation base (lbf/ft2)
= Total unit weight of retained soil (lbf/ft3)
H = Total excavation depth (ft)
d = Depth of potential base failure surface below base of excavation (ft)
(The lessor of either the thickness of soft to medium stiff clay below the
bottom of excavation, or the width of the excavation divided by the square
root of 2. See Figure 3 below.)
395
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 15
FIGURE 3
ii. At-Rest Earth Pressure.
• Used for rigid walls (e.g., reinforced concrete walls) that deflect less than that indicated in
Table 1.
Table 1 - When to Use At-Rest Earth Pressure
Type of Backfill Wall Deflection / Wall Height
Dense sand 0.001
Medium dense sand 0.002
Loose sand 0.004
Compacted Silt 0.002
Compacted lean clay 0.010
Compacted fat clay 0.010
(Clough & Duncan, 1991)
• At-Rest earth pressure shall also be used for walls that are restrained above the dredge line
by braces/tiebacks and are backfilled with compacted fill. See also Section 3.8j.ii.
• At-Rest earth pressure shall be calculated as follows:
Level Ground
𝜎0𝐻= 𝐾0 𝛽 𝑧 ,𝑣�𝑒𝑛𝑒 𝐾0 =(1 −𝑛�ℎ𝑛𝜙′)𝑂𝐵𝑅(𝑠𝑖𝑛𝜙′)
Sloping Backslope
𝜎0𝐻= 𝐾0 𝛽 𝑧 (1 +s�ℎ𝑛𝛽)
Where:
0H – Horizontal At-Rest Earth Pressure (lbf/ft2)
K0 – At-Rest Earth Pressure Coefficient
’ – Effective Friction Angle (deg)
OCR – Over-Consolidation Ratio
– Backslope Angle (deg)
396
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 16
iii. Apparent Earth Pressure
• Use for braced excavations with single or multiple levels of braces/tiebacks.
• Use equations determined per AREMA Vol. 2, Ch. 8, Article 28.5.4.1 or FHWA-IF-99-015,
Sections 5.2.4 (sands), 5.2.5 (stiff to hard clays) and 5.2.6 (soft to medium clays).
• For braced excavations that bottom out in very soft to medium stiff clays/silts, where the
Stability Number Ns = *H/Sub is greater than 4, the requirements of Section 3.7c.i for very soft
to medium clays shall also apply if they control for design.
iv. Surcharge Loads
• Loads include but are not limited to: Railroad vertical and centrifugal loading, railroad service
vehicles (HS-20 truck), roadway loading, fills placed above the top of shoring, construction
equipment, crane pads, future grading and paving, structures, material storage piles, and
snow.
• Dead load assumptions to be used for design:
o Spoil pile: must be included assuming a minimum height of two feet of soil adjacent to
the excavation.
o Track: use 200 lbs/linear-ft for rails, inside guardrails and fasteners.
o Roadbed: ballast, including track ties, use 120 lbs per cubic foot.
• For specific applications of the Cooper E80 live load, refer to in Appendix 5.1, which illustrates
Live Load Pressure Due to Cooper E80.
• Additional analysis for centrifugal force calculations as described in AREMA Vol. 2, Ch. 15,
Article 1.3.6. Centrifugal Loads are required where shoring is located along the outer side of
curved track and track curvature exceeds three degrees.
• Lateral pressure from to infinite and uniform surcharge load.
o The surcharge can effectively be treated as another soil layer, whereby the vertical
surcharge pressure is multiplied by the active or at-rest earth pressure coefficient as
shown below:
𝜎𝑈𝐴=𝐾𝐴𝑛 𝑛𝑛 𝜎𝑈0 =𝐾0 𝑛
Where:
UA – Uniform lateral surcharge pressure for active condition (lbf/ft2)
U0 – Uniform lateral surcharge pressure for at-rest condition (lbf/ft2)
KA - Active earth pressure coefficient
K0 – At-rest earth pressure coefficient
q - Uniform surcharge load (lbf/ft2)
• Lateral pressure from to point, line, uniform strip, and rectangular-area surcharge loads.
o Equations shall be based on Boussinesq theory (i.e., elastic theory) and a rigid wall
condition.
o For point loads, see AREMA, Vol. 2 , Ch. 8, Article 20.3.2.4.
o For line loads, see AREMA, Vol. 2 , Ch. 8, Article 20.3.2.3.
o For rectangular loads, see NAVFAC DM7.02, Figure 11.
o For uniform strip loads, see Case I (Cooper E80 loading parallel to walls) in Appendix
5.1, or AREMA, Vol. 2 , Ch. 8, Article 20.3.2.2.
• Trial Wedge method per AREMA, Vol. 2 , Ch. 8, Article C5.3.2.II may also be used.
397
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 17
v. Hydrostatic Pressure Due to Unbalanced Groundwater Levels.
• Hydrostatic pressure shall be assumed on secant/tangent pile and sheet pile shoring if the
base of the excavation extends below the water table and no drainage system is installed
behind the shoring.
• Weep holes are not considered an effective drainage system, unless the soil behind the
shoring above the dredge line is uniformly free-draining granular material.
d. Resisting Pressures/Loads:
i. Passive earth pressure
• The passive earth pressure, Pp, below the excavation line may be computed by Rankine or
Log-Spiral theories, but not the Coulomb theory.
• For Log-Spiral theory, the interface friction angle shall not be greater than one-half of the
effective friction angle of the soil, or that consistent with published values for specific types of
soil in contact with either steel or concrete.
• The passive earth pressure for cohesionless soils (sands, gravels and some silts),
uncontrolled fill, and mixed layers of cohesive and cohesionless soil shall be calculated based
on the effective friction angle of the soil.
• The passive earth pressure for cohesive (clay and some silts) soils and controlled backfill shall
be calculated for the effective stress condition (see Section 3.5d.i for definition), unless the
resulting earth pressure for the total stress condition (i.e., Su) is less.
• For conditions where the slope in front of the shoring slopes down and away from the wall, t he
slope in front of the wall shall be considered when calculating passive pressure. If the ground
in front of the shoring slopes upwards away from the wall, the ground level shall be assumed
to be level for analysis.
• For reference, Rankine equations are provided below:
KP – Passive Earth Pressure Coefficient
PH – Horizontal Passive Earth Pressure (lbf/ft2)
’ – Effective Friction Angle (deg)
c’ – Effective cohesion (lbf/ft2)
Su – Undrained Shear Strength (lbf/ft2)
– Moist Unit Weight of Soil (lbf/ft3)
z – Depth Below Ground Surface (ft)
– Front Slope Angle (deg)
NON-COHESIVE SOILS
Level Frontslope (Rankine)
𝜎𝑃𝐻= 𝐾𝑃 𝛽 𝑧 ,𝑣�𝑒𝑛𝑒 𝐾𝑃=𝑛𝑎𝑛2 (45 +𝜙′
2 )
Sloping Frontslope (Rankine)
▪ Use only if ground is sloping down and away from shoring (i.e., is negative)
𝜎𝑃𝐻= 𝐾𝑃 𝛽 𝑧cos 𝛽 ,𝑣�𝑒𝑛𝑒 𝐾𝑃 =cosβ (𝑐𝑛𝑛𝛽+√𝑐𝑛𝑛2 𝛽−𝑐𝑛𝑛2 𝜙′
𝑐𝑛𝑛𝛽−√𝑐𝑛𝑛2 𝛽−𝑐𝑛𝑛2 𝜙′
)
398
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 18
COHESIVE SOILS & FRACTURED ROCK
Drained Cohesive & Fractured Rock - Level & Sloping Backslope (Bell’s)
𝜎𝑃𝐻= 𝐾𝑃 𝛽𝑧+2𝑐′√𝐾𝑃
𝐾𝑃=𝑛𝑎𝑛2 (45 +𝜙′
2 ) ,𝐹𝑛𝑛 𝐾𝑒𝑣𝑒𝑘 𝐹𝑛𝑛𝑛𝑛𝑛𝑘𝑛𝑛𝑒
𝐾𝑃 =cosβ (𝑐𝑛𝑛𝛽+√𝑐𝑛𝑛2 𝛽−𝑐𝑛𝑛2 𝜙′
𝑐𝑛𝑛𝛽−√𝑐𝑛𝑛2 𝛽−𝑐𝑛𝑛2 𝜙′
) ,𝐹𝑛𝑛 𝑅𝑘𝑛𝑛�ℎ𝑛𝑖 𝐹𝑛𝑛𝑛𝑛𝑛𝑘𝑛𝑛𝑒
▪ Effective cohesion shall be assumed to be zero unless local experience by a Licensed
Geotechnical Engineer indicates the fully softened strength of the clay will have an
effective cohesion greater than zero.
▪ The passive resistance for fractured rock and intermediate geomaterials (e.g., weak
shales, sandstone, etc.) shall be based on either the rock mass effective cohesion and
friction angle, or mass shear strength. The mass strength parameters shall be
determine using a methodology that accounts for rock type, intact strength, spacing
and conditions of joints, rock quality designation (RQD), geological strength index
(GSI), and/or rock mass rating (RMR).
Undrained Cohesive – Level Ground (Rankine/Bell)
▪ Only use undrained when it results in a lower earth pressure in the shoring design.
Otherwise use Drained equations above.
▪ Assumes =0 and c’=Su
𝜎𝑃𝐻=𝛽𝑧+2𝑅𝑢
𝒐𝒒
𝜎𝑃𝐻= 𝐾𝑃 𝛽 𝑧 𝑣�𝑒𝑛𝑒 𝐾𝑃=1 +2𝑅𝑢
𝛽𝑧
• For soldier pile walls, the upper 1.5 pile/shaft diameters of passive resistance in soil below the
excavation line shall be ignored per AREMA, Vol. 2, Ch. 8, Article 28.5.3.2.a.
• Allowable arching factors for soldier pile walls shall comply with AREMA, Vol. 2, Ch. 8, Article
28.5.3.2.a.
• As noted in Section 3.1i.ii above, the width of the drilled hole for a soldier pile shall not be
assumed to provide passive resistance unless the concrete backfill has a minimum
compressive strength of 3,000 psi, and a minimum coverage of at least 3.0 inches between
the edge of the pile and drilled hole.
• P-y curve methods shall use a P-multiplier less than 1 to account for group effects on sheet
and soldier pile walls when piles are spaced less than 3.5D apart on center, and for slopes in
front of the wall.
ii. Seepage pressures on bulkheads and cofferdams.
• Where the imbalance of water levels results in water seeping under the bottom of s horing and
upward into the excavation, the seepage pressures on the wall and base of excavation shall
be based on flownet or equivalent analyses, and the passive resistance reduced accordingly.
See AREMA, Vol. 2, Ch. 8, Article 20.3.5 or FHWA-IF-99-015 Section 5.2.9 for further detail.
399
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 19
(Step 5) STRUCTURAL DESIGN CALCULATIONS
a. Temporary shoring is defined by AREMA, Vol. 2, Ch. 8, Article 28.1.1, and is anticipated to be in service
for not more than an 18-month period. Earth retention structures that are anticipated to be in service for
more than 18 months shall be designed per AREMA as permanent structures.
b. Calculations shall be performed for each stage of construction, when one or more rows of braces/tiebacks
are being implemented. The calculations shall be performed for each stage of excavation before the
braces/tiebacks are installed for that stage.
c. Calculations shall be performed by one of two methods:
1. Classical Method: A sum of forces and moments analysis whereby driving and resisting pressures are
balanced. Driving pressures are applied from the top to the bottom of the back side of the shoring.
For braced excavations, Apparent earth pressure will be applied from the top down to the excavation
line, and below the excavation line, Active earth pressure will be applied down to the bottom of the
shoring on the back side of the shoring. Resisting pressures/forces are applied from the excavation
line to the bottom of the front side of the shoring. To achieve an acceptable factor of safety for
embedment, the passive resistance will be reduced as required in Section 3.8j.i. It is noted that all
AREMA requirements are based on an assumption that the Classical Method will be used for design.
2. P-y Method: A force-deflection analysis (i.e., Winkler beam analysis) whereby the soil below the
excavation line on both sides of the shoring is characterized as springs. Driving earth pressures are
generally only applied above the excavation line. However, surcharge loads are generally applied to
the bottom of the shoring elements. Minimum embedment is based on the base of the shoring
reaching fixity as required in Section 3.8j.i.
d. Calculations shall be in English units. If Metric units are used, all controlling dimensions, elevations, design
criteria assumptions, and material stresses shall be expressed in dual units, with English units to be in
parentheses.
e. List all assumptions used to design the temporary shoring system, and provide references for equations,
tables, figures, and design criteria obtained from design manuals and guidelines.
f. Computerized calculations and programs must clearly indicate the input and output data. List all equations
used in determining the output.
g. Example calculations with values must be provided to support computerized output and match the
calculated computer result.
h. Provide a simple free body diagram showing all controlling dimensions and applied loads on the temporary
shoring system.
i. Documents and manufacturer’s recommendations which support the design assumptions must be
included with the calculations.
j. Embedment depth and stability.
i. The minimum depth of embedment is that required to balance driving and resisting pressures/loads.
• The minimum factor of safety for balancing active and passive pressures shall be 1.5 (See
AREMA, Vol. 2, Ch. 8, Article 20.5.1.a). The factor of safety is achieved by reducing the
passive earth pressure resistance by a factor of 0.67. A calculated factor of safety based on
shallow penetration into strong soil layer is not acceptable.
• Note, some commercially available software packages add ~ 30% length to the embedment
computed for moment equilibrium in order to achieve force equilibrium. This additional length
added by the software is not the required factor of safety noted above. Additional embedment,
beyond the 30% added by the software package, is required to achieve the specified factor of
safety.
400
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 20
• The minimum embedment for p-y methods shall be based on both the shoring meeting the
deflection limit criteria in Table 2 over the full height of the shoring, and a moment reversal
(i.e., moment diagram passes through zero twice) being achieve below the excavation line.
ii. In special circumstances, as indicated in these guidelines, minimum embedment might also be
controlled by basal heave or global stability.
• The minimum factor of safety against basal heave shall be 1.5 for temporary structures. See
FHWA-IF-99-015, Section 5.8.2 for further details on methodology.
• The minimum factor of safety for global stability shall be 1.3 when using a limit-equilibrium
method of slices. (See AREMA, Vol. 2, Ch. 8, Article 20.4.1.c). The global stability analyses
shall consider failure surfaces that pass both below and through non-continuous shoring (e.g.,
soldier piles) located below the dredge line, as well as both through and behind wall anchors.
See FHWA IF-99-015, Section 5.7.3 for further details on methodology.
• Global stability shall also be analyzed for slopes steeper than 2(H):1(V) that are above,
adjacent or below shoring.
iii. Multiple tiers of shoring should not be used if the active wedge of the lower wall overlies the passive
wedge of the upper wall.
• If there is active/passive overlap between tiers of shoring, or the shoring will be supporting an
existing retaining wall, the effect of loading of the upper wall/shoring on the lower wall shall be
evaluated. This will require estimating the bearing, sliding and/or passive resistance demand
of the upper wall, and applying those demands in part or fully to the lower wall. In addition,
any loading in front of or behind the upper wall that is not fully supported by the wall, would
also need to be applied to the shoring. Lastly, a global stability analysis per Section 3.8j.ii
shall be performed to determine the external stability of the multi-tiered wall/shoring system.
k. Deflection limits.
i. Calculated total deflections of any part of the temporary shoring system and top of rail elevation shall
not exceed the criteria outlined in Table 2 Deflection Criteria. Include the accumulated elastic
deflection of all of the wall elements (piles, anchors, lagging, walers, strut/raker restraints, etc.), as
well as the deflection due to the passive deflection of the resisting soil mass .
Table 2 - Deflection Criteria
Horizontal distance from shoring
to track C/L measured at a right
angle from track
Maximum horizontal
movement of shoring system
Maximum acceptable horizontal
or vertical movement of rail
15’ < S < 18’ 3/8” 1/4”
18’ < S < 25’ 1/2” 1/4”
S > 25’ 1% of shoring height above
excavation line
-
ii. Braced excavations should be designed for conditions in which the ground surface on all sides is
relatively uniform in elevation. If the ground surface elevation varies significantly from one side of the
excavation to the other, the deflection of the higher braced shoring towards the side with lower braced
shoring shall be evaluated. This analysis would approximate that required for shoring supported by
rakers, where the lower shoring acts as the raker thrust block, such that the passive deflection of the
lower shoring is added to the higher shoring deflection and the resulting sum is verified to not exceed
the deflection criteria in Table 2.
401
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 21
l. Strength design.
i. Shall be performed using the Service Load Design method. Allowable Stresses based on AREMA
requirements are as follows:
• Structural Steel Allowable Stress: See AREMA, Vol. 2, Ch. 15, Section 1.4, Table 15-1-11
For common shoring components, generally 0.55 of the yield strength of the steel.
• Sheet Pile Sections: 2/3 of yield strength for steel. (AREMA, Vol. 2, Ch. 8, Article 20.5.7)
• Concrete: 1/3 of Compressive strength. (AREMA, Vol. 2, Ch. 8, Article 20.5.7)
• Anchor Rods: 1/2 of yield strength for steel. (AREMA, Vol. 2, Ch. 8, Article 20.5.7)
ii. AISC allowances for increasing allowable stress due to temporary loading conditions are not
acceptable.
iii. Structures and structural members shall be designed to have design strengths at all sections at least
equal to the required strengths calculated for the loads and forces in such combinations as stipulated
in AREMA, Vol. 2, Ch. 8, Article 2.2.4b, which represents various combinations of loads and forces to
which a structure may be subjected. Each part of the structure shall be proportioned for the group
loads that are applicable, and the maximum design required shall be used.
iv. In braced excavations, the connections between struts and wales shall be designed to resist both
axial demands as well as the vertical demands from the self-weight of the members and any
incidental vertical loads applied during construction.
v. Stiffeners shall be provided at points of bearing concentrated load. (See AREMA Vol. 2, Ch.15, Article
1.7.7).
m. Gravity type temporary shoring systems must also be analyzed for settlement, overturning, sliding, bearing
capacity per AREMA, Vol. 2, Ch. 8, Part 5, and global stability per the requirements in Section 3.8j.ii.
n. Anchor blocks and deadman for tiebacks shall be designed for a safety factor of 2.0, where safety factor is
derived as the ratio of the net passive resistance (passive earth pressure minus active earth pressure) on
the anchor block to the load on tie rod. To utilize the full allowable anchor capacity, the minimum length of
the tie rod shall be as shown in Figure 4. If site constraints prevent the minimum length of tie rods from
being implemented, the anchor capacity shall be reduced as Indicated in Figure 4. For deriving anchor
block capacity where minimum tie rod length is achieved, NAVFAC DM7.02 or CalTrans 2011 may be
referenced.
i. For sheet and soldier pile deadman, p-y methods may be used. The sum of the estimated deflection
of the deadman pile and shoring shall be less than that indicated in Section 3.8k.
402
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 22
FIGURE 4
403
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 23
DESIGN PLAN REQUIREMENTS
a. Shoring design plans shall be in English units. If Metric units are used, all controlling dimensions,
elevations, design criteria assumptions, and material stresses shall be expressed in dual units, with
English units to be in parentheses. The shoring plans must completely identify the site constraints and
the shoring system, and must be signed and stamped by a Licensed Professional Engineer, registered in the
state where the work will be performed. Use the design templates provided in the appendix as an example
to show the required information, specifications and drawings. The specific requirements of the plan
submittals are as follows:
i. General plan view should show:
• Railroad Right-of-Way and North arrow.
• Position of all railroad tracks and identify each track
as mainline, siding, spur, etc.
• Spacing between all existing tracks.
• Location of all access roadways, drainage ditches and
direction of flow.
• Contours of existing grade elevations.
• Footprint of proposed structure, proposed shoring
system and any existing structures if applicable.
• Proposed horizontal construction clearances. The
minimum allowable is 15 feet measured at a right
angle from centerline of track. In curved track the
temporary horizontal construction clearances shall
increase either 6 inches total or 1.5 inches for every
degree of curve, whichever is greater, per Section
4.4.1.2 of the BNSF-UPRR Guidelines for Railroad
Grade Separation Projects.
• Location of existing and proposed utilities.
• Location of soil borings used for design.
• Specifications for all elements of the proposed
shoring.
• Detailed view of shoring along with controlling
elevations and dimensions.
ii. Typical sections and elevations perpendicular to
adjacent track alignment should show:
• Top of rail and/or top of tie elevations for all tracks.
• Offset from the outside face of shoring system to the
centerline of all tracks at all changes in horizontal
alignment.
• All structural components, controlling elevations and
dimensions of shoring system.
• All drainage ditches and controlling dimensions.
• All slopes, existing structures and other facilities which
may surcharge the shoring system.
• Location of all existing and proposed utilities.
• Total depth of shoring system.
• For shoring with tiebacks/bracing, elevations for each
temporary stage of shoring construction.
• The assumed groundwater elevation.
• The extent of the Zone A envelope as it overlies the
proposed shoring.
iii. General notes
• Design loads to be based on the AREMA manual and
Cooper E80 loading.
• Pressure due to embankment surcharges.
• ASTM designation and yield strength for each
material.
• Maximum allowable bending stress for structural steel
is 0.55Fy.
• Temporary overstress allowances are not acceptable.
• All timber members shall be Douglas Fir grade 2 or
better.
• In-situ soil classification.
• Backfill soil classification.
• Soil properties used for design.
• Active and passive soil coefficients.
• Fill and backfill compaction criteria.
• Slopes without shoring shall not be steeper than 2
horizontal to 1 vertical.
• Dredge line elevation.
• Shoring deflection to be calculated and meet Railroad
requirements.
• Rail, ground and shoring movement monitoring
requirements.
iv. Miscellaneous:
• Project name, location, GPS coordinates, track
owner, railroad line segment, milepost and
subdivision in the title block.
• A detailed construction sequence outlining the
installation and removal of the temporary shoring
system.
• A description of the tieback installation including
404
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 24
drilling, casing, grouting, stressing information and
testing procedures, anchor capacity, type of tendon,
anchorage hardware, minimum unbonded lengths,
minimum anchor lengths, angle of installation, tieback
locations, spacing, and distance below bottom of tie.
• All details for construction of drainage facilities
associated with the shoring system shall be clearly
indicated.
• Details and descriptions of all shoring system
members and connection details.
• Handrail and protective fence details along the
excavation.
• Railroad and other “CALL BEFORE YOU DIG”
numbers and web sites
• Construction clearance diagram.
4. DEFINITIONS
Access Road:
A road used and controlled by the Railroad for maintenance, inspection and repair.
Applicant:
Any party proposing a temporary retaining structure project on Railroad Right-of-Way or other Railroad
operating location, regardless of track being active or out of service. Includes all agents working on behalf of
the Applicant.
AREMA:
The current edition of the American Railway Engineering and Maintenance-of-Way Association Manual for
Railway Engineering.
AASHTO:
The current edition of the American Association of State Highway and Transportation Officials Standard
Specifications for Highway Bridges.
BNSF:
Burlington Northern Sante Fe Railway
C & M Agreement:
A Construction and Maintenance Agreement that has been negotiated between the Railroad and the
Applicant that addresses all the duties and responsibilities of each party regarding the construction of the
proposed grade separation and the maintenance requirements after construction of the said structure.
Construction Documents:
Design plans and calculations, project and/or standard specifications, geotechnical report and drainage
report.
Construction Window:
A timeframe in which construction or maintenance can be performed by the Contractor with the required
presence of a Flagman.
Contractor:
The individual, partnership, corporation or joint venture and all principals and representatives (including
Applicant’s subcontractors) with whom the contract is made by the Applicant for the construction of the Grade
Separation Project.
Crossover:
A track connection which allows trains and on-track equipment to cross from one track to another.
Engineer-of-Record:
The licensed Professional Engineer that develops the criteria and concept for the project and is responsible
for the preparation of the Plans and Specifications.
405
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 25
Final Plans:
100% plans signed & stamped by the Engineer-of-Record.
Flagman:
A qualified employee of the Railroad providing protection to and from Railroad operations per Railroad
requirements.
Guidelines:
Information contained in this document or referenced in AREMA or AASHTO.
Grade Separation Project:
A project that includes an Overhead or Underpass Structure that crosses the Railroad Right-of-Way or other
Railroad operating location regardless of track status being active or out of service.
Main Track:
A principle track, designated by Timetable or special instructions, upon which train movements are generally
authorized and controlled by the train dispatcher. Main Track must not be occupied without proper authority.
Multiple Main Tracks:
Two or more parallel or adjacent Main Tracks.
Overhead Structure:
A Roadway and/or Trail Structure over the Railroad Right-of-Way.
Railroad Local Representative / Railroad Representative:
The individual designated by the Railroad as the primary point of contact for the project.
Railroad:
Refers to BNSF Railway and/or Union Pacific Railroad.
Railroad Track Maintenance Representative (UPRR=MTM, BNSF=RDM):
Railroad representative responsible for maintenance of the track and supporting subgrade.
Railroad Right-of-Entry Agreement:
An agreement between the Railroad and an Applicant or a Contractor allowing access to Railroad property.
Railroad Right-of-Way:
The limits of property owned, controlled and/or operated upon by the Railroad.
Shoofly:
A temporary track built to bypass an obstruction or construction site.
Siding:
A track connected to the Main Track used for storing or passing trains.
Timetable:
A Railroad publication with instructions on train, engine or equipment movement. It also contains other
essential Railroad information.
Trail:
A pathway impacting Railroad Right-of-Way or other Railroad operating locations regardless of track status
being active or out of service. This includes pedestrian, bicycle, approved motorized recreational equipment
and equestrian uses.
Underpass Structure:
Railroad Structure over a Roadway and/or Trail.
UPRR:
Union Pacific Railroad
406
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 26
Yard:
A system of tracks of defined limits, other than main tracks and sidings, for storing and sorting cars and other
purposes.
Yard Limits:
A portion of main track designated by “yard limit” signs and included in the timetable special instructions or a
track bulletin.
5. APPENDIX
LIVE LOAD PRESSURE DUE TO COOPER E80 LOADING
407
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 27
CHART – LIVE LOAD PRESSURE DUE TO E80 LOADING
This chart identifies the active pressure and resulting forces due to E80 liveload.
1. Select distance S from track centerline to face of shoring.
2. Select depth H2 below base of tie.
3. Read Ps, M, R and 𝑧̅ from the table.
4. Use the procedure outlined in the sample problem to determine values at
non-tabulated points.
𝑷𝒒= 𝟐𝒒
𝝅[𝜶−𝐬𝐢𝐧𝜶𝐜𝐧𝐬(𝟐𝜶)] where q = 1778 psf
Boussinesq surcharge pressure E80 live load for H1=0
Depth below top of
shoring H2 (ft)
Variables
Horizontal distance (S) from shoring to track CL measured at a right angle
12 14 16 18 20 22 24 26 28
30
Ps (psf) 305 220 166 130 105 86 72 61 53 46
(radians) 1.38 1.41 1.44 1.45 1.47 1.48 1.48 1.49 1.50 1.50
2 (radians) 0.14
1.32
0.10
1.33
0.07
1.33
0.06
1.33
0.05
1.33
0.04
1.33
0.03
1.33
0.03
1.33
0.02
1.33
0.02
1.33 z (ft)
M (ft-lbs/ft) 215 152 114 89 71 58 49 41 36 31
R (lbs/ft) 317 226 170 132 106 87 73 62 53 46
Ps (psf) 496 381 299 240 197 164 138 118 102 89
(radians) 1.21 1.27 1.31 1.34 1.36 1.38 1.40 1.41 1.43 1.44
4 (radians) 0.25
2.59
0.19
2.61
0.14
2.63
0.11
2.64
0.09
2.64
0.07
2.65
0.06
2.65
0.05
2.65
0.05
2.65
0.04
2.66 z (ft)
M (ft-lbs/ft) 1,609 1,165 882 692 557 459 384 327 281 244
R (lbs/ft) 1,141 840 643 508 411 339 285 242 209 182
Ps (psf) 558 461 381 317 266 225 193 167 146 128
(radians) 1.06 1.13 1.19 1.23 1.27 1.29 1.32 1.34 1.35 1.37
6 (radians) 0.33
3.77
0.25
3.83
0.20
3.88
0.16
3.90
0.13
3.92
0.11
3.94
0.09
3.95
0.08
3.96
0.07
3.96
0.06
3.97 z (ft)
M (ft-lbs/ft) 4,944 3,674 2,830 2,244 1,822 1,508 1,269 1,082 933 813
R (lbs/ft) 2,214 1,696 1,332 1,070 877 731 618 529 458 400
Ps (psf) 535 476 414 358 309 268 234 205 181 160
(radians) 0.94 1.02 1.08 1.13 1.17 1.21 1.24 1.26 1.29 1.30
8 (radians) 0.37
4.84
0.29
4.97
0.24
5.06
0.19
5.11
0.16
5.16
0.14
5.19
0.12
5.21
0.10
5.23
0.09
5.24
0.08
5.26 z (ft)
M (ft-lbs/ft) 10,481 8,006 6,286 5,051 4,141 3,452 2,920 2,501 2,165 1,892
R (lbs/ft) 3,316 2,641 2,134 1,751 1,456 1,228 1,047 903 786 689
Ps (psf) 474 449 411 370 329 293 260 232 207 186
(radians) 0.83 0.92 0.99 1.04 1.09 1.13 1.17 1.19 1.22 1.24
10 (radians) 0.38
5.81
0.32
6.02
0.26
6.16
0.22
6.26
0.19
6.34
0.16
6.39
0.14
6.44
0.12
6.47
0.10
6.50
0.09
6.52 z (ft)
M (ft-lbs/ft) 18,145 14,227 11,385 9,280 7,689 6,463 5,502 4,736 4,117 3,610
R (lbs/ft) 4,328 3,571 2,964 2,482 2,099 1,792 1,544 1,341 1,175 1,037
Ps (psf) 404 403 386 360 331 302 274 248 225 204
(radians) 0.75 0.83 0.90 0.96 1.01 1.06 1.10 1.13 1.16 1.18
12 (radians) 0.38
6.68
0.33
6.97
0.28
7.18
0.24
7.34
0.20
7.46
0.18
7.55
0.15
7.61
0.13
7.67
0.12
7.71
0.11
7.75 z (ft)
M (ft-lbs/ft) 27,703 22,237 18,121 14,980 12,550 10,641 9,121 7,895 6,894 6,068
R (lbs/ft) 5,207 4,424 3,763 3,214 2,762 2,389 2,080 1,823 1,608 1,427
Ps (psf) 338 351 349 337 319 298 276 255 234 215
(radians) 0.68 0.76 0.83 0.89 0.94 0.99 1.03 1.07 1.10 1.13
14 (radians) 0.38
7.46
0.33
7.85
0.28
8.13
0.25
8.35
0.22
8.51
0.19
8.64
0.17
8.74
0.15
8.82
0.13
8.89
0.12
8.94 z (ft)
M (ft-lbs/ft) 38,880 31,856 26,395 22,116 18,729 16,021 13,831 12,043 10,568 9,339
R (lbs/ft) 5,948 5,178 4,499 3,913 3,414 2,990 2,631 2,327 2,068 1,847
Ps (psf) 280 301 310 308 300 286 271 254 237 220
(radians) 0.62 0.70 0.77 0.83 0.88 0.93 0.97 1.01 1.04 1.07
16 (radians) 0.36
8.17
0.32
8.64
0.28
9.01
0.25
9.29
0.22
9.51
0.20
9.68
0.18
9.82
0.16
9.93
0.14
10.03
0.13
10.10 z (ft)
M (ft-lbs/ft) 51,411 42,880 36,066 30,598 26,183 22,590 19,644 17,207 15,175 13,468
R (lbs/ft) 6,563 5,829 5,158 4,560 4,034 3,576 3,179 2,837 2,540 2,284
408
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 28
Continued
Depth below top of
shoring H2 (ft)
Variables
Horizontal distance (S) from shoring to track CL measured at a right angle
12 14 16 18 20 22 24 26 28
30
Ps (psf) 231 256 271 277 276 269 259 247 234 220
(radians) 0.57 0.64 0.71 0.77 0.82 0.87 0.92 0.96 0.99 1.02
18
z
(radians)
(ft)
0.35 0.31 0.28 0.25
8.80 9.37 9.81 10.16
0.23
10.44
0.20
10.67
0.18
10.85
0.16
11.00
0.15
11.12
0.13
11.22
M (ft-lbs/ft) 65,062 55,110 46,976 40,313 34,834 30,304 26,536 23,384 20,728 18,477
R (lbs/ft) 7,072 6,386 5,739 5,145 4,609 4,132 3,710 3,338 3,012 2,725
Ps (psf) 191 217 236 246 250 249 244 237 227 217
(radians) 0.52 0.59 0.66 0.72 0.77 0.82 0.87 0.91 0.94 0.98
20
z
(radians)
(ft)
0.33 0.30 0.28 0.25
9.37 10.03 10.56 10.98
0.23
11.32
0.21
11.59
0.19
11.82
0.17
12.01
0.15
12.16
0.14
12.30
M (ft-lbs/ft) 79,641 68,368 58,973 51,137 44,586 39,093 34,465 30,548 27,216 24,367
R (lbs/ft) 7,493 6,859 6,245 5,668 5,135 4,651 4,214 3,822 3,474 3,163
Ps (psf) 159 184 204 217 225 228 227 223 217 210
(radians) 0.49 0.55 0.62 0.67 0.73 0.77 0.82 0.86 0.90 0.93
22
z
(radians)
(ft)
0.31 0.29 0.27 0.25
9.89 10.64 11.24 11.73
0.23
12.14
0.21
12.47
0.19
12.74
0.17
12.97
0.16
13.17
0.14
13.33
M (ft-lbs/ft) 94,986 82,497 71,913 62,945 55,341 48,878 43,370 38,658 34,611 31,122
R (lbs/ft) 7,842 7,260 6,684 6,131 5,611 5,128 4,685 4,283 3,918 3,590
Ps (psf) 133 157 176 191 202 207 210 209 206 201
(radians) 0.45 0.52 0.58 0.63 0.68 0.73 0.78 0.82 0.85 0.89
24
z
(radians)
(ft)
0.30 0.28 0.26 0.24
10.35 11.19 11.87 12.44
0.22
12.90
0.20
13.29
0.19
13.62
0.17
13.89
0.16
14.13
0.15
14.32
M (ft-lbs/ft) 110,969 97,366 85,670 75,625 66,997 59,577 53,183 47,661 42,875 38,716
R (lbs/ft) 8,132 7,600 7,064 6,540 6,037 5,564 5,122 4,715 4,342 4,001
Ps (psf) 112 134 153 168 180 188 192 194 193 191
(radians) 0.42 0.48 0.54 0.60 0.65 0.69 0.74 0.78 0.82 0.85
26
z
(radians)
(ft)
0.28 0.27 0.25 0.23
10.78 11.69 12.45 13.09
0.22
13.62
0.20
14.07
0.19
14.44
0.17
14.77
0.16
15.04
0.15
15.28
M (ft-lbs/ft) 127,485 112,863 100,135 89,071 79,460 71,105 63,836 57,499 51,963 47,113
R (lbs/ft) 8,376 7,890 7,393 6,899 6,418 5,959 5,524 5,118 4,741 4,393
Ps (psf) 94 114 132 148 160 169 175 179 180 180
(radians) 0.40 0.46 0.51 0.56 0.61 0.66 0.70 0.74 0.78 0.81
28
z
(radians)
(ft)
0.27 0.26 0.24 0.23
11.17 12.16 12.99 13.70
0.21
14.29
0.20
14.80
0.19
15.23
0.17
15.60
0.16
15.91
0.15
16.19
M (ft-lbs/ft) 144,448 128,896 115,211 103,191 92,642 83,385 75,258 68,113 61,823 56,274
R (lbs/ft) 8,581 8,137 7,677 7,214 6,758 6,315 5,892 5,491 5,115 4,764
Ps (psf) 80 98 115 130 142 152 160 165 167 168
(radians) 0.37 0.43 0.48 0.53 0.58 0.63 0.67 0.71 0.74 0.78
30
z
(radians)
(ft)
0.26 0.25 0.23 0.22
11.52 12.59 13.49 14.26
0.21
14.92
0.20
15.48
0.18
15.97
0.17
16.38
0.16
16.75
0.15
17.06
M (ft-lbs/ft) 161,789 145,388 130,819 117,903 106,466 96,343 87,381 79,443 72,404 66,153
R (lbs/ft) 8,755 8,349 7,925 7,492 7,060 6,636 6,227 5,834 5,462 5,112
Ps (psf) 69 85 101 115 127 137 145 151 155 157
(radians) 0.35 0.41 0.46 0.51 0.55 0.60 0.64 0.68 0.71 0.75
32
z
(radians)
(ft)
0.25 0.24 0.22 0.21
11.85 12.98 13.95 14.79
0.20
15.51
0.19
16.13
0.18
16.67
0.17
17.13
0.16
17.54
0.15
17.89
M (ft-lbs/ft) 179,452 162,274 146,888 133,136 120,859 109,909 100,144 91,432 83,655 76,706
R (lbs/ft) 8,904 8,532 8,140 7,736 7,329 6,925 6,531 6,150 5,785 5,438
409
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 29
TABLES FOR SOIL SPECIFICATIONS
410
UPRR & BNSF GUIDELINES FOR TEMPORARY SHORING, 12/7/2021 30
6. REFERENCES
a. The following list of references used in these guidelines are placed here in alphabetical order for your
convenience.
i. AREMA Manual for Railway Engineering, 2019, American Railway Engineering and Maintenance-
of-Way Association.
ii. Clough and Duncan, 1991, “Earth Pressures,” Foundation Engineering Handbook, 2nd Edition,
Fang, Chapter 6.
iii. CalTrans Trenching and Shoring Manual, 2011, Revision 1, State of California Department of
Transportation, Office of Structures Construction.
iv. Dismuke, T.D., 1991, “Retaining Structures and Excavations,” Foundation Engineering Handbook,
2nd Edition, Fang, Chapter 12.
v. FHWA-IF-99-015, Geotechnical Engineering Circular 4, Ground Anchors and Anchored Systems,
June 1999, Federal Highway Administration, Office of Bridge Technology.
vi. Henkel, D. J., 1971, "The Calculation of Earth Pressures in Open Cuts in Soft Clays.” The Arup
Journal, Vol. 6, No. 4, pp. 14-15.
vii. NAVFAC DM7.02, Foundations and Earth Structures, September 1986, Department of the Navy,
Naval Facilities Engineering Command.
viii. Terzaghi, K., 1943, Theoretical Soil Mechanics, John Wiley & Sons, Inc., New York, NY.
411
Appendix T
Union Pacific Railroad Contractor Safety Requirements
412
Page 1 of 9
____________________________________________________
UNION PACIFIC RAILROAD COMPANY
Contractor Minimum Safety Requirements
Contents
POLICY STATEMENT & INTRODUCTION ....................................................................................................... 2
SECTION 1: GENERAL SAFETY REQUIREMENTS ..................................................................................... 3
SECTION 2: CORE RESPONSIBILITIES ..................................................................................................... 3
SECTION 3: VEHICLE OPERATIONS ........................................................................................................... 7
SECTION 4: CRITICAL RULES ....................................................................................................................... 8
SECTION 5: TRAINING AND COMPLIANCE WITH 49 C.F.R. §243 ........................................................... 8
SECTION 6: INFORMATION SECURITY & COMPANY PROPERTY ......................................................... 9
SECTION 7: AUDIT .............................................................................................................................................. 9
Last update May 10, 2016
413
Page 2 of 9
POLICY STATEMENT and INTRODUCTION
It is Union Pacific Railroad’s policy to conduct its business in a manner that addresses the safety of
employees, contractors, customers and the communities we serve. Union Pacific will strive to prevent all
incidents, accidents, injuries and occupational illnesses through the active participation of all stakeholders. The
company is committed to continuous efforts to identify and manage safety risks associated with its activities.
Accordingly, Union Pacific’s policy is to:
Encourage and support:
Employee engagement in workplace safety;
A Total Safety Culture;
Care for employees;
Maintain infrastructure and equipment, establish documented safety management systems, provide training
and conduct operations in a manner aimed at safeguarding people and property;
Communicate with employees, contractors, communities and customers with respect to their roles and
responsibilities surrounding rail safety.
Comply with all applicable laws, regulations, rules and instructions.
Respond quickly, effectively, and with care to emergencies, accidents, or incidents in cooperation with
authorized government agencies;
Undertake appropriate reviews and evaluations of its operations to measure progress, foster compliance with
this policy and continually improve.
************************************************************************************************************************
The term “Contractor”, “Contractor-in-Charge” and “Contractor Personnel” as used in this document or
other reference materials applies to all non-employees at the work site including contract personnel, third party
vendors, subcontractors and others within Railroad work areas owned, leased or used by Union Pacific.
Depending on the type of work and the work location, there are many specific safety regulations, including but
not limited to OSHA, FRA, FMCSA requirements, that Union Pacific requires its Contractors to follow.
Contractors should also be prepared to comply with all safety requirements found in their agreements to
perform work for Union Pacific.
These safety and operational requirements are minimum safety standards required by Union Pacific and are
not intended to be inclusive of all safety requirements required by rule, policy or regulation. All contractors,
third party vendors and subcontractor operations must meet these standards as they apply to the work being
performed under agreements with Union Pacific and are to comply with additional, specific safety requirements
called for in connection with the work performed for Union Pacific.
414
Page 3 of 9
SECTION 1: GENERAL SAFETY REQUIREMENTS
1.1 Union Pacific requires its contractors to follow the same safety rules that govern Union Pacific
employees. These include, but are not limited to, requirements related to work gear, equipment, and
safety conduct, reporting, prohibitions against weapons, drugs & alcohol, and fires.
1.2 Railroad management is authorized to take any actions necessary to prevent injuries to any person,
damage to railroad property, disruption of railroad operation, and the safety of the public.
1.3 The Contractor is responsible for the safety of its personnel, subcontractors, and any vendors or
material/delivery drivers working on behalf of the Contractor.
1.4 Contractor Personnel must be familiar with and obey all rules, regulations, and instructions applicable
to their duties and work location prior to performing work. The Contractor is responsible for training
Contractor Personnel to be prepared to work in compliance with all applicable standards and requirements.
1.5 Any questions regarding this information should be directed to the Union Pacific manager in charge of the
work location.
SECTION 2: CORE RESPONSIBILITIES
2.1 Contractor Personnel are empowered to work safely and must:
Be responsible for personal safety and accountable for their behavior;
Correct or protect any unsafe condition or practice and report to proper authority;
Maintain situational awareness;
Work within the limits of physical capabilities. Excessive force must not be used to accomplish
tasks;
Comply with instructions pertinent to their work responsibilities.
2.2 Instructions, Rules and Standard Work:
Copies of the current UPRR Safety Rules, General Code of Operating Practices, standard work, site-specific
directives can be obtained from the UPRR manager in charge of each work location. Any questions or
concerns should be addressed to the UPRR manager in charge of each work location.
Contractors who have access to Union Pacific’s internal website may access timetables, subdivision
general orders, and system general orders by selecting Departments, then select Operations Support.
Next select UP Rule Books, and then click on the desired link from the Electronic Rules, Bulletins and
Timetable (ERT) page.
2.3 Identification and Permission to Enter Work Site:
All Contractor Personnel must have a valid contractor badge and/or an eRailsafe Badge where
applicable or readily show identification showing employment with the Contractor.
Contractor Personnel must conduct themselves in a safe manner that does not expose Union
Pacific, themselves or any other person to risk of property damage and /or personal injury . This
includes compliance with all Union Pacific rules related to working on or around tracks and
equipment.
Permission granted to enter upon Union Pacific premises will be used solely in connection with an
authorized purpose and will terminate once that purpose is accomplished.
2.4 Job Briefings:
415
Page 4 of 9
Must be conducted with all individuals involved in the task before work begins and if the work
plan or work group changes.
The job briefing must:
Consider existing and potential hazards that might be involved as a result of:
Weather,
Scope of work; and
Tools and equipment.
Identify PPE requirements.
Review electronic device use restrictions.
Assign responsibility.
Explain group / individual assignments, while considering abilities and experience.
Be aware of work groups and equipment in work area.
Identify job location.
Verify understanding of instructions and assignments.
For complex jobs:
Brief only a portion of the job, and
Conduct additional briefing(s) as the job progresses.
2.5 Personal Protective Equipment and Proper Attire:
Protective Equipment (PPE) used on duty must:
Be approved by the Safety Department;
Only be used as intended;
Be used where conditions of the job require and in accordance with rules; instructions, or
directions from supervisor;
Not be altered or used if altered.
Anyone entering designated areas or working near others wearing PPE must also wear the required PPE.
Keep all PPE issued in good condition, properly fitted, and replace as required in order to maintain the
intended protection.
Wear clothing that allows the person to perform duties safely and efficiently. Contractors must wear PPE
high visible outerwear color defined by the employing Union Pacific department.
Clothing must not:
Interfere with vision, hearing and free use of hands and/or feet;
Block peripheral vision. When hooded sweatshirts and/or coats or similar type clothing are worn,
they must be secured around the face to prevent the blocking of peripheral vision ;
Be torn, baggy, ragged, loose, or worn so that it could snag easily or catch on cars, engines, tools,
machinery or other equipment but must allow freedom of movement. This includes neckties or
similar clothing.
When working outside, Contractor Personnel must wear:
Pants that cover the legs;
Shirts with at least quarter-length sleeves that cover the back, shoulders, chest, abdomen and
provide protection from sun, insects, abrasions or scratches.
416
Page 5 of 9
Jewelry that may affect one’s safe performance of their duties must not be worn.
Hair, including beards, must be worn in a manner to permit safe performance of duties.
2.6 Use of Electronic Devices:
Contractor Personnel shall not use an electronic device while on duty if that use would interfere
with the performance of safety-related duties.
The restrictions in 49 CFR §220 and Union Pacific Rules 2.21 and 74.3 regarding electronic device use
apply to Contractor Personnel. The rules do not affect the use of railroad radios under FRA regulations.
Contractor Personnel authorized to use work-related electronic devices are prohibited from using such
devices when:
In a red zone or work location where safety sensitive duties are being performed.
Red Zone is defined as: Anytime an employee is working within an area where there is the
potential to be struck by moving equipment, when required to work on under or between
equipment, when working with or around machinery or when entering control operator/train
dispatcher work stations;
Operating any equipment;
Any Contractor Personnel are on the ground fouling the track or on moving or rolling equipment;
Anyone is assisting in preparation of a train, engine or on-track equipment for movement.
It is necessary to verbally obtain or release mandatory directives when radio communication is
available;
Fueling a vehicle;
Standing or walking on a roadway.
Unless required to be powered on for purposes of timely, automated updating or transmission of
information, work-related electronic devices must be powered off with any earpiece removed from the ear,
and stowed when not in use.
Operators of over the road trucks, passenger vehicles and repair type vehicles are permitted to use cell
phones only when a hands free device is used along with voice activated or speed dialing or when parked
in designated parking areas. The use of a cell phone for anything other than voice communication is
prohibited while operating a motor vehicle.
Use of electronic devices is permitted only in break areas, office areas or in parked passenger or over the
road type vehicles in designated parking areas. Gate lanes are not designated parking areas for this
purpose.
2.7 Fire Prevention:
No open fires are permitted on railroad property or in connection with any railroad project or
activity. Fire prevention is accomplished by:
Maintaining good housekeeping;
Not allowing the accumulation of combustible materials and debris ;
Ensuring that fire doors, windows, stairways, fire escapes, pas sageways, and roadways are in
good condition, not blocked, and free from obstruction;
Maintaining access to firefighting equipment;
Ensuring that catalytic converters, exhaust systems, and exhaust gases do not come in contact
with dry grass, weeds, or flammable material.
Immediately correct and/or inform a supervisor of a potential fire hazard.
417
Page 6 of 9
2.8 Smoking:
Smoking, including the use of electronic smoking devices, is prohibited at the following locations
and activities:
1. All Union Pacific property, whether owned or leased, including mechanical facilities, along the
right-of-way, in office buildings, and all service unit facilities and yards;
2. In or near building entrances and contiguous sidewalks;
3. In locomotive cabs, cabooses, bunk cars, company vehicles, and similar equipment;
4. In meetings held at off-site locations.
2.9 Weapons:
Union Pacific employees and all other individuals on Company property or involved in Union Pacific
business off Company property are prohibited from possessing or hiding weapons in facilities,
equipment, or vehicles used in operations while on such property, or on their persons, which
includes but is not limited to grips, suitcases, gym bags and purses. This prohibition applies
even if the individual is licensed to carry a concealed handgun under state law. Only Union Pacific
Police and on-duty law enforcement officers acting in an official capacity are authorized to possess
weapons on Company property.
A "weapon" shall mean any device, instrument, material or substance (animate or inanimate) that is used
to threaten, or is capable of causing, death or bodily injury. This prohibition includes but is not limited to
firearms, knives with a blade longer than three inches, tasers, stun guns and pepper sprays. Union
Pacific Police are authorized to make the final determination of whether a particular item constitutes a
weapon under this policy.
2.10 Drugs and Alcohol:
Contractor Personnel must not have any prohibited substances in their bodily fluids when
reporting for duty, while on duty or while on Union Pacific property.
The use or possession of alcoholic beverages while on duty or on Union Pacific property is prohibited.
The use or possession of intoxicants, over-the-counter or prescription drugs, narcotics, controlled
substances, or medication that may adversely affect safe performance is prohibited while on duty or on
Union Pacific property.
Prohibited drugs include “controlled substances” on Schedule I through V of the Federal Controlled
Substances Act, as revised. Controlled substances are listed in 21 CFR Part 1308. The controlled
substances list includes illegal drugs (Schedule I) and those that are distributed only by medic al
practitioner’s prescription or other authorization (Schedules II through IV, and some drugs on Schedule
V), and certain preparations for which distribution is through documented over-the-counter sales
(Schedule V only).
2.11 Reporting:
All cases of personal injury, while on duty or on company property, must be immediately reported to the
proper manager and the prescribed form completed. All cases of occupational illness must be
immediately reported to the proper manager and the prescribed form completed. Because railroads are
required by federal regulations to report injuries and occupational illnesses that meet certain medical
treatment criteria, Contractor Personnel must report to their manager any medical treatment they receive
that was directly related to their injury or illness, including any follow -up visits.
418
Page 7 of 9
Contractor Personnel must immediately contact the Union Pacific Railroad Response Management
Communications Center (RMCC) at 1-888-UPRRCOP (877-7267) or local law enforcement authorities to
remove trespassers, etc. on company property. All environmental hazards caused by or observed by the
contractor should be reported to RMCC and the local Union Pacific manager responsible for the facility as
soon as practical. This does not relieve the Contractor of any obligations to properly report injuries in
accordance with any laws or regulations (e.g., OSHA requirements).
SECTION 3: VEHICLE OPERATIONS
3.1 Seat Belts:
All vehicle occupants must use seat belts, where provided. This includes:
Company vehicles;
Privately-owned vehicles used on company business;
Leased, rented or contract vehicles;
Hi-rail vehicles on and off the rail;
Operating material handling or utility type vehicles, if so equipped (i.e. forklifts, mobile cranes,
mules, utility trucks, etc).
The driver must not move a vehicle until assured all passengers are seated and have their seat belts
fastened in proper restraining position.
Exception: Seat belt use is not required if vehicle is not exceeding 5 mph and vehicle is used during the
task of inspecting cars, coupling air hoses or changing brake shoes.
3.2 Driver Responsibilities:
Drivers are required to:
Know and observe all local, state, and federal laws and regulations governing vehicle operation;
Use courtesy, consideration, and common sense to prevent accidents and control situations
encountered that cannot be provided for in the law;
Obey posted speed limits. Not to exceed a safe and prudent speed for their vehicle when weather,
traffic, road conditions, vehicle load or any other prevailing conditions necessitates operating at a
lower speed;
Ensure that required emergency equipment and tools are in the vehicle.
Maintain good housekeeping;
Ensure loose items are not kept on the dash or rear window shelf;
Ensure tools, equipment, material and freight are properly secured;
Ensure Gross Vehicle Weight Rating (GVWR) of vehicle is not exceeded;
Ensure headlights or running lights are on while vehicle is moving.
Drivers must not drive when suffering fatigue, lack of sleep, illness, or any other physical
condition which may affect alertness and ability to operate the vehicle safely.
3.3 Operating Yard Vehicles:
Only qualified, authorized drivers are permitted to operate yard vehicles. Compliance with other
vehicle rules including speed and inspection also apply to operating all vehicles.
Reckless or careless driving is prohibited. Operators of vehicles must not:
419
Page 8 of 9
Make adjustments or disable any speed limiting devices;
Park the vehicle foul of any railroad track;
Park vehicle to foul a portion of a roadway unless proper warning to approaching traffic is
provided;
Cut through empty parking stalls;
Pull through parking stalls;
Cross over yellow crane safety distance lines;
Drive under or park under overhead cranes;
Enter a protected work area;
Pass any vehicle on the right side of the roadway.
3.4 Back-Up Moves:
Work must be planned to minimize back-up moves and to avoid driving into areas requiring back-
up moves. No back-up move is allowed when a forward move can safely be made.
Employee(s) in the cab of a vehicle must not distract the driver with unnecessary conversation or other
distractions until the back-up move is completed. Before initiating a back-up move, the driver must walk to
the rear of the vehicle to confirm that it is safe to move unless a second person is directing the move in
accordance with Union Pacific safety rule requirements.
3.5 Crossings:
Drivers must approach railroad crossings prepared to stop. Before crossing track(s) where visibility
is impaired by railroad equipment or other obstruction that prevents a clear view of approaching trains,
the driver of the vehicle must:
Stop the vehicle and verify (by either a flagman or personal observat ion) there will be no
movement on the track(s) being crossed, or
Use an alternate crossing.
Vehicles designed to transport 16 or more passengers including the driver or placarded vehicles
must stop at all highway railroad crossings at grade.
Drivers must stop before proceeding over any crossing within a yard. This includes crossings where
no stop sign is posted. Only one stop is required for multiple crossings.
SECTION 4: CRITICAL RULES
“Critical rules” are applicable to Union Pacific employees and Contractor Personnel. Noncompliance
with these rules could potentially result in serious or life-threatening consequences for Contractor
Personnel performing safety sensitive work or the public or could compromise safe railroad operations.
These rules include repeated or deliberate failure to comply with instructions .
Each department or work area must comply with the specific regulatory, rules and policy requirements
associated with the work performed. It is the Contractor’s responsibility to ensure all Contractor Personnel
are trained regarding the rules, policies and regulations applicable to their work prior to performing their
duties. Rules, policies and regulations are updated periodically, and it is the responsibility of the
Contractor to be in compliance with the most recent versions of those requirements.
SECTION 5: TRAINING AND COMPLIANCE WITH 49 C.F.R. §243
420
Page 9 of 9
All Contractor Personnel must be trained in accordance with all regulatory and Union Pacific safety
requirements prior to performing work. The Contractor is responsible for ensuring all Contractor Personnel
have in their possession any required identification, certifications and licenses necessary when performing
work for Union Pacific.
Contractors who employ Personnel who perform safety-related railroad work as defined in 49 C.F. R. §243 for
Union Pacific must ensure that any person they employ is trained and qualified to comply with any relevant
Federal railroad safety laws, regulations, and orders, as well as any relevant railroad rules and procedures
promulgated to implement those Federal railroad safety laws, regulations, and orders. Part 243 contains the
general minimum training and qualification requirements for each category and subcategory of safety-related
railroad work. Contractors must certify their compliance with the contents of 49 C.F.R. §243, including
those aspects of training that are specific to the Union Pacific’s rules and procedures.
SECTION 6: INFORMATION SECURITY & COMPANY PROPERTY
All physical property and business information the Company acquires and produces, in any form, constitutes a
corporate asset. The ownership, usage, dissemination, storage, or formulation of information, as well as all
physical and computer systems used to process, transmit, or store data, belong to the Company. It is the
responsibility of every user to guard against unauthorized use or disclosure of Company assets. Anyone
working for or on behalf of a Union Pacific may not divert to his or her personal benefit any invention, know-
how, technology or computer program developed or learned of in the course of his or her employment .
Each person who is issued a User ID is responsible for the confidentiality of the password, and for any action
performed with that User ID. Once a User ID is assigned, it shall identify the same person on all systems. A
User ID and password is the individual’s computer security credentials. A User ID and password are an
individual’s authorization for secure access and to track the identity of the user when accessing UP computer
systems. Loaning out use of security credentials or sharing passwords with others is strictly prohibited. Each
individual is personally accountable for all activity that is associated with an assigned computer security
credentials.
SECTION 7: AUDIT
Contractors are responsible for audit, oversight and any periodic testing required by regulation or Union
Pacific. Contractors are subject to safety audits by Union Pacific management and supervisors at any time.
421
Save: 2/23/2024 11:43 AM sprall Plot: 2/26/2024 12:24 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618TL.dwg
STEPHEN PRALL3/6/202454949I HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MYDIRECT SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONALENGINEER UNDER THE LAWS OF THE STATE OF MINNESOTA.PROJECT LOCATIONSTA. 5+55.00BEGIN S.A.P. 128-408-002STA.33+50END S.A.P. 128-408-0021103CONSTRUCTION PLANS FOREXCAVATION, GRADING, CONCRETE CURB & GUTTER,CONCRETE SIDEWALK, BITUMINOUS PAVING, STORM SEWER,SANITARY SEWER REPAIR, & WATER MAIN REPLACEMENTCITY OFN.T.S.MINNESOTA DEPARTMENT OF TRANSPORTATIONSignatureLic. No.Date:DISTRICT STATE AID ENGINEER: REVIEWED FORCOMPLIANCE WITH STATE AID RULES/POLICYRECOMMENDED FOR APPROVAL:RECOMMENDED FOR APPROVAL:APPROVED FOR STATE AID FUNDING STATEAID ENGINEERDATEDATEDATEAPPROVED:CITY ENGINEER OF GOLDEN VALLEYFILE NO.-NOTE:THE SUBSURFACE UTILITY INFORMATION IN THIS PLAN IS UTILITY QUALITY LEVEL D.THIS UTILITY QUALITY LEVEL WAS DETERMINED ACCORDING TO THEGUIDELINES OF CI/ASCE 38-22 ENTITLED "STANDARD GUIDELINES FORINVESTIGATING AND DOCUMENTING EXISTING UTILITIES."THE CONTRACTOR SHALL CALL THE ONE CALL SYSTEM AT811 BEFORE COMMENCING EXCAVATION.Know what'sbelow.before you dig.CallRPROJECT LOCATIONSTOPPING SIGHT DISTANCE BASED ON:3.5' HEIGHT OF EYEZANE AVENUE (MSAS 408)S.A.P. 128-408-002GROSS LENGTHBRIDGE LENGTHEXCEPTION LENGTHNET LENGTHDESIGNDESIGN SPEEDR-VALUEESALSEXISTING A.D.T. (2023)20 YR. PROJECTED A.D.T. (2043)% HCADT (2043)FUNCTIONAL CLASSIFICATIONNO. OF TRAFFIC LANESSHOULDER WIDTHNO. OF PARKING LANES2' HEIGHT OF OBJECT2,795 FEET 0.529 MILES0 FEET 0.000 MILES 0 FEET 0.000 MILES 2,795 FEET 0.529 MILES10 TON30 M.P.H.301,044,0001,2001,30910.56 %URBAN COLLECTOR2 - 12'N/A0DESIGN DESIGNATIONGOLDEN VALLEY,MINNESOTACITY PROJECT NO. 23-02S.A.P. 128-408-002S.A.P. 128-408-002 LOCATED ON ZANE AVENUE (MSAS 408) FROM NORTHOLSON MEMORIAL HIGHWAY FRONTAGE ROAD TO GOLDEN VALLEY ROADGOLDEN VALLEY, MINNESOTAGOLDV 163618S.A.P. 128-408-002THIS PLAN CONTAINS 103 SHEETS.INDEXALL TRAFFIC CONTROL DEVICES SHALL CONFORM TO THE LATEST EDITION OF THEMINNESOTA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, INCLUDING THE LATESTFIELD MANUAL FOR TEMPORARY TRAFFIC CONTROL ZONE LAYOUTS.GOVERNING SPECIFICATIONSTHE 2020 EDITION OF THE MINNESOTA DEPARTMENT OF TRANSPORTATION"STANDARD SPECIFICATIONS FOR CONSTRUCTION" SHALL GOVERN EXCEPTAS MODIFIED BY THE SPECIFICATIONS FOR THIS PROJECT.SIGN (NON STREET NAME)EDGE OF WOODED AREABUSH / SHRUB AND STUMPDECIDUOUS AND CONIFEROUS TREEBUILDINGRAILROAD TRACKSSTREET NAME SIGNFENCE (UNIDENTIFIED)SANITARY SEWER SERVICE & CLEANOUTTRAFFIC SIGNALWATER SERVICE AND CURB STOP BOXWATER MAIN, HYDRANT, VALVE AND MANHOLESTORM SEWER, MANHOLE AND CATCH BASINSANITARY SEWER AND MANHOLEPERMANENT EASEMENTSOIL BORINGLIGHT POLEOVERHEAD WIRE, POLE AND GUY WIREGAS MAIN, VALVE, VENT AND METER BURIED TV CABLE, PEDESTAL AND MANHOLEFMCULVERT AND APRON ENDWALLFORCE MAIN AND LIFT STATIONRIGHT OF WAYEXISTINGP-BURETTGG#X6"6"BURIED PHONE CABLE, PEDESTAL AND MANHOLEBURIED FIBER OPTIC CABLE AND MANHOLEFOTV-BURTVGXBARBED WIRE FENCEXCCHAIN LINK FENCEXEELECTRIC WIRE FENCEXWDWOOD FENCEXWWWOVEN WIRE FENCEPLATE BEAM GUARDRAILCABLE GUARDRAILT-BURWETLANDWETHHPROPERTY LINEHANDHOLEPOST / BOLLARDRETAINING WALLHORIZONTAL CONTROL POINTBENCHMARKSURVEY MARKERXX"GTVPEXXEBURIED ELECTRIC CABLE, PEDESTAL, MANHOLE,TRANSFORMER AND METERBM6+00>>>IPROPOSEDFMSTORM SEWER, MANHOLE AND CATCH BASINDRAIN TILECULVERT AND APRON ENDWALLDITCH / SWALESANITARY SERVICE AND CLEANOUTRIGHT-OF-WAYTEMPORARY EASEMENTPERMANENT EASEMENTWATER SERVICE AND CURB STOP BOXSANITARY SEWER, BULKHEAD AND MANHOLEWATER MAIN, TEE, HYDRANT, BULKHEAD AND VALVEFORCE MAINSTREET CENTERLINECONSTRUCTION LIMITSWATER VALVE MANHOLE, REDUCER, BEND AND CROSSRIPRAPSTREET NAME SIGNSIGN (NON STREET NAME)RETAINING WALL>>>SSTWofPHONE: 651.490.20003535 VADNAIS CENTER DRIVEST. PAUL, MN 55110-5196www.sehinc.comZANE AVENUE (MSAS 408)LINDSAY ST.GOLDEN VALLEY
RD
HWY 100STATE HWY 55ZANE AVENUE & LINDSAY STREETIMPROVEMENTSN OLSON MEMORIAL HWY FRONTAGE RDDOUGLAS DR N
CITY OF GOLDENVALLEY, HENNEPINCOUNTYSHEETNO.DESCRIPTION1TITLE SHEETEQ1-EQ3STATEMENT OF ESTIMATED QUANTITIESCN1CONSTRUCTION NOTESD1-D15STANDARD DETAILSTB1EXISTING SANITARY SEWER STRUCTURE SCHEDULETB2EXISTING STORM SEWER STRUCTURE SCHEDULETB3EXISTING WATER MAIN TABULATIONTB4SANITARY SEWER REPAIR TABULATIONTB5PROPOSED STORM SEWER STRUCTURE SCHEDULETB6-TB7PROPOSED WATER MAIN TABULATIONE1-E4SWPPP & EROSION CONTROL PLANA1-A2ALIGNMENT PLAN & TABULATIONTY1TYPICAL SECTIONSID1INTERSECTION DETAILSID2-ID6DRIVEWAY DETAILSPR1-PR2PEDESTRIAN RAMP DETAILSSS1-SS9SIGNING AND STRIPING TABULATIONS, PLANS, ANDDETAILSCS1CONSTRUCTION SEQUENCING PLANCS2LUCE LINE TRAIL DETOUR PLANGRADING PLANG1-G4ZANE AVENUEG5-G6LINDSAY STREETG7UPRR CROSSING AT ZANE AVENUEUTILITY PLAN (SANITARY SEWER & WATER MAIN)U1-U4ZANE AVENUEU5-U6LINDSAY STREETSTORM SEWER PLANS1-S4ZANE AVENUES5-S6LINDSAY STREETS7-S9STORM SEWER PROFILESS10STORM SEWER PROFILES - UPRR CROSSING AT ZANEAVENUECROSS SECTIONSX1-X27CROSS SECTIONSSECTION 33 TOWNSHIP 118 RANGE 21UNION PACIFIC RAILROADUPRR CROSSING185-033Y422
STATEMENT OF ESTIMATED QUANTITIESLINEITEM NO.ITEM DESCRIPTIONUNITTOTAL ESTIMATEDQUANTITY ZANE AVENUE N. PARTICIPATING S.A.P. 128-408-002ZANE AVENUE N.NON-PARTICIPATINGLINDSAY STREET NON-PARTICIPATINGROADWAYSIDEWALKSTORM SEWERROADWAYSANITARY SEWERWATER MAINROADWAYSTORM SEWERSANITARY SEWERWATER MAIN12021.501MOBILIZATIONLS1.000.440.040.100.020.120.180.020.030.0522101.502CLEARINGEACH127532101.502GRUBBINGEACH127542101.505CLEARINGACRE0.300.3052101.505GRUBBINGACRE0.300.3062104.502REMOVE BOLLARDSEACH2272104.502REMOVE GATE VALVEEACH3382104.502REMOVE GATE VALVE & BOXEACH32221092104.502REMOVE HYDRANTEACH1293102104.502REMOVE DRAINAGE STRUCTUREEACH14104112104.502REMOVE SIGN TYPE CEACH41365122104.502SALVAGE BOULDEREACH11132104.502SALVAGE SIGN TYPE CEACH55142104.502SALVAGE SIGN TYPE SPECIALEACH6231152104.502SALVAGE MAILBOX SUPPORTEACH1515162104.503SAWING CONCRETE PAVEMENT (FULL DEPTH)LF370137233172104.503SAWING BITUMINOUS PAVEMENT (FULL DEPTH)LF17331353380182104.503REMOVE SEWER PIPE (STORM)LF605471134192104.503REMOVE SEWER PIPE (SANITARY)LF416140276202104.503REMOVE CURB & GUTTERLF944465922852212104.503SALVAGE CHAIN LINK FENCELF110110222104.503REMOVE SANITARY SERVICE PIPELF9797232104.503REMOVE WATER SERVICE PIPELF760187573242104.503REMOVE WATER MAINLF480432491555252104.504REMOVE CONCRETE DRIVEWAY PAVEMENTSY825501324262104.504REMOVE BITUMINOUS DRIVEWAY PAVEMENTSY14821298184272104.504REMOVE BITUMINOUS PAVEMENTSY276016511109282104.518REMOVE CONCRETE WALKSF10021002292104.602REMOVE MANHOLE (SANITARY)EACH22302104.602REMOVE MANHOLE (WATERMAIN)EACH33312104.602REMOVE CASTING (CASTING AND COVER - STORM)EACH15114322104.602REMOVE CASTING (CASTING AND COVER - WATER MAIN)EACH33332104.602REMOVE CASTING (FRAME- SANITARY)EACH1376342104.602SALVAGE CASTING (COVER- SANITARY)EACH1376352104.603SALVAGE LANDSCAPE EDGING-BRICKLF721260362104.603SALVAGE MODULAR BLOCK RETAINING WALLLF1010372104.604REMOVE CONCRETE PAVEMENT (CRUSH & SALVAGE FOR TEMP. STABILZATION)SY15550107724778382104.618SALVAGE CONCRETE PAVERSSF8484392104.618REMOVE LANDSCAPING MULCHSF20711592402106.507EXCAVATION - COMMON (EV)CY22840161316709412106.507EXCAVATION - SUBGRADE (EV)CY750500250422106.609SELECT GRANULAR BORROW MOD 5%TON31210215809630432108.504GEOTEXTILE FABRIC TYPE VSY12600722322902408679442118.609AGGREGATE SURFACING SPECIAL (3" MINUS - TEMPORARY DRIVEWAYS)TON21741832342452123.610STREET SWEEPING (WITH PICKUP BROOM)HR543618462211.509AGGREGATE BASE CLASS 5TON793157142217472301.602DRILL & GROUT REINF BAR (EPOXY COATED)EACH247247482331.603JOINT ADHESIVE (MASTIC)LF1464696435003492357.506BITUMINOUS MATERIAL FOR TACK COATGAL13351024311502360.509TYPE SP 9.5 WEARING COURSE MIX (4,F)TON25131966547512360.509TYPE SP 12.5 NON WEAR COURSE MIX (2,C)TON31392307832522360.609TYPE SP 9.5 WEARING COURSE MIX (2,C) - DRIVEWAYS AND TRAILSTON44235191532451.609COARSE FILTER AGGREGATE (DRAIN TILE)TON13071008299542451.609PIPE BEDDING MATERIALTON247755175155616552451.609CRUSHED ROCKTON150100103010562502.6026" PVC PIPE DRAIN CLEANOUT ASSEMBLYEACH21138572502.6036" PERF PVC PIPE DRAIN (W/ SOCK)LF467636071069582503.5036" DUCTILE IRON PIPE SEWER CL 52LF9797592503.5038" DUCTILE IRON PIPE SEWER CL 52LF140140602503.50310" DUCTILE IRON PIPE SEWER CL 52LF276276612503.50351" SPAN RC PIPE-ARCH SEWER CLASS IIIALF6060622503.50312" RC PIPE SEWER DESIGN 3006 CLASS VLF5252632503.50315" RC PIPE SEWER DESIGN 3006 CLASS VLF791638153642503.50318" RC PIPE SEWER DESIGN 3006 CLASS VLF7676652503.50318" RC PIPE SEWER DESIGN 3006 CLASS IIILF603422181662503.50321" RC PIPE SEWER DESIGN 3006 CLASS IIILF425256169672503.50324" RC PIPE SEWER DESIGN 3006 CLASS IIILF259259682503.50327" RC PIPE SEWER DESIGN 3006 CLASS IIILF5252692503.50330" RC PIPE SEWER DESIGN 3006 CLASS VLF1010Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02Save: 2/26/2024 12:16 PM sprall Plot: 2/26/2024 12:24 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618EQ.dwg
EQ13/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103STATEMENT OF ESTIMATEDQUANTITIESZANE AVENUE AND LINDSAY STREETIMPROVEMENTS423
STATEMENT OF ESTIMATED QUANTITIESLINEITEM NO.ITEM DESCRIPTIONUNITTOTAL ESTIMATEDQUANTITY ZANE AVENUE N. PARTICIPATING S.A.P. 128-408-002ZANE AVENUE N.NON-PARTICIPATINGLINDSAY STREET NON-PARTICIPATINGROADWAYSIDEWALKSTORM SEWERROADWAYSANITARY SEWERWATER MAINROADWAYSTORM SEWERSANITARY SEWERWATER MAIN702503.50348" RC PIPE SEWER DESIGN 3006 CLASS IIILF1616712503.60312" HDPE PIPE SEWERLF88722503.602CONNECT TO EXISTING SANITARY SEWEREACH651732503.602CONNECT TO EXISTING MANHOLES (STORM SEWER)EACH211742503.602CONNECT TO EXISTING STORM SEWEREACH77752503.602CONNECT TO EXISTING SANITARY SEWER SERVICEEACH33762503.6026" CLEAN-OUT ASSEMBLY (SANITARY)EACH33772503.602CONSTRUCT BULKHEADEACH22782503.603CLEAN PIPE SEWERLF341132209792503.6034" PVC PIPE SEWER (SDR-35)LF273273802503.6036" PVC PIPE SEWER (SDR-35)LF16911691812503.603LINING SEWER PIPE 8"LF1556646910822503.603LINING SEWER PIPE 9"LF16201331289832504.601TEMPORARY WATER SYSTEMLS1.000.720.28842504.602CONNECT TO EXISTING WATERMAINEACH17134852504.602HYDRANTEACH1293862504.602ADJUST VALVE BOX - WATEREACH11872504.6021" CORPORATION STOPEACH18117882504.6022" CORPORATION STOPEACH44892504.6024" GATE VALVE & BOXEACH321902504.6026" GATE VALVE & BOXEACH17143912504.6028" GATE VALVE & BOXEACH936922504.60210" GATE VALVE & BOXEACH11932504.60212" GATE VALVE & BOXEACH66942504.6021" SADDLE (STAINLESS STEEL)EACH18117952504.6022" SADDLE (STAINLESS STEEL)EACH44962504.6021" CURB STOP & BOXEACH18117972504.6022" CURB STOP & BOXEACH44982504.602HYDRANT MARKEREACH1293992504.6034" PVC WATERMAINLF8040401002504.6036" PVC WATERMAINLF336306301012504.6038" PVC WATERMAINLF15495214971022504.60310" PVC WATERMAINLF45451032504.60312" PVC WATERMAINLF278327831042504.6031" TYPE PE PIPE (SIDR 7 WATER SERVICE)LF625455801052504.6032" TYPE PE PIPE (SIDR 7 WATER SERVICE)LF1471471062504.60324" STEEL CASING PIPE (JACKED)LF90901072504.6044" POLYSTYRENE INSULATIONSY13722453244083951082504.608DUCTILE IRON FITTINGS (EPOXY COATED)LB59293672100112561092506.502CONSTRUCT DRAINAGE STRUCTURE DES 48-4020EACH201821102506.502CONSTRUCT DRAINAGE STRUCTURE DES 54-4020EACH441112506.502CONSTRUCT DRAINAGE STRUCTURE DES 60-4042EACH111122506.502CONSTRUCT DRAINAGE STRUCTURE DES 66-4042EACH111132506.502CONSTRUCT DRAINAGE STRUCTURE DES 72-4020EACH331142506.502CONSTRUCT DRAINAGE STRUCTURE DES 84-4020EACH111152506.502CONSTRUCT DRAINAGE STRUCTURE DES 96-4020EACH111162506.602CONSTRUCT DRAINAGE STRUCTURE DES 48-4020 (W/ 4' SUMP)EACH2111172506.602CONSTRUCT DRAINAGE STRUCTURE DES 54-4020 (W/ 4' SUMP)EACH221182506.602CONSTRUCT DRAINAGE STRUCTURE DES 72-4020 (W/ 4' SUMP)EACH111192506.602CONSTRUCT DRAINAGE STRUCTURE DES STD. 2X3EACH171341202506.602CONSTRUCT DRAINAGE STRUCTURE DES 4007 (SANITARY)EACH221212506.602CASTING ASSEMBLY (DRIVEWAY CURB STOP)EACH221222506.602CASTING ASSEMBLY (NEENAH R-3067-L)EACH484081232506.602CASTING ASSEMBLY (NEENAH R-3237)EACH111242506.602CASTING ASSEMBLY (NEENAH R-2573)EACH111252506.602CASTING ASSEMBLY (NEENAH R-1733) (STORM)EACH221262506.602CASTING ASSEMBLY (NEENAH R-4342)EACH221272506.602CASTING ASSEMBLY SPECIAL (FRAME ONLY - NEENAH R-1733)EACH12751282506.602CASTING ASSEMBLY SPECIAL (FRAME ONLY - NEENAH R-1733-1)EACH111292506.602INSTALL CASTING (SALVAGED COVER) (SANITARY)EACH13761302506.602CASTING ASSEMBLY (MCDONALD 74M "A" SERIES)EACH2413831312506.602ADJUST FRAME AND RING CASTING (STORM)EACH8621322506.602ADJUST FRAME AND RING CASTING (GATE VALVE MANHOLE)EACH111332506.603RECONSTRUCT SANITARY STRUCTURELF16.9015.251.651342511.602PLACE BOULDEREACH111352521.5184" CONCRETE WALKSF15596155961362521.5186" CONCRETE WALKSF328432841372531.503CONCRETE CURB & GUTTER DESIGN B612LF3413411382531.503CONCRETE CURB & GUTTER DESIGN B618LF665641742482Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02Save: 2/26/2024 12:16 PM sprall Plot: 2/26/2024 12:24 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618EQ.dwg
EQ23/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103 STATEMENT OF ESTIMATEDQUANTITIESZANE AVENUE AND LINDSAY STREETIMPROVEMENTS424
STATEMENT OF ESTIMATED QUANTITIESLINEITEM NO.ITEM DESCRIPTIONUNITTOTAL ESTIMATEDQUANTITY ZANE AVENUE N. PARTICIPATING S.A.P. 128-408-002ZANE AVENUE N.NON-PARTICIPATINGLINDSAY STREET NON-PARTICIPATINGROADWAYSIDEWALKSTORM SEWERROADWAYSANITARY SEWERWATER MAINROADWAYSTORM SEWERSANITARY SEWERWATER MAIN1392531.503CONCRETE CURB & GUTTER DESIGN D412LF31311402531.503CONCRETE CURB DESIGN B6LF1101101412531.5046" CONCRETE DRIVEWAY PAVEMENTSY519274921422531.603CONCRETE SILLLF209620961432531.6048" CONCRETE DRIVEWAY PAVEMENT (HIGH EARLY)SY725642831442531.6047" COMMERCIAL CROSS GUTTER DRIVEWAY (HIGH EARLY)SY9447761681452531.618TRUNCATED DOMESSF5345341462540.602INSTALL SALVAGED MAILBOX AND SUPPORTEACH15151472540.603LANDSCAPE EDGINGLF2412121482540.603INSTALL SALVAGED LANDSCAPE EDGING-BRICKLF7212601492540.603INSTALL SALVAGED MODULAR BLOCK RETAINING WALLLF10101502540.618INSTALL CONCRETE PAVERSSF84841512540.618CONCRETE PAVERS (F&I)SF1001001522557.603INSTALL CHAIN LINK FENCELF1101101532563.601TRAFFIC CONTROLLS1.000.440.040.100.020.120.180.020.030.051542564.502INSTALL SIGN TYPE CEACH551552564.518SIGNS PANELS TYPE CSF280.15201.9033.0045.251562564.518SIGN TYPE SPECIALSF62.0033.0029.001572564.602INSTALL SIGN TYPE SPECIALEACH221582571.502CONIFEROUS TREE 6' HT B&BEACH4221592571.502DECIDUOUS TREE 2.5" CAL B&BEACH14861602571.502DECIDUOUS SHRUB NO 5 CONTEACH7251612571.602CONIFEROUS SHRUB NO 5 CONTEACH5231622572.603TEMPORARY FENCE (TREE PROTECTION FENCING)LF1001001632573.501STABILIZED CONSTRUCTION EXITLS1.000.440.040.100.020.120.180.020.030.051642573.501EROSION CONTROL SUPERVISORLS1.000.440.040.100.020.120.180.020.030.051652573.503SILT FENCE, TYPE MSLF101910191662573.503SEDIMENT CONTROL LOG TYPE STRAWLF9178131672575.604ROLLED EROSION PREVENTION CATEGORY 10SY6106101682575.604SEEDING - MnDOT 38-631 (POLLINATOR PLOT URBAN SE) (W/ 4" TOPSOIL)SY6106101692575.604SODDING TYPE LAWN (W/ 4" TOPSOIL)SY10913647144421702575.604MULCH MATERIAL, TYPE SPECIAL (4" THICK)SY2251251001712575.604HYDRAULIC MULCH MATRIX (W/ 4" TOPSOIL, SEED & HYDRAULIC MULCH)SY7227221722573.502STORM DRAIN INLET PROTECTIONEACH8558271732582.6034" SOLID LINE YELLOW - MULTI-COMPONENT (WR)LF4004001742582.60324" SOLID LINE WHITE - MULTI-COMPONENT (WR)LF122110121752582.6034" BROKEN LINE YELLOW - MULTI-COMPONENT (WR)LF5505501762582.618PAVEMENT MESSAGE - MULTI-COMPONENT (WR)SF1241241772582.618CROSSWALK MULTI COMP (WR)SF744744178SPEC PROVF&I MANHOLE BAFFLE (STORM)SF81.5046.5035.00BID ALTERNATE A - SANITARY SEWER SERVICE WYE SEALING VIA GROUT PACKER INJECTION METHOD179SPEC PROVCHEMICAL GROUTGAL1556095180SPEC PROVSEAL 8" MAIN TO 6" LATERAL W/ 3' BLADDEREACH17314181SPEC PROVSEAL 9" MAIN TO 6" LATERAL W/ 3' BLADDEREACH1495BID ALTERNATE B - SANITARY SEWER WYE LINERS182SPEC PROVSERVICE WYE LINER - 8" MAIN X 6" WYEEACH17314183SPEC PROVSERVICE WYE LINER - 9" MAIN X 6" WYEEACH1495Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02Save: 2/26/2024 12:16 PM sprall Plot: 2/27/2024 10:42 AM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618EQ.dwg
EQ33/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103 STATEMENT OF ESTIMATEDQUANTITIESZANE AVENUE AND LINDSAY STREETIMPROVEMENTS425
Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02PROTECT ALL FACILITIES (INCLUDING PRIVATE UTILITIES) NOT DESIGNATED FORREMOVAL.CONTRACTOR SHALL MINIMIZE INTERRUPTION OF WATER MAIN SERVICE TOADJACENT PROPERTIES. CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48HOURS IN ADVANCE OF WATER MAIN SERVICE DISRUPTION. CONTRACTOR SHALLCOORDINATE SERVICE INTERRUPTION WITH THE CITY.ANY USE OF TRENCH BOX, SHEETING, SHORING OR OTHER METHODS OR MEANSOF CONSTRUCTION NECESSARY TO COMPLETE CONSTRUCTION WITHIN THECONSTRUCTION LIMITS OR SLOPE EASEMENTS SHOWN WILL BE CONSIDERED TOBE INCIDENTAL & NO DIRECT COMPENSATION WILL BE MADE THEREFORE.COMPACTION OF GRADING ITEMS, INCLUDING AGGREGATE BASE, SHALL BEACCOMPLISHED BY THE "QUALITY COMPACTION METHOD".BACKFILLING OF CURBS WITH ON-SITE MATERIAL IS INCIDENTAL.WHEN CONNECTION TO EXISTING CURB IS REQUIRED, THE EDGE OF EXISTINGCURB SHALL BE SAWCUT TO A NEAT LINE. THIS SHALL BE CONSIDEREDINCIDENTAL.PROPOSED WORK OUTSIDE OF THE RIGHT-OF-WAY IS COVERED BY ATEMPORARY "RIGHT OF ENTRY" AN AGREEMENT BETWEEN THE CITY OF GOLDENVALLEY AND THE PROPERTY OWNER.WATER, GAS, ELECTRIC, FIBER OPTIC, TELEPHONE/COMMUNICATION, SEWER, &TV CABLE LINES SHOWN ON THE DRAWINGS ARE PLOTTED FROM THE BESTINFORMATION AVAILABLE AT THE TIME OF PLAN PREPARATION, BUT MAY NOTREFLECT ACTUAL LOCATIONS OR ELEVATIONS. THE CONTRACTOR SHALL VERIFYLOCATION OF ALL UTILITIES BEFORE BEGINNING CONSTRUCTION WHICH MAY BEAFFECTED BY A UTILITY CONFLICT. THE CONTRACTOR SHALL GIVE 48 HOURSNOTICE TO THE OWNERS OF ALL KNOWN UTILITIES BEFORE STARTING ANYOPERATIONS AFFECTING THOSE PROPERTIES, OR BEGINNING EXCAVATION INTHE VICINITY OF THOSE PROPERTIES, THE CONTRACTOR'S ATTENTION ISDIRECTED TO SECTION 1507 IN THE MNDOT STANDARD SPECIFICATIONS. THECONTRACTOR IS HEREBY REMINDED OF HIS RESPONSIBILITY UNDER STATE LAWTO CONTACT ALL UTILITIES THAT MAY HAVE FACILITIES IN THE AREA. CONTACTMUST BE MADE THROUGH GOPHER STATE ONE-CALL.ALL USES OF THE WORD "INCIDENTAL" IN THESE CONSTRUCTION DOCUMENTSSHALL BE CONSTRUED TO MEAN INCIDENTAL WORK FOR WHICH NO DIRECTCOMPENSATION SHALL BE MADE.DEWATERING DURING UTILITY CONSTRUCTION SHALL BE CONSIDEREDINCIDENTAL.IN ORDER TO MAINTAIN TEMPORARY VEHICLE ACCESS DURING CONSTRUCTION,EXISTING CONCRETE PAVEMENT SHALL BE REMOVED HALF AT A TIME ON EACHSTREET AS NEEDED TO REPLACE EXISTING WATER MAIN. EXISTING CONCRETEPAVEMENT SHALL BE CRUSHED ON SITE AND USED AS A TEMPORARY DRIVINGSURFACE UNTIL STREET SUBCUTTING BEGINS. REFER TO SPECIFICATIONS FORADDITIONAL DETAILS.CONTRACTOR SHALL PROVIDE & MAINTAIN ALL EROSION CONTROL MEASURESAS SHOWN ON THESE PLANS & SPECIFICATION, & WILL IMPLEMENT ANYADDITIONAL EROSION CONTROL MEASURES NECESSARY, OR AS DIRECTED BYENGINEER, IN ORDER TO PROTECT ADJACENT PROPERTY.ALL DIMENSIONS SHALL BE TO FACE OF CURB UNLESS STATED OTHERWISE.ADA PEDESTRIAN RAMP LAYOUTS IN THIS PLAN ARE ONLY FOR GUIDANCE ANDESTIMATING QUANTITIES. TYPE OF RAMP SHALL BE CONSTRUCTED TO MATCHFIELD CONDITIONS AND OBTAIN ADA COMPLIANCY.APPROXIMATE EXCAVATION DEPTHAPPROXIMATE EXCAVATION DEPTH IS HEREBY DEFINED AS THE TOP OF THE SUBGRADEMATERIAL OR THE BOTTOM OF THE GRANULAR MATERIAL. VERTICAL TAPERS FOR CHANGES IN"APPROXIMATE EXCAVATION DEPTHS" SHALL BE 20:1.SUITABLE MATERIALSSUITABLE MATERIALS SHALL BE ALL GRANULAR SOILS ENCOUNTERED ON THE PROJECT FROMBORROW, NOT DEFINED AS BEING UNSUITABLE BY THE ENGINEER, EXCEPT THAT ONLY SELECTGRANULAR MATERIAL SHALL BE USED WHERE SPECIFIED AS SUCH IN THE PLANS.UNSUITABLE MATERIALSUNSUITABLE MATERIALS ARE ALL MATERIALS DETERMINED BY THE ENGINEER AS BEINGUNSUITABLE FOR GRANULAR BORROW OR STRUCTURAL BACKFILL FOR ROADWAYCONSTRUCTION.PROVIDE FOR THE REMOVAL & DISPOSAL, OFF SITE, OF ANY INPLACE SURFACING OR OTHERSTRUCTURES THAT WOULD INTERFERE WITH CONSTRUCTION. ALL SUCH MATERIALS SHALLBECOME THE PROPERTY OF THE CONTRACTOR & SHALL EITHER BE RECYCLED TO THEEXTENT ALLOWED OR DISPOSED OF OUTSIDE THE RIGHT OF WAY IN ACCORDANCE WITHSPECIFICATION 2104.3D. PROVIDE FOR SAW CUTTING AS DEEMED NECESSARY BY THEENGINEER.ALL EXCAVATED MATERIAL SHALL BE USED ONSITE FOR BORROW ITEMS IF IT MEETSGRADATION REQUIREMENTS, UNLESS DIRECTED OTHERWISE BY THIS PLAN OR AS DIRECTEDBY THE ENGINEER.ALL TOPSOIL STRIPPING WILL BE CONSIDERED INCIDENTAL AND PAID FOR UNDER THE BID ITEMCOMMON EXCAVATION.IN FILL SECTIONS, TOPSOIL & OTHER UNSUITABLE MATERIALS ARE NOT ALLOWED BENEATHTHE ROADWAY.TEST ROLLING WILL BE REQUIRED ON THIS PROJECT AS DIRECTED BY THE ENGINEER & SHALLBE CONSIDERED INCIDENTAL.PLACE A MINIMUM OF 0.33 FEET OF TOPSOIL ON ALL AREAS SCHEDULED FOR TURFRESTORATION OR SOD INSTALLATION.COMMONEXCAVATION 22,840 CY (EV) 26,267 CY (LV)EMBANKMENT1,221 CY (CV) TOPSOIL BORROW1,588 CY (LV) TOPSOIL BORROWCONSTRUCTION NOTESZANE AVENUE16,131 CY (EV)LINDSAY STREET6,709 CY (EV)TURF RESTORATION REQUIREMENTS ON THIS PROJECT ARE AS FOLLOWS:1.ALL BOULEVARDS SHALL BE RESTORED WITH SOD UNLESS OTHERWISE DIRECTEDBY THE ENGINEER.2.ZANE AVENUE STA 5+55 RT TO STA 10+60 RT SHALL BE RESTORED WITHHYDROSEEDING (W/ SEED MIXTURE 25-131) AS NOTED IN SHEET E3, OR ASDIRECTED BY THE ENGINEER.3.ZANE AVENUE STA 11+75 LT TO 17+25 RT SHALL BE RESTORED WITH SEEDMIXTURE 38-631 AS NOTED IN SHEET E3, OR AS DIRECTED BY THE ENGINEER.ZANE AVENUE751 CY (CV)LINDSAY STREET470 CY (CV)2360.509 BITUMINOUS PAVEMENT113 #/SQ YD/INCH1.75 TONS/CU YD2 TONS/CU YD2451.609 CRUSHED ROCK FOR STABILIZATION2451.609 COARSE FILTER AGGREGATE (DRAINTILE)0.05 GAL/S.Y.2357.506 BITUMINOUS MATERIAL FOR TACK COATPRECAST CONCRETE BASEINSTALLATION OF CATCH BASIN CASTINGS (CONCRETE CURB AND GUTTER)MANHOLE OR CATCH BASIN COVER - 3' X 2' OPENING FOR USE WITH OR WITH TRAFFIC LOADSMANHOLE OR CATCH BASIN FOR USE WITH OR WITHOUT TRAFFIC LOADS (2 SHEETS)SHEAR REINFORCEMENT FOR PRECAST DRAINAGE STRUCTURESGASKET JOINT FOR R.C. PIPE (2 SHEETS)REINFORCED CONCRETE PIPE (6 SHEETS)TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION SHALL APPLY ON THIS PROJECT.THE FOLLOWING STANDARD PLATES APPROVED BY THE DEPARTMENT OF 2211.509 AGGREGATE BASE CLASS 51.8 TONS/CU YD1.8 TONS/CU YD2106.609 SELECT GRANULAR BORROW (5% MOD)4011E7111J 4022A4020J3007F 3006H3000MSTANDARD PLATESDETECTABLE WARNING SURFACE TRUNCATED DOMES7038ACONCRETE PIPE OR PRECAST BOX CULVERT TIES3145GCONCRETE ADJUSTING RINGS4010ICONCRETE CURB & GUTTER (DESIGN B & V)7100HCONCRETE CURB & GUTTER (DESIGN D, S, & R)7102KBASIS OF ESTIMATED QUANTITIESCONCRETE APRON FOR REINFORCED CONCRETE PIPE3100GNOTES:1.130% SHRINKAGE FACTOR USED FROM LOOSE VOLUME (LV) TOCOMPACTED VOLUME (CV). 115% EXPANSION FACTOR USED FROMEXCAVATED VOLUME (EV) TO LOOSE VOLUME (LV).2.ALL EXCAVATED MATERIAL NOT USED ON SITE SHALL BE THE PROPERTY OF THE CONTRACTOR.3.EXISTING CONCRETE AND BITUMINOUS PAVEMENT IS EXCLUDED FROM THE COMMONEXCAVATION QUANTITY. PAVEMENT REMOVAL IS PAID UNDER THE "REMOVE CONCRETEPAVEMENT (CRUSH AND SALVAGE)" AND "REMOVE BITUMINOUS PAVEMENT" BID ITEMSRESPECTIVELY.4.TOPSOIL IS CONSIDERED INCIDENTAL.Save: 2/26/2024 12:23 PM sprall Plot: 2/26/2024 12:24 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618CN1.dwg
CN13/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103CONSTRUCTION NOTES, STANDARD PLATES,BASIS OF ESTIMATED QUANTITIES ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSUTILITIESTHE FOLLOWING UTILITY COMPANIES HAVE FACILITIES WITHIN THE PROJECT AREA.IF A LINE IS ENCOUNTERED PLEASE CONTACT THE SERVICE PROVIDER LISTED BELOW.ARVIGCENTER POINT ENERGY5130 WINNETKA AVE N6161 GOLDEN VALLEY ROADNEW HOPE, MN 55428GOLDEN VALLYE, MN, 55422ANDY KLINNERT -952.236.5666AMIR FAZLOVICandy.klinnert@arvig.comamir.fazlovic@centerpointenergy.comCENTURYLINK (LUMEN)COMCAST325 CEDAR ST #3254255 LEXINGTON AVEST PAUL, MN 55101ARDEN HILLS, MN 55126RANDALL OLSONMcClay Lyfordrandall.olson@lumen.commcclay_lyford@comcast.comrallison@terratechllc.netMET COUNCILXCEL ENERGY (ELECTRIC)3565 KENNEBEC DR414 NICOLLET MALLEAGAN, MN 55122MINNEAPOLIS, MN 55401MANKING LEE - 651-602-4313DAVID FITCH - 612-344-7023Manking.Lee@metc.state.mn.usdavid.m.fitch@xcelenergy.comXCEL ENERGY (LIGHTING)ZAYO414 NICOLLET MALL5005 CHESHIRE PARKWAY NMINNEAPOLIS, MN 55401PLYMOUTH, MN 55446ALICIA KRAMPERTSTEVE SENGER - 952-230-9660Alicia.J.Krampert@xcelenergy.comsteven.senger@zayo.comCITY OF GOLDEN VALLEY7800 GOLDEN VALLEY ROADGOLDEN VALLEY, MN 55427R.J. KAKACH - 763-593-8043rkakach@goldenvalleymn.govTEMPORARY WATER SYSTEM REQUIREMENTS ON THIS PROJECT ARE AS FOLLOWS:1.THE WATER MAIN INSTALLATION AND TEMPORARY WATER DISTRIBUTION SHALL BECOMPLETED IN A MANNER SO FIRE PROTECTION CAN BE MAINTAINED, INCLUDINGFIRE PROTECTION SUPPLY TO INDIVIDUAL BUILDINGS.4.THE MINIMUM PIPE SIZE FOR THE TEMPORARY WATER MAIN PIPE ON ZANE AVENUEAND THE WESTERNMOST 500' OF LINDSAY STREET (COMMERCIAL PROPERTIES) ISEQUAL TO OR GREATER THAN THE DIAMETER OF THE LARGEST CONNECTINGSERVICE OF THAT SEGMENT, BUT NOT LESS THAN SIX-INCHES.5.THE CONTRACTOR MAY PROVIDE TWO SEPARATE TEMPORARY SYSTEMS; ONEFOR DOMESTIC AND ONE FOR FIRE PROTECTION.6.THE MINIMUM PIPE SIZE FOR DOMESTIC TEMPORARY WATER MAIN PIPE SERVICINGANY COMMERCIAL PROPERTY SHALL BE THREE-INCH FOR PROPERTIES WITHSEPARATE DOMESTIC AND FIRE WATER CONNECTIONS OR WITHOUT AN INTERNALFIRE SUPPRESSION SYSTEM, AS DIRECTED BY ENGINEER.7.CONTRACTOR SHALL TEMPORARILY CONNECT TO ALL WATER SERVICES LAGERTHAN 2" UNDERGROUND AT THE EXISTING WATER SERVICE, UNLESS DIRECTED BYTHE ENGINEER.8.REFER TO SPECIFICATIONS FOR ADDITIONAL DETAILS.426
GV-STRT-030eVallyendloGGV-STRT-070eVallyendloGGV-STRT-170eVallyendloGGV-STRT-180eVallyendloGeVallyendloGGV-STRT-210G
o l
d
e
n Rhode IslandA v e N2" PYRAMID CAP0602" #34 RIVETAND 1 34" PLASTIC SPACER3/8" DRIVE RIVET W/ (1) NYLONWASHERS (SIGN TO POST)QUICK PUNCH (NOT PRE-PUNCHED)SQUARE TUBE POSTASSEMBLY2" x 2" X 12' -14ga.4'-O"PRE PUNCHED SQUARETUBE ANCHOR ASSEMBLY2-1/4" x 2-1/4" x 4' - 12ga.2" PYRAMID CAP5/16" @ 90° CORNER BOLT(SIGN POST TO ANCHOR POST)GROUND LINE1" TO 2"QUICK PUNCHSQUARE TUBESTREET NAME SIGNPOST DETAILGV-STRT-220eVallyendloG(SIGN TO SIGN)2-1/2" X 2-1/2" X 18" - 12ga.OMNI SLEEVEFOR SOIL STABILIZATIONGV-STRT-190eVallyendloGGV-STRT-050eVallyendloGD1Save: 2/23/2024 3:35 PM sprall Plot: 2/26/2024 12:26 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSCONSTRUCTION DETAILS427
GV-ST-010eVallyendloGGV-ST-010eVallyendloGSTROMSEEWRCITY OF GOLDEN VALLEYGV-ST-020eVallyendloGeVallyendloGGV-ST-050eVallyendloGGV-ST-070eVallyendloGGV-ST-1105/16" CORNER BOLTW/ NYLONLOCKING NUTSIGN POST212" x 18" 12ga. OMNIDIRECTIONALSLEEVE W/ 4BLADES214ANCHOR UNIT6" GROUND LINEOMNI ANCHORTOP VIEW214" x 214" x 4'12ga. TELESPAR4' LONG SIGNANCHOR2" x 2" x 10' - 14ga.TELESPAR30" x 30" WHITE ON RED.100 ALUMINUM TYPEIIIA SHEETINGDG3212" x 212" x 18" - 12ga.TELESPARLONG OMNIANCHORSLEEVE1" - 2"GV-STRT-230eVallyendloG1" TO 2"TELESPAR24" x 30" .100 ALUMINUMTYPE IIIA SHEETINGDG3TELESPAR12" x 18" .100 ALUMINUMTYPE IIIA SHEETINGDG3214" x 214" x 4'12ga. TELESPAR4' LONG SIGNANCHOR214" x 214" x 4'12ga. TELESPAR4' LONG SIGNANCHOR2" x 2" x 10' - 14ga.QUICK PUNCHQUICK PUNCH2" x 2" x 10' - 14ga.QUICK PUNCH x 4' - 12ga." x 214"212" x6.0' PAR2.0'11248.0'WALKBACK OF CURBRADIUS VARIES45723.0'810" CURB. SEE MNDOT STANDARD PLANS FOR PEDESTRIAN CURB DIMENSIONS.2MATCH FULL CURB HEIGHT31.50% TYP. CROSS SLOPE MAY NOT EXCEED 2.0%.4WALKABLE SURFACE. 8.0% MAX. LONGITUDINAL SLOPE AND 2.0% MAX. CROSS SLOPE5COMMERCIAL CROSS GUTTER DRIVEWAY. SEE GV-STRT-0506COMMERCIAL CONCRETE DRIVEWAY PAVEMENTINDICATES DRIVEWAY RAMP - SLOPE SHALL BE BETWEEN5.0% MINIMUM AND 8.3% MAXIMUM IN THE DIRECTION SHOWNAND CROSS SLOPE SHALL NOT EXCEED 2.0%COMMERCIAL DRIVEWAYENTRANCE WITH SIDEWALKNOT TO SCALE37MATCH EXISTING CURB TYPE. IF NO EXISTING CURB, END CURB AT BACK EDGEOF WALK AND CONTINUE PAVEMENT TO MATCH POINTLEGEND6.0' PAR2.0'1128.0'WALKBACK OF CURBRADIUS VARIES4523.0'3NOTESS7MAX. 2.0% IN ALL DIRECTIONS6SLANDING AREA - 4' X 4' MIN. (5' X 5' PREFERRED) DIMENSIONS AND MAX2.0% SLOPE IN ALL DIRECTIONS. LANDING SHALL BE FULL WIDTH OF INCOMING PARS.6SeVallyendloGGV-WM-010D2Save: 2/23/2024 3:35 PM sprall Plot: 2/26/2024 12:28 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSCONSTRUCTION DETAILS428
GV-WM-060eVallyendloGeVallyendloGGV-WM-070eVallyendloGGV-WM-080eVallyendloGGV-EC-010GV-EC-020eVallyendloGeVallyendloGGV-WM-020GV-WM-050eVallyendloGGV-EC-070eVallyendloGD3Save: 2/23/2024 3:35 PM sprall Plot: 2/26/2024 12:29 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSCONSTRUCTION DETAILS429
eVallyendloGGV-SS-010eVallyendloGGV-SS-020CITY OF G O L DEN VALLEYCITY OF GOLDEN VALLEYGV-EC-080eVallyendloGNOT TO SCALE
GV-EC-100eVallyendloGeVallyendloGGV-SS-050eVallyendloGGV-SS-040SEDIMENT CONTROL LOGSNTS1" X 2" X 24" LONG WOODEN STAKES.STAKES SHALL BE DRIVEN THROUGH THEBACK HALF OF THE SEDIMENT CONTROL LOGAT AN ANGLE OF 45 DEGREES WITH THETOP OF THE STAKE POINTING UPSTREAM.45°SEDIMENT CONTROL LOG8"-10" EMBEDMENTDEPTHPLACE SEDIMENT CONTROLLOG IN SHALLOW TRENCH(1" TO 2" DEPTH)BACKFILL AND COMPACT SOIL FROM TRENCH ONUPGRADIENT SIDE OF SEDIMENT CONTROL LOGFLOWTYPES: STRAW, WOOD FIBER, OR COIR1" X 2" X 24" LONG WOODEN STAKES ASNEEDED. STAKES SHALL BE DRIVEN OVERTHE SEDIMENT CONTROL LOG AT AN ANGLEOF 45 DEGREES WITH THE TOP OF THESTAKE POINTING UPSTREAM.FLOWSEDIMENT CONTROL LOG45°8"-10" EMBEDMENT DEPTHTYPES: WOOD CHIP, COMPOST, OR ROCKNOTES:SPACE BETWEEN STAKES SHALL BE A MAXIMUM OF 1' FOR DITCH CHECKS OR 2'FOR OTHER APPLICATIONS.11PLACE STAKES AS NEEDED TO PREVENT MOVEMENT OF SEDIMENT CONTROL LOGSPLACED ON SLOPES OR AS NEEDED DUE TO OTHER FACTORS. STAKES SHALL BEINCIDENTAL.22eVallyendloGGV-SS-070D4Save: 2/23/2024 3:35 PM sprall Plot: 2/26/2024 12:30 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSCONSTRUCTION DETAILS430
eVallyendloGGV-SS-1105.0' MAX
1.0' MAX
5.0' MAX
1.0' MAX
eVallyendloGGV-SS-120eVallyendloGGV-SS-0901.50%5.0'2.5'2.0'4" TYP.4" TROWEL MARKS(SMOOTH FINISHED-TROWELLED AFTERBROOM FINISH)BROOMFINISHED6.0'2.0'CONCRETE SILL PER MNDOTSTANDARD PLAN 5-297.2548.0'SIDEWALK WITH 2' SHOULDERNTSCONCRETE CURB & GUTTERD5Save: 2/23/2024 3:35 PM sprall Plot: 2/26/2024 12:31 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSCONSTRUCTION DETAILS431
D6Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN432
D7Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN433
D8Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN434
D9Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN435
D10Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN436
D11Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN437
D12Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN438
D13Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN439
D14Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN440
D15Save: 4/5/2023 3:06 PM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618DT2.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSMNDOT STANDARD PLAN441
TB1Save: 1/15/2024 11:01 AM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618TB1_EXIST.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02NOTES:1.THE CONTRACTOR IS REQUIRED TO FIELD VERIFY ALL STRUCTURE DIAMETERS PRIOR TO RECONSTRUCTING MANHOLES. STRUCTURES ARE ASSUMED TO BE 42" DIAMETER.2.ADJUSTMENT RINGS SHALL BE THE SAME DIAMETER AS TOP SLAB OPENING.ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSEXISTING SANITARY SEWERSTRUCTURE SCHEDULEEXISTING SANITARY SEWER STRUCTURE SCHEDULELINESTRUCTURENO.LOCATIONSTREETDESIGNLEAVEAS ISEXISTING RIMELEVATIONPROPOSEDRIMELEVATIONREMARKSSTATIONOFFSET (FT)REMOVECASTINGFRAME &SALVAGECOVER(EA)F & I CASTINGFRAME(NEENAHR-1733)(EA)INSTALLSALVAGEDCOVER(EA)RECONSTRUCTION(LF)REMOVESAN. PIPE.(LF)REMOVESAN.SERVICEPIPE.(LF)REMOVEMH.(EA)LTRTNON-PARTICIPATING (ZANE AVENUE N)121987+80.080.40ZANE AVENUE111908.07908.202219711+56.290.30ZANE AVENUE1113.75896.45896.62INFILTRATING TOP BARREL SECTION. SALVAGE TOP SLAB. REPLACE 2.00' BARREL SECTION3219614+80.100.60ZANE AVENUE1113.50887.61887.80INFILTRATING CONE SECTION. REMOVE 2.00' CONE. INSTALL PRECAST TOP SLAB AND 1.5' BARREL SECTION4219518+08.581.10ZANE AVENUE1114.00877.90877.97SALVAGE CONE. INSTALL 1.00' SECTION BELOW SALVAGED CONE.5205827+35.550.50ZANE AVENUE111100872.62872.506205730+56.030.30ZANE AVENUE1114.0040874.13874.18SALVAGE CONE. INSTALL 1.00' SECTION BELOW SALVAGED CONE.72055A33+03.673.50ZANE AVENUE111880.22880.028205533+55.730.30ZANE AVENUEXN/AN/AGOLDEN VALLEY ROADNON-PARTICIPATING (ZANE AVENUE N) SUBTOTALS77715.25140001NON-PARTICIPATING (LINDSAY STREET)9205940+07.090.70LINDSAY STREET11276621N/AN/AREPLACE MANHOLE10206042+83.150.80LINDSAY STREET11351N/AN/ACRACKING BLOCK BARREL. REPLACE MANHOLE11206145+43.120.70LINDSAY STREET111874.04874.26REPAIR DOGHOUSE12206247+96.120.90LINDSAY STREET1111.65876.95876.88REPAIR DOGHOUSE. REMOVE 0.75' CONE. INSTALL PRECAST TOP SLAB13206349+84.481.30LINDSAY STREET111879.29879.0814206450+84.460.60LINDSAY STREET111880.56880.2715276051+03.4833.20LINDSAY STREETXN/AN/AOFF STREET IN EASEMENT16276151+40.6341.70LINDSAY STREETXN/AN/AOFF STREET IN EASEMENT17276252+68.9733.50LINDSAY STREETXN/AN/AOFF STREET IN EASEMENT18309954+22.1744.80LINDSAY STREETXN/AN/ALILAC DRIVENON-PARTICIPATING (LINDSAY STREET) SUBTOTALS6461.652769724NON-PARTICIPATING TOTALS13111316.904169725442
TB2Save: 1/15/2024 11:01 AM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618TB1_EXIST.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02EXISTING STORM SEWER STRUCTURE SCHEDULELINESTRUCTURE.NO.LOCATIONSTREETREMOVELEAVE ASISEXISTINGRIMELEVATIONPROPOSEDRIMELEVATIONREMARKSSTATIONOFFSET (FT)CB(EA)PIPE(LF)CASTING &COVER(EA)LTRTS.A.P. 128-408-001 (ZANE AVENUE N)11026+10.7218.6ZANE AVE NX40X21016+10.5721.00ZANE AVE NXX34918+10.8621.30ZANE AVE NX40X45018+15.8018.80ZANE AVE NX14X55118+18.0831.80ZANE AVE N11X877.20877.20BULKHEAD EAST INVERT (FROM CB50)65218+56.4229.50ZANE AVE NX874.07874.0774223+61.0120.00ZANE AVE NX80XDOUBLE PRECAST CURB OPENING CATCH BASIN84123+62.3422.20ZANE AVE NX43X94324+22.4827.40ZANE AVE NX871.24871.24BULKHEAD SOUTHEAST INVERT (FROM CB42)103424+30.0017.10ZANE AVE NXX113524+46.0922.30ZANE AVE NX43X123625+72.8421.10ZANE AVE NXX133726+29.7521.40ZANE AVE NX200XS.A.P. 128-408-001 (ZANE AVENUE N) SUBTOTALS10471112NON-PARTICIPATING (LINDSAY STREET)73340+41.5120.40LINDSAY STREETX34X63240+57.3819.30LINDSAY STREETX40X43045+14.9520.60LINDSAY STREETX20X32945+15.2619.00LINDSAY STREETX40X53145+15.6640.80LINDSAY STREETX873.99873.99NON-PARTICIPATING (LINDSAY STREET) SUBTOTALS413441TOTALS14605153ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSEXISTING STORM SEWER STRUCTURESCHEDULE443
TB3Save: 1/15/2024 11:01 AM sprall Plot: 2/26/2024 12:32 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618TB1_EXIST.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSEXISTING WATER MAIN TABULATIONEXISTING WATER MAIN TABULATIONLOCATIONITEMREMOVEHYDRANT(EA)REMOVEHYDRANTMARKER(EA)ADJUSTGATEVALVEBOX(EA)REMOVEGATEVALVE &BOX(EA)REMOVEGATEVALVE &MH(EA)REMOVEWATERMAINPIPE(LF)REMOVEWATERSERVICEPIPE(LF)REMARKSSTREETSTATIONOFFSET (FT)NON-PARTICIPATING (ZANE AVENUE N)ZANE AVE N5+61.45 - 33+46.702.64 LT - 11.48 LT12" CIP2784ZANE AVE N6+06.3310.95 LT12" VALVE MH1ZANE AVE N6+19.8124.65 LTHYDRANT11114ZANE AVE N8+90.9211.78 LT4" SERVICE1120ZANE AVE N10+04.4923.83 LTHYDRANT11113ZANE AVE N11+79.667.16 LT10" SERVICE145ZANE AVE N13+93.9423.39 LTHYDRANT11113ZANE AVE N16+57.1430.02 RTHYDRANT11242ZANE AVE N17+13.8012.97 LT8" SERVICE114ZANE AVE N17+75.2021.30 LTHYDRANT11110ZANE AVE N17+85.3210.95 LT12" GV1ZANE AVE N18+81.949.64 LT12" VALVE MH1ZANE AVE N19+30.547.02 LT6" SERVICE140VERIFY SIZEZANE AVE N20+78.3330.54 RT1" SERVICE40ZANE AVE N21+60.3520.79 LTHYDRANT11111ZANE AVE N22+03.0429.29 LT8" SERVICE120ZANE AVE N22+08.5928.73 LT4" SERVICE120ZANE AVE N25+06.008.38 LT6" SERVICE140VERIFY SIZEZANE AVE N25+51.9621.49 LTHYDRANT11114ZANE AVE N25+82.1230.22 RT2" SERVICE40VERIFY SIZE AND LOCATIONZANE AVE N25+93.9829.76 LT6" SERVICE120VERIFY SIZE AND LOCATIONZANE AVE N28+73.8530.61 RT2" SERVICE40VERIFY SIZE AND LOCATIONZANE AVE N28+78.827.62 LT6" SERVICE140ZANE AVE N29+36.9721.30 LTHYDRANT11113ZANE AVE N29+43.8429.25 RT2" SERVICE40VERIFY SIZE AND LOCATIONZANE AVE N31+90.7429.00 LT2" SERVICE18ZANE AVE N31+91.5912.57 LT8" SERVICE118ZANE AVE N32+17.5414.90 RT6" SERVICE143VERIFY LOCATIONZANE AVE N33+12.0226.44 LTHYDRANT11115ZANE AVE N33+23.2411.22 LT12" VALVE MH1NON-PARTICIPATING (ZANE AVENUE N) SUBTOTALS9912233249178NON-PARTICIPATING (LINDSAY STREET)LINDSAY STREET40+00.00 - 54+10.768.01 - 16.24 RT8" CIP1425LINDSAY STREET40+40.978.21 RT8" GV1LINDSAY STREET42+46.2523.05 RTHYDRANT11115LINDSAY STREET43+02.7228.26 LT8" SERVICE139LINDSAY STREET43+06.6929.92 RT(2) 8" SERVICES249LINDSAY STREET44+13.0330.13 LT1" SERVICE39VERIFY SIZE AND LOCATIONLINDSAY STREET45+82.931.13 LT1" SERVICE40LINDSAY STREET46+06.9829.98 RT1" SERVICE20LINDSAY STREET46+81.3930.77 LT1" SERVICE40LINDSAY STREET47+23.7028.88 RT1" SERVICE20LINDSAY STREET47+94.579.52 RT8" GV1LINDSAY STREET48+17.2230.91 LT1" SERVICE41LINDSAY STREET48+18.8822.67 RTHYDRANT11113LINDSAY STREET49+12.9731.76 LT1" SERVICE40LINDSAY STREET49+16.3728.53 RT1" SERVICE20LINDSAY STREET50+17.0829.19 LT1" SERVICE42LINDSAY STREET50+84.6129.38 RT1" SERVICE15LINDSAY STREET51+43.3047.20 RT1" SERVICE29LINDSAY STREET51+44.4147.14 RT1" SERVICE29LINDSAY STREET52+03.5027.73 LT1" SERVICE36VERIFY LOCATIONLINDSAY STREET52+54.1328.59 RT1" SERVICE20LINDSAY STREET52+54.9328.68 RT1" SERVICE20LINDSAY STREET52+97.8537.98 LT1" SERVICE47LINDSAY STREET52+99.5337.97 LT1" SERVICE47LINDSAY STREET53+46.7821.90 RTHYDRANT11114LINDSAY STREET53+63.788.06 RT8" GV1LINDSAY STREET54+08.1916.49 RT8" GV1NON-PARTICIPATING (LINDSAY STREET) SUBTOTALS3301001555545NON-PARTICIPATING TOTALS121213234804723444
TB4Save: 2/21/2024 3:36 PM sprall Plot: 2/26/2024 12:33 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618TB2_PROP.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSANITARY SEWER REPAIR TABULATIONPROPOSED SANITARY SEWER STRUCTURE SCHEDULESTRUC.NO.STREETSTATIONOFFSETNEW STRUC.TYPE AND BUILD TO TOPOF CASTINGDIA.F& ICASTINGFRAMER-1733(EA)F& ICASTINGFRAMER-1733-1(EA)TOP OFCASTINGELEV.OUTLETELEV.DRAINS TO6"INLINECLEAN-OUT(EA)10" X 6"WYE (EA)6" DIP CL52 (LF)8" DIP CL52 (LF)10" DIPCL 52(LF)CONNECT TOEX.SANITARYPIPE(EA)CONNECT TOEX.SANITARYSERVICE(EA)REMARKSSTRUC.NO.GRADEINLETELEV.LTRTMANHOLE(FT)NON-PARTICIPATING (ZANE AVENUE N)ZANE AVENUE1405SANITARY SEWER REPAIRSNON-PARTICIPATING (ZANE AVENUE N) SUBTOTALS0.00000000140050NON-PARTICIPATING (LINDSAY STREET)2060LINDSAY STREET42+83.150.804.3948"1872.53868.1420590.28%867.36226227612INSTALL SALVAGED COVER2059LINDSAY STREET40+07.090.703.5748"1870.83867.261351R-1733-1 (4" CASTING). INSTALL SALVAGED COVERNON-PARTICIPATING (LINDSAY STREET) SUBTOTALS7.962113297027613NON-PARTICIPATING TOTALS7.96211329714027663SANITARY SEWER REPAIR TABULATIONREPAIRNO.STREETLOCATION8" CIPLINING(LF)8" DIPLINING(LF)8" VCPLINING(LF)9" VSPLINING(LF)DEFECTNON-PARTICIPATING (ZANE AVENUE N)1ZANE AVENUEMH 2198 TO MH 2197377ROOTS, FRACTURE, BREAK2ZANE AVENUEMH 2197 TO MH 2196325FRACTURES, BREAK3ZANE AVENUEMH 2196 TO MH 2195329FRACTURE, CRACKS4ZANE AVENUEMH 2059 TO MH 2058325SAGS5ZANE AVENUEMH 2058 TO MH 2057321SAGS6ZANE AVENUEMH 2057 TO MH 2055A248BREAKS, FRACTURE, CRACK, INFILTRATION, MINERAL DEPOSITS7ZANE AVENUEMH 2055A TO MH205552NON-PARTICIPATING (ZANE AVENUE N) SUBTOTALS646001331NON-PARTICIPATING (LINDSAY STREET)8LINDSAY STREETMH 2061 TO MH 20602609LINDSAY STREETMH 2062 TO MH 206125310LINDSAY STREETMH 2063 TO MH 206218911LINDSAY STREETMH 2064 TO MH 2063100OBSTACLE12LINDSAY STREETMH 2760 TO MH 20644013LINDSAY STREETMH 2761 TO MH 27605014LINDSAY STREETMH 2762 TO MH 2761144PROTRUDING TAP15LINDSAY STREETMH 3099 TO MH 2762163PROTRUDING TAPNON-PARTICIPATING (LINDSAY STREET) SUBTOTALS51340357289NON-PARTICIPATING TOTALS1159403571620SANITARY SEWER SERVICE WYE SEALING VIA GROUT PACKER INJECTION METHOD (BID ALTERNATE A)BID ITEMSNON-PARTICIPATING STREETSNON-PARTICIPATINGTOTALSZANE AVENUELINDSAY STREETSEAL 9" MAIN TO 6" LATERAL W/ 3' BLADDER (EACH)9514SEAL 8" MAIN TO 6" LATERAL W/ 3' BLADDER (EACH)31417CHEMICAL GROUT (GAL)6095155SANITARY SEWER WYE LINERS (BID ALTERNATE B)BID ITEMSNON-PARTICIPATING STREETSNON-PARTICIPATINGTOTALSZANE AVENUELINDSAY STREETSERVICE WYE LINER - 9" MAIN X 6" WYE (EACH)9514SERVICE WYE LINER - 8" MAIN X 6" WYE (EACH)31417445
PROPOSED STORM SEWER STRUCTURE SCHEDULESTRUC.NO.STREETSTATIONOFFSETNEW STRUC. TYPEAND BUILD TO TOPOF CASTINGSUMP(FT)SAFLBAFL(SF)DIA.CASTINGASSEMBLYR-3067-L(EA)CASTINGASSEMBLYR-3237(EA)CASTINGASSEMBLYR-2573(EA)CASTINGASSEMBLYR-1733(EA)CASTINGASSEMBLYR-4342(EA)TOP OFCASTINGELEV.OUTLETELEV.DRAINS TO12"HDPE(LF)12"RCPCL.V(LF)15"RCPCL.V(LF)18"RCPCL.III(LF)18"RCPCL.V(LF)21"RCPCL.III(LF)24"RCPCL.III(LF)27"RCPCL.III(LF)30"RCPCL.V(LF)48"RCPCL.III(LF)51"RCPARCH(LF)CONNECTTOEX.STORMPIPE(EA)CONNECTTO EX.DRAINAGESTRUCTURE(EA)REMARKSSTRUC.NO.GRADEINLETELEV.LTRTCATCHBASIN(FT)CATCHBASIN/MANHOLE(FT)S.A.P. 128-408-001 (ZANE AVENUE N)ST-10ZANE AVENUE6+15.4515.003.342'X3'1970.82904.48ST-111.00%904.1830ST-11ZANE AVENUE6+11.3015.003.6648"1907.84904.18EX1.00%904.1081ST-20ZANE AVENUE16+70.4415.004.002'X3'1881.32877.32ST-220.75%877.0930ST-21ZANE AVENUE17+77.7915.004.002'X3'1878.00874.00ST-230.75%874.0030ST-22ZANE AVENUE16+70.4415.004.3348"1881.32876.99ST-233.11%873.77103ST-23ZANE AVENUE17+73.8915.008.404.0012.0048"1878.07873.67ST-240.75%873.4727ST-24ZANE AVENUE18+01.1315.004.1848"1877.55873.37ST-251.50%872.9230ST-25ZANE AVENUE18+05.3715.004.7548"1877.65872.89ST-261.50%872.6119ST-26ZANE AVENUE18+07.8033.706.6860"1879.19872.51EXMH510.56%872.4581011EXMH51ZANE AVENUE1877.20BULKHEAD EAST NVERTST-30ZANE AVENUE20+76.5515.004.002'X3'1872.49868.49ST-340.91%868.2032ST-31ZANE AVENUE21+61.7015.003.732'X3'1871.75868.02ST-361.00%867.6339ST-32ZANE AVENUE22+19.4715.004.002'X3'1871.25867.25ST-371.22%866.8830ST-33ZANE AVENUE23+42.1315.004.002'X3'1870.34866.34ST-402.00%866.1410ST-34ZANE AVENUE20+86.8615.004.2948"1872.40868.10ST-350.75%867.8040ST-35ZANE AVENUE21+36.9815.004.3572"1872.05867.70ST-360.75%867.6310ST-36ZANE AVENUE21+36.9815.004.4472"1871.97867.53ST-370.75%866.8886ST-37ZANE AVENUE22+23.0215.004.4448"1871.22866.78ST-381.00%865.60119ST-38ZANE AVENUE23+41.9115.004.7748"1870.27865.50ST-391.00%865.4010ST-39ZANE AVENUE23+51.9115.008.904.0017.2554"1870.20865.30ST-401.00%865.0030ST-40ZANE AVENUE23+51.9115.005.4354"1870.33864.90ST-411.00%864.7020ST-41ZANE AVENUE23+51.9134.9011.7872"1871.57859.79EX8163ST-50ZANE AVENUE29+19.7315.004.012'X3'1873.07869.07ST-510.50%868.9230ST-51ZANE AVENUE27+48.6715.003.912'X3'1872.21868.30ST-650.50%868.1530ST-52ZANE AVENUE26+72.6615.003.352'X3'1871.83868.48ST-670.50%868.3330ST-53ZANE AVENUE25+13.1115.004.002'X3'1871.03867.03ST-542.00%866.8310ST-54ZANE AVENUE25+03.1115.006.4948"1870.98864.49ST-701.00%864.1930ST-55ZANE AVENUE24+20.9015.004.002'X3'1870.57866.57ST-731.00%866.4710ST-56ZANE AVENUE32+00.1015.005.5548"1876.88871.33ST-570.50%871.181430ST-57ZANE AVENUE32+00.1015.005.8148"1876.88871.08ST-580.76%870.22113ST-58ZANE AVENUE30+86.9615.004.1048"1874.22870.12ST-590.65%869.5981ST-59ZANE AVENUE30+06.3315.004.0148"1873.50869.49ST-630.50%869.1862ST-60ZANE AVENUE29+81.2334..903.422'X3'1873.55870.13ST-621.50%869.5836ST-61ZANE AVENUE29+63.2565.604.0048"1874.32870.32ST-622.06%869.5836GRATE TYPE CST-62ZANE AVENUE29+44.8234.804.0766"1873.54868.48ST-631.50%868.1820ST-63ZANE AVENUE29+44.8215.004.1148"1873.19869.08ST-640.60%868.9325ST-64ZANE AVENUE29+19.7315.004.2448"1873.07868.83ST-650.60%867.80171ST-65ZANE AVENUE27+48.6715.004.5154"1872.21867.70ST-670.50%867.3276ST-66ZANE AVENUE26+72.6627.604.1848"1871.75867.57ST-672.00%867.3213ST-67ZANE AVENUE26+72.6615.004.6254"1871.83867.22ST-680.65%866.9639ST-68ZANE AVENUE26+33.4015.004.7848"1871.64866.86ST-690.65%866.4858ST-69ZANE AVENUE25+75.7415.007.3448"1871.35864.00ST-700.75%863.4278ST-70ZANE AVENUE24+97.9415.007.6354"1870.96863.32ST-710.50%863.1242ST-71ZANE AVENUE24+57.3815.7011.734.0017.2554"1870.75863.02ST-720.50%862.9710ST-72ZANE AVENUE24+47.9216.509.7396"1870.68860.95ST-730.86%860.64521ST-73ZANE AVENUE24+31.4315.0010.0484"1870.63860.64EXMH431.00%860.5681BULKHEAD SE 21" INVERT IN EXMH 43S.A.P. 128-408-001 (ZANE AVENUE N) SUBTOTALS42.34194.7612.0046.50401122852638422762562595210166071NON-PARTICIPATING (LINDSAY STREET)ST-80LINDSAY STREET40+63.1915.005.752'X3'1870.70864.95ST-750.50%864.7736ST-81LINDSAY STREET41+69.4515.006.022'X3'1871.44865.42ST-740.50%865.2730ST-82LINDSAY STREET43+56.4515.006.642'X3'1872.70866.06ST-730.50%865.9031ST-83LINDSAY STREET43+50.4215.006.7448"1872.64895.90ST-740.35%895.27181ST-84LINDSAY STREET41+69.4515.006.1748"1871.44865.27ST-750.40%864.77125ST-85LINDSAY STREET40+44.2215.009.624.0023.0072"1870.39864.77ST-680.50%864.5544ST-90LINDSAY STREET45+14.7515.002.992'X3'1873.72870.73ST-811.67%870.2330ST-93LINDSAY STREET45+14.7515.007.594.0012.0048"1873.72870.13EX1.90%869.64261NON-PARTICIPATING (LINDSAY STREET) SUBTOTALS21.4030.128.0035.00800000015318101690000001TOTALS63.74224.8820.0081.50481122852791603764252595210166072TB5Save: 2/21/2024 3:36 PM sprall Plot: 2/26/2024 12:33 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618TB2_PROP.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSPROPOSED STORM SEWER STRUCTURESCHEDULE446
PROPOSED WATER MAIN TABULATIONLOCATIONF&ISTAINLESSSTEELSADDLE(EA)F&I CORP.STOPF&I CURBSTOP & BOXF&I GATE VALVE & BOXF&IHYDRANT(EA)F&IHYDRANTMARKER(EA)FITTING TYPEFITTINGWEIGHT(LB)CONNECT TOEXISTINGWATER MAIN(EA)F&I PVC WATER MAINC-900F&I 24"STEELCASINGPIPE(LF)F&I SIDR 7-PESERVICEREMARKSSTREETSTATIONOFFSET (FT)1"(EA)2"(EA)1"(EA)2"(EA)4"(EA)6"(EA)8"(EA)10"(EA)12"(EA)4"(LF)6"(LF)8"(LF)10"(LF)12"(LF)1"(LF)2"(LF)NON-PARTICIPATING (ZANE AVENUE N)ZANE AVENUE5+61.45 - 33+46.704.73 LT - 11.48 LT2783ZANE AVENUE5+61.4511.48 LT12" DIA. LONG SLEEVE821ZANE AVENUE5+72.6211.40 LT1ZANE AVENUE5+91.7711.17 LT(4) 12" 22.5 BENDS340LOWER WATER MAINZANE AVENUE6+17.5520.67 LT11112" X 6" TEE11310ZANE AVENUE8+92.4225.27 LT112" X 4" TEE98120ZANE AVENUE10+04.4720.67 LT11112" X 6" TEE11310ZANE AVENUE11+79.8532.76 RT112" X 10" TEE, 10" HDPE TO PVC COUPLING201145ZANE AVENUE14+04.0020.67 LT11112" X 6" TEE11310ZANE AVENUE16+37.1527.17 RT11112" X 6" TEE11338ZANE AVENUE17+13.0424.02 LT112" X 8" TEE123114ZANE AVENUE17+68.1211.00 LT1ZANE AVENUE17+72.7922.67 LT11112" X 6" TEE11312ZANE AVENUE17+83.23 - 18+73.2311.00 LT90REMOVE EXISTING CASING PIPEZANE AVENUE18+78.8311.00 LT1ZANE AVENUE19+30.5229.31 RT112" X 6" TEE113142VERIFY SIZE, NO RECORDZANE AVENUE20+78.3330.98 RT11142ZANE AVENUE21+69.4820.67 LT11112" X 6" TEE11310ZANE AVENUE22+02.9128.29 LT112" X 8" TEE123120ZANE AVENUE22+08.5628.28 LT112" X 4" TEE98120ZANE AVENUE23+98.217.66 LT1ZANE AVENUE24+04.816.60 LT12" X 8" TEE123ZANE AVENUE24+14.744.73 LT12" 22.5 BEND85ZANE AVENUE24+19.505.67 LT1ZANE AVENUE25+05.9429.12 RT112" X 6" TEE113140VERIFY SIZE, NO RECORDZANE AVENUE25+40.9220.67 LT11112" X 6" TEE11310ZANE AVENUE25+82.1229.22 RT11140VERIFY SIZE AND LOCATIONZANE AVENUE25+93.9828.76 LT112" X 6" TEE113118VERIFY SIZE AND LOCATIONZANE AVENUE28+73.8529.61 RT11140VERIFY SIZE AND LOCATIONZANE AVENUE28+78.8429.62 RT112" X 6" TEE113140ZANE AVENUE29+43.8429.71 RT11142VERIFY SIZE AND LOCATIONZANE AVENUE29+59.2020.67 LT11112" X 6" TEE11310ZANE AVENUE31+90.1027.96 LT11118ZANE AVENUE31+92.1027.96 LT112" X 8" TEE123118ZANE AVENUE32+17.7930.07 RT112" X 6" TEE113143VERIFY LOCATIONZANE AVENUE33+11.7823.66 LT11112" X 6" TEE11313ZANE AVENUE33+34.799.77 LT1ZANE AVENUE33+46.709.13 LT12" DIA. LONG SLEEVE821NON-PARTICIPATING (ZANE AVENUE N) SUBTOTALS514142143169930601340306524527839042140TB6Save: 2/21/2024 3:36 PM sprall Plot: 2/26/2024 12:33 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618TB2_PROP.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSPROPOSED WATER MAIN TABULATION447
NON-PARTICIPATING (LINDSAY STREET)LINDSAY STREET40+00.00 - 54+10.768.01 - 16.24 RT1418LINDSAY STREET40.01.9510.00 RT1LINDSAY STREET42+17.3220.67 RT1118" X 6" TEE7510LINDSAY STREET42+81.4028.93 RT18" X 8" TEE87120LINDSAY STREET43+02.7228..26 LT18" X 8" TEE87139LINDSAY STREET43+06.6928.93 RT18" X 8" TEE87120LINDSAY STREET44+13.0029.13 LT18" X 4" TEE, 4" CAP7040LINDSAY STREET45+29.9110.00 RT1LINDSAY STREET45+82.9031.13 LT11140LINDSAY STREET46+06.9829.98 RT11120LINDSAY STREET46+81.3930.77 LT11140LINDSAY STREET46+90.2218.67 RT1118" X 6" TEE7510LINDSAY STREET47+23.7028.88 RT11120LINDSAY STREET48+02.109.82 RT8" 11.25 BEND40LINDSAY STREET48+17.2230.91 LT11142LINDSAY STREET48+72.7810.00 RT8" 11.25 BEND40LINDSAY STREET48+94.8110.00 RT8" 11.25 BEND40LINDSAY STREET49+12.9731.76 LT11140LINDSAY STREET49+16.3728.53 RT11120LINDSAY STREET49+64.1710.00 RT8" 11.25 BEND40LINDSAY STREET49+86.2010.00 RT8" 11.25 BEND40LINDSAY STREET50+17.0829.19 LT11140LINDSAY STREET50+84.6129.38 RT11120LINDSAY STREET50+86.6410.71 RT8" 11.25 BEND40LINDSAY STREET51+10.6410.60 RT8" 11.25 BEND40LINDSAY STREET51+33.6810.60 RT8" 11.25 BEND40LINDSAY STREET51+43.3047.20 RT11140LINDSAY STREET51+44.4147.14 RT11140LINDSAY STREET51+57.0610.64 RT8" 11.25 BEND40LINDSAY STREET51+77.2110.31 RT8" 11.25 BEND40LINDSAY STREET51+86.9818.67 RT1118" X 6" TEE7510LINDSAY STREET52+03.5027.73 LT11140VERIFY LOCATIONLINDSAY STREET52+54.1328.59 RT11120LINDSAY STREET52+54.9328.68 RT11120LINDSAY STREET52+97.8537.98 LT11145LINDSAY STREET52+99.5337.97 LT11145LINDSAY STREET53+38.2627.54 RT11120LINDSAY STREET54+05.6916.74 RT8" 22.5 BEND44LINDSAY STREET54+08.2016.46 RT1LINDSAY STREET54+10.7616.24 RT8" DIA. LONG SLEEVE461NON-PARTICIPATING (LINDSAY STREET) SUBTOTALS17170170136003310464403014970005520NON-PARTICIPATING TOTALS22184184317916121241061780336154945278390594140PROPOSED WATER MAIN TABULATIONLOCATIONF&ISTAINLESSSTEELSADDLE(EA)F&I CORP.STOPF&I CURBSTOP & BOXF&I GATE VALVE & BOXF&IHYDRANT(EA)F&IHYDRANTMARKER(EA)FITTING TYPEFITTINGWEIGHT(LB)CONNECT TOEXISTINGWATER MAIN(EA)F&I PVC WATER MAINC-900F&I 24"STEELCASINGPIPE(LF)F&I SIDR 7-PESERVICEREMARKSSTREETSTATIONOFFSET (FT)1"(EA)2"(EA)1"(EA)2"(EA)4"(EA)6"(EA)8"(EA)10"(EA)12"(EA)4"(LF)6"(LF)8"(LF)10"(LF)12"(LF)1"(LF)2"(LF)TB7Save: 2/21/2024 3:36 PM sprall Plot: 2/26/2024 12:33 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618TB2_PROP.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSPROPOSED WATER MAIN TABULATION448
KNOWLEDGEABLE PERSON/CHAIN OF RESPONSIBILITYTHE CONTRACTOR SHALL IDENTIFY A PERSON KNOWLEDGEABLE AND EXPERIENCED IN THEAPPLICATION OF EROSION PREVENTION AND SEDIMENT CONTROL BMPS WHO WILL COORDINATEWITH ALL CONTRACTORS, SUBCONTRACTORS, AND OPERATORS ON-SITE TO OVERSEE THEIMPLEMENTATION OF THE SWPPP.THE CONTRACTOR SHALL ESTABLISH A CHAIN OF RESPONSIBILITY FOR ALL CONTRACTORS ANDSUB-CONTRACTORS ON SITE TO ENSURE THE SWPPP IS BEING PROPERLY IMPLEMENTED ANDMAINTAINED. THE CONTRACTOR SHALL PROVIDE THE CHAIN OF RESPONSIBILITY TO THE OWNERAND ATTACH TO THE SWPPP PRIOR TO ANY CONSTRUCTION ACTIVITY.SWPPP SUMMARY/OVERVIEW:THIS STORM WATER POLLUTION PREVENTION PLAN (SWPPP) HAS BEEN DEVELOPED TO ADDRESS THEREQUIREMENTS OF NPDES PERMIT MN R100001. THIS SWPPP INCLUDES ACOMBINATION OF NARRATIVE AND PLAN SHEETS THAT DESCRIBE THE TEMPORARY AND PERMANENTSTORM WATER MANAGEMENT PLAN FOR THE PROJECT.CONTACTS:PROJECT INFORMATION:TRAINING DOCUMENTATION:CONTENT OF TRAINING AVAILABLE UPON REQUEST.THE CONTRACTOR (OPERATOR) SHALL ADD TO THE SWPPP TRAINING RECORDS FOR THEFOLLOWING PERSONNEL:-INDIVIDUALS OVERSEEING THE IMPLEMENTATION OF, REVISING, AND AMENDING THE SWPPP-INDIVIDUALS PERFORMING INSPECTIONS-INDIVIDUALS PERFORMING OR SUPERVISING THE INSTALLATION, MAINTENANCE AND REPAIROF BMPSTRAINING MUST RELATE TO THE INDIVIDUAL'S JOB DUTIES AND RESPONSIBILITIES AND SHALLINCLUDE:1) DATES OF TRAINING2) NAME OF INSTRUCTORS3) CONTENT AND ENTITY PROVIDING TRAININGTHE CONTRACTOR SHALL ENSURE THAT THE INDIVIDUALS ARE TRAINED BY LOCAL, STATE,FEDERAL AGENCIES, PROFESSIONAL ORGANIZATIONS, OR OTHER ENTITIES WITH EXPERTISE INEROSION PREVENTION, SEDIMENT CONTROL, PERMANENT STORMWATER MANAGEMENT ANDTHE MINNESOTA NPDES/SDS CONSTRUCTION STORMWATER PERMIT.PROJECT SUMMARY:RECEIVING WATER(S) WITHIN ONE MILE FROM PROJECT BOUNDARIES:(http://pca-gis02.pca.state.mn.us/CSW/index.html)RELATED REVIEWS & PERMITS:ENVIRONMENTAL, WETLAND, ENDANGERED OR THREATENED SPECIES, ARCHEOLOGICAL,LOCAL, STATE, AND/OF FEDERAL REVIEWS/PERMITS:SITE SOIL INFORMATION: (http://websoilsurvey.nrcs.usda.gov/app/WebSoilSurvey.aspx)(SOIL INFORMATION PROVIDED IS FOR NPDES PERMIT INFORMATION ONLY. SOIL INFORMATION WASOBTAINED FROM THE USGS WEBSITE. THE CONTRACTOR SHALL NOT RELY ON THIS SOIL INFORMATIONFOR CONSTRUCTION PURPOSES.)IMPLEMENTATION SEQUENCE:THE CONTRACTOR SHALL COMPLY WITH THE FOLLOWING SEQUENCE.THE ENGINEER MAY APPROVE ADJUSTMENTS TO THE SEQUENCE AS NEEDED.GENERAL SWPPP RESPONSIBILITIES:THE CONTRACTOR SHALL KEEP THE SWPPP, INCLUDING ALL AMENDMENTS AND INSPECTION ANDMAINTENANCE RECORDS ON SITE DURING CONSTRUCTION.THE SWPPP WILL BE AMENDED AS NEEDED AND/OR AS REQUIRED BY PROVISIONS OF THE PERMIT.PERMITTEES MUST AMEND THE SWPPP TO INCLUDE ADDITIONAL OR MODIFIED BMPS AS NECESSARYTO CORRECT PROBLEMS IDENTIFIED OR ADDRESS SITUATIONS WHENEVER THERE IS A CHANGE IN DESIGN,CONSTRUCTION, OPERATION, MAINTENANCE, WEATHER OR SEASONAL CONDITIONS HAVING A SIGNIFICANTEFFECT ON THE DISCHARGE OF POLLUTANTS TO SURFACE WATERS OR GROUNDWATER.AMENDMENTS WILL BE APPROVED BY BOTH THE OWNER AND CONTRACTOR AND WILL BE ATTACHEDOR OTHERWISE INCLUDED WITH THE SWPPP DOCUMENTS. THE SWPPP AMENDMENTS SHALL BEINITIATED, FACILITATED, AND PROCESSED BY THE CONTRACTOR.ALL SWPPP CHANGES MUST BE DONE BY AN INDIVIDUAL TRAINED IN ACCORDANCE WITH SECTION 21.4 OR21.5. CHANGES INVOLVING THE USE OF A LESS STRINGENT BMP MUST INCLUDE A JUSTIFICATION DESCRIBINGHOW THE REPLACEMENT BMP IS EFFECTIVE FOR THE SITE CHARACTERISTICS.BOTH THE OWNER AND CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROPER TERMINATION AND/ORTRANSFER OF THE PERMIT.TEMPORARY SEDIMENT BASINS:THE CONTRACTOR SHALL INSTALL TEMPORARY SEDIMENT BASIN(S) INDICATED ON PLANS ANDREQUIRED BY THE NPDES CONSTRUCTION PERMIT.THE TEMPORARY BASIN MUST PROVIDE LIVE STORAGE FOR A CALCULATED VOLUME OF RUNOFFFROM A TWO (2)-YEAR, 24-HOUR STORM FROM EACH ACRE DRAINED TO THE BASIN OR 1,800 CUBICFEET OF LIVE STORAGE PER ACRE DRAINED, WHICHEVER IS GREATER.TEMPORARY SEDIMENT BASIN OUTLETS SHALL BE CONSTRUCTED TO PREVENT SHORT-CIRCUITINGAND PREVENT THE DISCHARGE OF FLOATING DEBRIS.OUTLET STRUCTURES MUST BE DESIGNED TO WITHDRAW WATER FROM THE SURFACE TO MINIMIZETHE DISCHARGE OF POLLUTANTS.BASINS MUST INCLUDE A STABILIZED EMERGENCY OVERFLOW, WITHDRAW WATER FROM THE SURFACE,AND PROVIDE ENERGY DISSIPATION AT THE OUTLET.TEMPORARY SEDIMENT BASINS SHALL BE PROVIDED WITH ENERGY DISSIPATION AT ANY BASINOUTLET TO PREVENT SOIL EROSION.SEDIMENT BASINS MUST BE SITUATED OUTSIDE OF SURFACE WATERS AND ANY BUFFER ZONES,AND MUST BE DESIGNED TO AVOID THE DRAINING WATER FROM WETLANDS.THE FOLLOWING DOCUMENTS ARE CONSIDERED PART OF THE SWPPP:PLAN AND PROFILE PLAN SHEETS:EROSION AND SEDIMENT CONTROL PLAN SHEETS:TURF ESTABLISHMENT PLAN SHEETS:STORM SEWER PLAN & PROFILE PLAN SHEETS:GRADING PLAN SHEETS:DETAIL PLAN SHEETS:SWPPP NOTE AND DETAIL SHEETS:PROJECT SPECIFICATIONS:PROJECT BID FORM:PERMANENT STORMWATER MANAGEMENT SYSTEMPERMANENT STORMWATER MANAGEMENT SYSTEM IS NOT REQUIRED, PER THE NPDES GENERAL STORMWATER PERMIT,SINCE THERE IS A REDUCTION IN IMPERVIOUS SURFACE.PROJECT SPECIFIC NOTES:XXSOIL NAME:HYDROLOGIC CLASSIFICATION:LESTER LOAM, 6 TO 10 PERCENT SLOPES, MODERATELY ERODEDCURBAN LAND-UDORTHENTS, WET SUBSTRATUM, COMPLEX, 0 TO 2 PERCENT SLOPESNOT RATEDURBAN LAND-UDORTHENTS (CUT AND FILL LAND) COMPLEX, 0 TO 6 PERCENT SLOPESNOT RATEDANTICIPATED RANGE OF PARTICLE SIZESSANDY LEAN CLAYAGENCY:TYPE OF PERMIT:MN DEPT. OF HEALTH (MDH)SAFETY AND SANITARY QUALITY OFWATER MAINBASSETT CREEK WATERSHEDMANAGEMENT COMMISSIONWATERSHED PERMITIDNAMETYPESPECIALWATER?IMPAIREDWATER?CONSTRUCTIONRELATED IMPAIRMENTOR SPECIAL WATERCLASSIFICATIONTMDL27-0035-01SWEENEYLAKENOYESCHLORIDE, NUTRIENTSCl, NUTRIENTSADDITIONAL BMPS AND/OR ACTIONS REQUIRED:23.9: PERMITTEES MUST IMMEDIATELY INITIATE STABILIZATION OF EXPOSED SOIL AREAS, AS DESCRIBED IN ITEM 8.4,AND COMPLETE THE STABILIZATION WITHIN SEVEN (7) CALENDAR DAYS AFTER THE CONSTRUCTION ACTIVITY IN THATPORTION OF THE SITE TEMPORARILY OR PERMANENTLY CEASES.23.10: PERMITTEES MUST PROVIDE A TEMPORARY SEDIMENT BASIN AS DESCRIBED IN SECTION 14 FOR COMMONDRAINAGE LOCATIONS THAT SERVE AN AREA WITH FIVE (5) OR MORE ACRES DISTURBED AT ONE TIME.SEE SECTION 23 OF THE PERMIT AND APPLICABLE TMDL WLA'STOTAL DISTURBED AREA:5.63 ACPRE-CONSTRUCTION IMPERVIOUS AREA:4.51 ACPOST-CONSTRUCTION IMPERVIOUS AREA:4.20 ACIMPERVIOUS AREA ADDED:-0.31 ACOWNER:CITY OF GOLDEN VALLEYCONTACT:JEFF OLIVERADDRESS:7800 GOLDEN VALLEY ROAD, GOLDEN VALLEY, MN 55427PHONE:763.593.8034EMAIL:JOLIVER@GOLDENVALLEYMN.GOVENGINEER:SHORT ELLIOTT HENDRICKSON INC. (SEH)CONTACT:STEVE PRALLPHONE:651.318.0359EMAIL:SPRALL@SEHINC.COMPROJECT NO.:23-021.INSTALL ROCK CONSTRUCTION ENTRANCE(S)2.INSTALL PERIMETER CONTROL AND STABILIZE DOWN GRADIENT BOUNDARIES3.INSTALL INLET PROTECTION ON EXISTING CATCH BASINS4.COMPLETE SITE GRADING5.INSTALL UTILITIES, STORM SEWER, INLET PROTECTION, CURB & GUTTER, PAVING6.COMPLETE FINAL GRADING AND STABILIZE DISTURBED AREAS7.AFTER CONSTRUCTION IS COMPLETE AND THE SITE IS STABILIZED, REMOVEACCUMULATED SEDIMENT, REMOVE BMPS, AND RE-STABILIZE ANY AREAS DISTURBED BYTHEIR REMOVAL.8.INSTALL FILTRATION MEDIATEMPORARY BMP DESIGN FACTORS:EROSION PREVENTION AND SEDIMENT CONTROL BMP'S MUST BE DESIGNED TO ACCOUNT FOR:THE EXPECTED AMOUNT, FREQUENCY, INTENSITY, AND DURATION OF PRECIPITATIONTHE NATURE OF STORMWATER RUNOFF AND RON-ON AT THE SITE, INCLUDING FACTORS SUCH ASEXPECTED FLOW FROM IMPERVIOUS SURFACES, SLOPES, AND SITE DRAINAGE FEATURESTHE STORMWATER VOLUME, VELOCITY, AND PEAK FLOW RATES TO MINIMIZE DISCHARGE OFPOLLUTANTS IN STORMWATER AND TO MINIMIZE CHANNEL AND STREAMBANK EROSION AND SCOURIN THE IMMEDIATE VICINITY OF DISCHARGE POINTSTHE RANGE OF SOIL PARTICLE SIZES EXPECTED TO BE PRESENT.LOCATION:GOLDEN VALLEY, MNLATITUDE/LONGITUDE:44.989562, -93.355102PROJECT DESCRIPTION:EXCAVATION, GRADING, CONCRETE CURB & GUTTER,CONCRETE SIDEWALK, BITUMINOUS PAVING, STORMSEWER, SANITARY SEWER REPAIR, & WATER MAINREPLACEMENTSOIL DISTURBING ACTIVITIES:GRADING, STREET RECONSTRUCTION, UTILITYREHABILITATIONPREPARER/DESIGNER OF SWPPP:STEVE PRALLEMPLOYER:SHORT ELLIOTT HENDRICKSONDATE OBTAINED / REFRESHEDREFRESHED 2023INSTRUCTOR(S)/ENTITYPROVIDING TRAINING:U OF MNCONTRACTORXCONTACTXPHONEXEMAILXWATERBODYNO WORK DURINGLAKESAPRIL 1 - JUNE 30NON-TROUT STREAMSMARCH 15 - JUNE 15TROUT STREAMSSEPTEMBER 1 - APRIL 1SEE DNR PERMIT FOR MORE INFORMATIONRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02PROJECT LOCATION MAP, INCLUDING ALL RECEIVING WATERS WITHIN ONE MILE OF PROJECT SITE ANDARROWS SHOWING OVERLAND FLOW.https://pca-gis02.pca.state.mn.us/csw/index.htmlAPPROXIMATE1 MILE BUFFEROF PROJECTAREAPROJECT LOCATIONE1Save: 1/22/2024 11:00 AM sprall Plot: 2/26/2024 12:33 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SWPPP.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSWPPP449
DEWATERING AND BASIN DRAINING ACTIVITIES:THE CONTRACTOR IS RESPONSIBLE FOR ADHERING TO ALL DEWATERING AND SURFACE DRAINAGEREGULATIONS.WATER FROM DEWATERING ACTIVITIES SHALL DISCHARGE TO A TEMPORARYAND/OR PERMANENT SEDIMENT BASIN.IF WATER CANNOT BE DISCHARGED TO A SEDIMENTATION BASIN, IT SHALL BE TREATED WITHOTHER APPROPRIATE BMPS, TO EFFECTIVELY REMOVE SEDIMENT.DISCHARGE THAT CONTAINS OIL OR GREASE MUST BE TREATED WITH AN OIL-WATER SEPARATOR ORSUITABLE FILTRATION DEVICE PRIOR TO DISCHARGE.WATER FROM DEWATERING SHALL BE DISCHARGED IN A MANNER THAN DOES NOT CAUSENUISANCE CONDITIONS, EROSION, OR INUNDATION OF WETLANDS.BACKWASH WATER USED FOR FILTERING SHALL BE HAULED AWAY FOR DISPOSAL, RETURNED TO THEBEGINNING OF TREATMENT PROCESS, OR INCORPORATED INTO THE SITE IN A MANNER THAT DOES NOTCAUSE EROSION. THE CONTRACTOR SHALL REPLACE AND CLEAN FILTER MEDIAS USED IN DEWATERINGDEVICES WHEN REQUIRED TO MAINTAIN ADEQUATE FUNCTION.EROSION PREVENTION MEASURES AND TIMING:THE CONTRACTOR IS RESPONSIBLE FOR ALL EROSION PREVENTION MEASURES FOR THE PROJECT.EROSION PREVENTION MEASURES SHOWN ON PLANS ARE THE ABSOLUTE MINIMUM REQUIREMENTS.THE CONTRACTOR SHALL IMPLEMENT ADDITIONAL EROSION PREVENTION MEASURES AS NECESSARYTO PROPERLY MANAGE THE PROJECT AREA.THE CONTRACTOR SHALL PLAN AND IMPLEMENT APPROPRIATE CONSTRUCTION PRACTICES ANDCONSTRUCTION PHASING TO MINIMIZE EROSION AND RETAIN VEGETATION WHENEVERPOSSIBLE.THE PERMITTEE SHALL DELINEATE AREAS NOT TO BE DISTURBED. PERMITTEE(S) MUST MINIMIZE THE NEEDFOR DISTURBANCE OF PORTIONS OF THE PROJECT WITH STEEP SLOPES. WHEN STEEP SLOPES MUST BEDISTURBED, PERMITTEES MUST USE TECHNIQUES SUCH AS PHASING AND STABILIZATION PRACTICES DESIGNEDFOR STEEP SLOPES.THE CONTRACTOR SHALL STABILIZE OF ALL EXPOSED SOILS IMMEDIATELY TO LIMIT SOIL EROSION.IN NO CASE SHALL ANY EXPOSED AREAS, INCLUDING STOCK PILES, HAVE EXPOSED SOILS FORMORE THAN 7 DAYS WITHOUT PROVIDING TEMPORARY OR PERMANENT STABILIZATION. STABILIZATIONMUST BE COMPLETED WITHIN 7 DAYS AFTER CONSTRUCTION ACTIVITY HAS CEASED. TEMPORARYSTOCKPILES WITHOUT SIGNIFICANT CLAY, SILT, OR ORGANIC COMPONENTS DO NOT REQUIRE STABILIZATION.DRAINAGE PATHS, DITCHES, AND/OR SWALES SHALL HAVE TEMPORARY OR PERMANENTSTABILIZATION WITHIN 24 HOURS OF CONNECTING TO A SURFACE WATER OR 24 HOURSAFTER CONSTRUCTION ACTIVITY IN THE DITCH/SWALE HAS TEMPORARILY OR PERMANENTLYCEASED.THE CONTRACTOR SHALL COMPLETE THE STABILIZATION OF ALL EXPOSED SOILS WITHIN 24 HOURSTHAT LIE WITHIN 200 FEET OF PUBLIC WATERS PROMULGATED "WORK IN WATER RESTRICTIONS" BYTHE MN DNR DURING SPECIFIED FISH SPAWNING TIMES.THE CONTRACTOR SHALL IMPLEMENT EROSION CONTROL BMPS AND VELOCITY DISSIPATION DEVICESALONG CONSTRUCTED STORMWATER CONVEYANCE CHANNELS AND OUTLETS.THE CONTRACTOR SHALL STABILIZE TEMPORARY AND/OR PERMANENT DRAINAGE DITCHES OR SWALESWITHIN 200 LINEAL FEET FROM PROPERTY EDGE, OR DISCHARGE POINT(S) WITHIN 24 HOURS AFTERCONNECTING TO A SURFACE WATER OR PROPERTY EDGE.TEMPORARY OR PERMANENT DITCHES OR SWALES USED AS A SEDIMENT CONTAINMENT SYSTEM DURINGCONSTRUCTION MUST BE STABILIZED WITHIN 24 HOURS AFTER NO LONGER BEING USED AS A SEDIMENTCONTAINMENT SYSTEM.THE CONTRACTOR SHALL NOT UTILIZE HYDROMULCH, TACKIFIER, POLYACRYLAMIDE OR SIMILAR EROSIONPREVENTION PRACTICES AS A FORM OF STABILIZATION FOR TEMPORARY OR PERMANENT DRAINAGEDITCHES OR SWALE SECTION WITH A CONTINUOUS SLOPE OF GREATER THAN 2 PERCENT.THE CONTRACTOR SHALL ENSURE PIPE OUTLETS HAVE TEMPORARY OR PERMANENT ENERGY DISSIPATIONWITH IN 24 HOURS OF CONNECTION TO A SURFACE WATER.THE CONTRACTOR SHALL DIRECT DISCHARGES FROM BMPS TO VEGETATED AREAS TO INCREASE SEDIMENTREMOVAL AND MAXIMIZE STORMWATER INFILTRATION. VELOCITY DISSIPATION DEVICES MUST BE USED TOPREVENT EROSION WHEN DIRECTING STORMWATER TO VEGETATED AREAS.INSPECTION AND MAINTENANCE:ALL INSPECTIONS, MAINTENANCE, REPAIRS, REPLACEMENTS, AND REMOVAL OF BMPSIS TO BE CONSIDERED INCIDENTAL TO THE BMP BID ITEMS.THE PERMITTEE(S) IS RESPONSIBLE FOR COMPLETING SITE INSPECTIONS, AND BMP MAINTENANCETO ENSURE COMPLIANCE WITH THE PERMIT REQUIREMENTS.THE PERMITTEE(S) SHALL INSPECT THE CONSTRUCTION SITE ONCE EVERY 7 DAYS DURING ACTIVECONSTRUCTION AND WITHIN 24 HOURS AFTER A RAINFALL EVENT GREATER THAN 0.5 INCHES IN24 HOURS.THE PERMITTEE(S) SHALL DOCUMENT A WRITTEN SUMMARY OF ALL INSPECTIONS AND MAINTENANCEACTIVITIES CONDUCTED WITHIN 24 HOURS OF OCCURRENCE. RECORDS OFEACH ACTIVITY SHALL INCLUDE THE FOLLOWING:-DATE AND TIME OF INSPECTIONS;-NAME OF PERSON(S) CONDUCTING INSPECTION;-FINDINGS AND RECOMMENDATIONS FOR CORRECTIVE ACTIONS IF NECESSARY;-CORRECTIVE ACTIONS TAKEN;-DATE AND AMOUNT OF RAINFALL EVENTS;-POINTS OF DISCHARGE OBSERVED DURING INSPECTION AND DESCRIPTION OF THE DISCHARGE-AMENDMENTS MADE TO THE SWPPP.THE PERMITTEE(S) SHALL SUBMIT A COPY OF THE WRITTEN INSPECTIONS TO THE ENGINEER ANDOWNER ON A MONTHLY BASIS. IF MONTHLY INSPECTION REPORTS ARE NOT SUBMITTED, MONTHLYPAYMENTS MAY BE HELD.THE CONTRACTOR SHALL DOCUMENT AMENDMENTS TO THE SWPPP AS A RESULT OF INSPECTION(S)WITHIN 7 DAYS.THE CONTRACTOR SHALL KEEP THE SWPPP, ALL INSPECTION REPORTS, AND AMENDMENTS ONSITE.THE CONTRACTOR SHALL DESIGNATE A SPECIFIC ONSITE LOCATION TO KEEP THE RECORDSTHE CONTRACTOR IS RESPONSIBLE FOR THE OPERATION AND MAINTENANCE OF TEMPORARYAND PERMANENT WATER QUALITY BMP'S, AS WELL AS EROSION AND SEDIMENT CONTROL BMP'S.THE CONTRACTOR SHALL INSPECT EROSION PREVENTION AND SEDIMENTATION CONTROL BMPS TOENSURE INTEGRITY AND EFFECTIVENESS. ALL NONFUNCTIONAL BMPS SHALL BE REPAIRED, REPLACED,OR SUPPLEMENTED WITH FUNCTIONAL BMPS WITHIN 24 HOURS OF FINDING. THE CONTRACTORSHALL INVESTIGATE AND COMPLY WITH THE FOLLOWING INSPECTION AND MAINTENANCE REQUIREMENTS:POLLUTION PREVENTION MANAGEMENT MEASURES:THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL POLLUTION PREVENTION MANAGEMENT MEASURES.ALL POLLUTION PREVENTION MEASURES ARE CONSIDERED INCIDENTAL TO THE MOBILIZATION BID ITEM,UNLESS OTHERWISE NOTED.THE CONTRACTOR IS RESPONSIBLE FOR THE PROPER DISPOSAL, IN COMPLIANCE WITH MPCADISPOSAL REQUIREMENTS, OF ALL HAZARDOUS MATERIALS, SOLID WASTE, AND PRODUCTS ON-SITE.THE CONTRACTOR SHALL ENSURE BUILDING PRODUCTS THAT HAVE THE POTENTIAL TO LEAKPOLLUTANTS ARE KEPT UNDER COVER TO PREVENT THE DISCHARGE OF POLLUTANTS.THE CONTRACTOR SHALL ENSURE PESTICIDES, HERBICIDES, INSECTICIDES, FERTILIZERS, TREATMENTCHEMICALS, AND LANDSCAPE MATERIALS ARE COVERED TO PREVENT THE DISCHARGE OF POLLUTANTS.THE CONTRACTOR SHALL ENSURE HAZARDOUS MATERIALS AND TOXIC WASTE IS PROPERLY STORED INSEALED CONTAINERS TO PREVENT SPILLS, LEAKS, OR OTHER DISCHARGE. STORAGE AND DISPOSAL OFHAZARDOUS WASTE OR HAZARDOUS MATERIALS MUST BE IN COMPLIANCE WITH MINN. R. CH. 7045INCLUDING SECONDARY CONTAINMENT AS APPLICABLE.THE CONTRACTOR SHALL ENSURE ASPHALT SUBSTANCES USED ON-SITE SHALL ARE APPLIED INACCORDANCE WITH MANUFACTURERS RECOMMENDATIONS.THE CONTRACTOR SHALL ENSURE PAINT CONTAINERS AND CURING COMPOUNDS SHALL BE TIGHTLY SEALEDAND STORED WHEN NOT REQUIRED FOR USE. EXCESS PAINT AND/OR CURING COMPOUNDS SHALL NOT BEDISCHARGED INTO THE STORM SEWER SYSTEM AND SHALL BE PROPERLY DISPOSED OF ACCORDING TOMANUFACTURE'S INSTRUCTION.THE CONTRACTOR SHALL ENSURE SOLID WASTE BE STORED, COLLECTED AND DISPOSED OF PROPERLY INCOMPLIANCE WITH MINN. R. CH. 7035.THE CONTRACTOR SHALL ENSURE POTABLE TOILETS ARE POSITIONED SO THAT THEY ARE SECURE ANDWILL NOT BE TIPPED OR KNOCKED OVER. SANITARY WASTE MUST BE DISPOSED OF PROPERLY INACCORDANCE WITH MINN. R, CH. 7041.THE CONTRACTOR SHALL MONITOR ALL VEHICLES ON-SITE FOR LEAKS AND RECEIVE REGULAR PREVENTIONMAINTENANCE TO REDUCE THE CHANCE OF LEAKAGE.THE CONTRACTOR SHALL ENSURE WASHOUT WASTE MUST CONTACT THE GROUND AND BE PROPERLYDISPOSED OF IN COMPLIANCE WITH MPCA RULES.THE CONTRACTOR SHALL INCLUDE SPILL KITS WITH ALL FUELING SOURCES AND MAINTENANCE ACTIVITIES.SECONDARY CONTAINMENT MEASURES SHALL BE INSTALLED AND MAINTAINED BY THE CONTRACTOR.THE CONTRACTOR SHALL ENSURE SPILLS ARE CONTAINED AND CLEANED UP IMMEDIATELY UPONDISCOVERY. SPILLS LARGE ENOUGH TO REACH THE STORM WATER CONVEYANCE SYSTEM SHALL BEREPORTED TO THE MINNESOTA DUTY OFFICER AT 1.800.422.0798.SEDIMENT CONTROL MEASURES AND TIMING:THE CONTRACTOR IS RESPONSIBLE FOR ALL SEDIMENT CONTROL MEASURES FOR THE PROJECT.SEDIMENT CONTROL MEASURES SHOWN ON PLANS ARE THE ABSOLUTE MINIMUM REQUIREMENTS.THE CONTRACTOR SHALL IMPLEMENT ADDITIONAL SEDIMENT CONTROL MEASURES AS NECESSARYTO PROPERLY MANAGE THE PROJECT AREA.THE CONTRACTOR SHALL ENSURE SEDIMENT CONTROL MEASURES ARE ESTABLISHED ON ALL DOWNGRADIENT PERIMETERS BEFORE ANY UPGRADIENT LAND DISTURBING ACTIVITIES BEGIN. THESE MEASURESSHALL REMAIN IN PLACE UNTIL FINAL STABILIZATION HAS BEEN ESTABLISHED.A FLOATING SILT CURTAIN PLACED IN THE WATER IS NOT A SEDIMENT CONTROL BMP EXCEPT WHENWORKING ON A SHORELINE OR BELOW THE WATERLINE. IMMEDIATELY AFTER THE SHORT TERMCONSTRUCTION ACTIVITY IS COMPLETE, PERMITTEE(S) MUST INSTALL AN UPLAND PERIMETER CONTROLPRACTICE IF EXPOSED SOILS STILL DRAIN TO A SURFACE WATER.RECEIVING WATERNATURAL BUFFERIS THE BUFFER BEINGENCROACHED ON?REASON FOR BUFFERENCROACHMENTALL RECEIVING WATERSAT LEAST 50 FTNON/ASEDIMENT CONTROL BMP SUMMARY:SEE EROSION AND SEDIMENT CONTROL PLAN SHEETS AND BID FORM FOR TYPE,LOCATION, AND QUANTITY OF SEDIMENT CONTROL BMPS.EROSION PREVENTION BMP SUMMARY:SEE EROSION AND SEDIMENT CONTROL PLAN SHEET AND BID FORM FOR TYPE, LOCATION, ANDQUANTITY OF EROSION PREVENTION BMPS.A 50 FOOT NATURAL BUFFER MUST BE PRESERVED OR PROVIDE REDUNDANT (DOUBLE) PERIMETER SEDIMENTCONTROLS IF NATURAL BUFFER IS INFEASIBLE.THE CONTRACTOR SHALL NOT UTILIZE SEDIMENT CONTROL CHEMICALS ON SITE.THE CONTRACTOR SHALL ENSURE SEDIMENT CONTROL PRACTICES REMOVED OR ADJUSTED FORSHORT-TERM ACTIVITIES BE RE-INSTALLED IMMEDIATELY AFTER THE SHORT-TERM ACTIVITY HASBEEN COMPLETED. SEDIMENT CONTROL PRACTICES MUST BE REINSTALLED BEFORE THE NEXTPRECIPITATION EVENT EVEN IF THE SHORT-TERM ACTIVITY IS NOT COMPLETE.THE CONTRACTOR SHALL ENSURE STORM DRAIN INLETS ARE PROTECTED BY APPROPRIATE BMPS DURINGCONSTRUCTION UNTIL ALL SOURCES WITH POTENTIAL FOR DISCHARGINGTO THE INLET HAVE BEEN STABILIZED.THE CONTRACTOR SHALL PROVIDE SILT FENCE OR OTHER EFFECTIVE SEDIMENT CONTROL AT THE BASE OFTHE STOCKPILES.THE CONTRACTOR SHALL INSTALL PERIMETER CONTROL AROUND ALL STAGING AREAS, BORROW PITS,AND AREAS CONSIDERED ENVIRONMENTALLY SENSITIVE.THE CONTRACTOR SHALL ENSURE VEHICLE TRACKING BE MINIMIZED WITH EFFECTIVE BMPS. WHERE THEBMPS FAIL TO PREVENT SEDIMENT FROM TRACKING ONTO STREETS THE CONTRACTOR SHALL CONDUCTSTREET SWEEPING TO REMOVE ALL TRACKED SEDIMENT.THE CONTRACTOR SHALL IMPLEMENT CONSTRUCTION PRACTICES TO MINIMIZE SOIL COMPACTION.THE CONTRACTOR SHALL ENSURE ALL CONSTRUCTION ACTIVITY REMAIN WITHIN PROJECT LIMITS ANDTHAT ALL IDENTIFIED RECEIVING WATER BUFFERS ARE MAINTAINED.PERIMETER CONTROL DEVICES, INCLUDING SILT FENCE SHALL BE REPAIRED, OR REPLACED,WHEN THEY BECOME NONFUNCTIONAL OR THE SEDIMENT REACHES 1/2 OF THEDEVICE HEIGHT. THESE REPAIRS SHALL BE MADE WITHIN 24 HOURS OF DISCOVERY.TEMPORARY AND PERMANENT SEDIMENT BASINS SHALL BE DRAINED AND THE SEDIMENT REMOVEDWHEN THE DEPTH OF SEDIMENT COLLECTED IN THE BASIN REACHES 1/2 THE STORAGE VOLUME.DRAINAGE AND REMOVAL MUST BE COMPLETED WITHIN 72 HOURS OF DISCOVERY.SURFACE WATERS, INCLUDING DRAINAGE DITCHES AND CONVEYANCE SYSTEMS, MUST BEINSPECTED FOR EVIDENCE OF EROSION AND SEDIMENT DEPOSITION. THE CONTRACTOR SHALLREMOVE ALL DELTAS AND SEDIMENT DEPOSITED IN SURFACE WATERS, INCLUDING DRAINAGEWAYS, CATCH BASINS, AND OTHER DRAINAGE SYSTEMS. THE CONTRACTOR SHALL RE-STABILIZETHE AREAS WHERE SEDIMENT REMOVAL RESULTS IN EXPOSED SOIL. REMOVAL AND STABILIZATIONMUST TAKE PLACE WITHIN 7 DAYS OF DISCOVERY, UNLESS PRECLUDED BY LEGAL, REGULATORY,OR PHYSICAL CONSTRAINTS. THE CONTRACTOR IS RESPONSIBLE FOR CONTACTING ALLLOCAL, REGIONAL, STATE AND FEDERAL AUTHORITIES AND OBTAIN ANY APPLICABLE PERMITS,PRIOR TO CONDUCTING ANY WORK IN SURFACE WATERS.CONSTRUCTION SITE VEHICLE EXIT LOCATIONS SHALL BE INSPECTED DAILY FOR EVIDENCEOF SEDIMENT TRACKING ONTO PAVED SURFACES. TRACKED SEDIMENT MUST BEREMOVED FROM ALL PAVED SURFACES WITHIN 24 HOURS OF DISCOVERY.IF SEDIMENT ESCAPES THE CONSTRUCTION SITE, OFF-SITE ACCUMULATIONS OF SEDIMENTMUST BE REMOVED IN A MANOR AND AT A FREQUENCY SUFFICIENT TO MINIMIZE OFF-SITEIMPACTS.Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02E2Save: 1/22/2024 11:00 AM sprall Plot: 2/26/2024 12:33 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SWPPP.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSWPPP450
18"SES5"6"12"12"
8"
8"
14"
48"
3X4"
3X4"
4X4"
4X2"
4X4"
14"
24"
18"
12"
12"
12"
12"
18"
10"
20"
10"ECTRL5"
8"
8"
24"
24"
24"ECTRL5"
5"
5"
5"EE8"
8"
4"
4"
4"
4"
4"
4"
20"
8"ECTRLECTRLXCXCFMFMFMFMFM>>FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOSTFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFO4"4"
8"
6"
10"STST880885890895900905876877878879881882883884886887888889891892893894896897898899901902903904906907908UPRR
LUCE LIN
E
T
R
A
I
L
925900701701580458065830590081570128"
20"
20"
12"
36"24"24"STSTFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLFOFOFOFOFOFOFOFO30"ST872871871 8758718728738741114110992510001100900NOTES:1.TO PREVENT DUSTY CONDITIONS AND SEDIMENT ENTERING THE STORMSEWER, CONTRACTOR MUST CLEAN STREETS ON A DAILY BASIS DURINGCONSTRUCTION HOURS (7AM-7PM) UNLESS OTHERWISE DIRECTED BY THEENGINEER.2.ADDITIONAL STREET CLEANING MAY BE REQUIRED AS DIRECTED BY THEENGINEER AND WILL BE INCIDENTAL TO DAILY SWEEPING. THE ADDITIONALSWEEPING WILL BE PERFORMED WITHIN FOUR (4) HOURS OF ENGINEER'SDIRECTION.3.FAILURE TO PERFORM STREET CLEANING WILL RESULT IN CLEANING BY THECITY OF GOLDEN VALLEY AND COSTS DEDUCTED FROM MONIES DUE TOCONTRACTOR.4.CONTRACTOR MUST PLACE PROTECTION ON ALL INLETS AND REMOVE ASDIRECTED BY THE ENGINEER FOLLOWING BITUMINOUS WEAR PAVING(INCIDENTAL).5.ALL DISTURBED AREAS SHALL BE RESTORED WITH 4" TOPSOIL AND SODUNLESS SHOWN OTHERWISE OR DIRECTED BY THE ENGINEER.6.EXPOSED SOIL SHALL BE TEMPORARILY STABILIZED USING SEED WITH MULCHAND/OR EROSION CONTROL BLANKET, OR BY HYDROSEEDING AS DIRECTEDBY THE ENGINEER.7.TEMPORARY OR PERMANENT MULCH MUST BE UNIFORMLY APPLIED BYMECHANICAL OR HYDRAULIC MEANS AND STABILIZED BY DISK ANCHORING ORUSE OF HYDRAULIC SOIL STABILIZERS.8.TEMPORARY VEGETATION COVERS SHOULD CONSIST OF SUITABLE, FASTGROWING, DENSE GRASS SEED (MNDOT 25-141) APPLIED AT 1.5 TIMES THERATE PER ACRE SPECIFIED BY MNDOT 2575.3.9. PROJECT DOES NOT IMPACT ANY WETLANDS.10.STEEP SLOPES (>3:1) SHALL BE STABILIZED IMMEDIATELY AFTER REACHINGFINAL GRADE, AS DIRECTED BY THE ENGINEER.11.ADDITIONAL PERIMETER CONTROL TO BE INSTALLED, AS NECESSARY, ASDIRECTED BY ENGINEER.EROSION CONTROLSTORM DRAIN INLET PROTECTIONEXISTING AND PROPOSED DRAINAGEDIRECTIONAL FLOW ARROWSILT FENCEROCK CONSTRUCTION ENTRANCEHYDROSEEDING (INCLUDES 4" TOPSOIL,SEED MIX 25-131, FERTILIZER,& TYPE HYDRAULIC MULCH)SEDIMENT CONTROL LOG (TYPE STRAW)SEEDING (INCLUDES 4" TOPSOIL,SEED MIX 38-631, & FERTILIZER)ROLLED EROSION PREVENTION CATEGORY 10)ZANE AVENUESave: 2/26/2024 12:07 PM sprall Plot: 2/26/2024 1:35 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SEC1.dwg
0feetscale501005025Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02E33/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103ZANE AVENUEOLSON MEMORIAL HWY. SERVICE ROAD0feetscale501005025SEE SHEET E4ZANE AVENUESEE BELOWSEE ABOVESEE SHEET E4ZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSEDIMENT & EROSION CONTROL PLANSTA 5+55BEGIN S.A.P.128-408-002LINDSAY STREET MNDOT R/WMNDOT R/W451
6"8"10"10"GFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFO30"875874876877878879873125060055905600511091114ESTSTE11"22"16"E23"23"9"20"20"42"36"36"STSTEPPP28"28"26"36"24"24"STSTFO FO FO FO FO FO FOFOFOFOFOFOFOFOFOFOFOFOFOECTRLFOST 871
875871872873874876880 878879
881882883884871872 1100100057355645562556605640562056005605554055355525553055205510550511219351000 1100
NOTES:1.TO PREVENT DUSTY CONDITIONS AND SEDIMENT ENTERING THE STORMSEWER, CONTRACTOR MUST CLEAN STREETS ON A DAILY BASIS DURINGCONSTRUCTION HOURS (7AM-7PM) UNLESS OTHERWISE DIRECTED BY THEENGINEER.2.ADDITIONAL STREET CLEANING MAY BE REQUIRED AS DIRECTED BY THEENGINEER AND WILL BE INCIDENTAL TO DAILY SWEEPING. THE ADDITIONALSWEEPING WILL BE PERFORMED WITHIN FOUR (4) HOURS OF ENGINEER'SDIRECTION.3.FAILURE TO PERFORM STREET CLEANING WILL RESULT IN CLEANING BY THECITY OF GOLDEN VALLEY AND COSTS DEDUCTED FROM MONIES DUE TOCONTRACTOR.4.CONTRACTOR MUST PLACE PROTECTION ON ALL INLETS AND REMOVE ASDIRECTED BY THE ENGINEER FOLLOWING BITUMINOUS WEAR PAVING(INCIDENTAL).5.ALL DISTURBED AREAS SHALL BE RESTORED WITH 4" TOPSOIL AND SODUNLESS SHOWN OTHERWISE OR DIRECTED BY THE ENGINEER.6.EXPOSED SOIL SHALL BE TEMPORARILY STABILIZED USING SEED WITH MULCHAND/OR EROSION CONTROL BLANKET, OR BY HYDROSEEDING AS DIRECTEDBY THE ENGINEER.7.TEMPORARY OR PERMANENT MULCH MUST BE UNIFORMLY APPLIED BYMECHANICAL OR HYDRAULIC MEANS AND STABILIZED BY DISK ANCHORING ORUSE OF HYDRAULIC SOIL STABILIZERS.8.TEMPORARY VEGETATION COVERS SHOULD CONSIST OF SUITABLE, FASTGROWING, DENSE GRASS SEED (MNDOT 25-141) APPLIED AT 1.5 TIMES THERATE PER ACRE SPECIFIED BY MNDOT 2575.3.9. PROJECT DOES NOT IMPACT ANY WETLANDS.10.STEEP SLOPES (>3:1) SHALL BE STABILIZED IMMEDIATELY AFTER REACHINGFINAL GRADE, AS DIRECTED BY THE ENGINEER.11.ADDITIONAL PERIMETER CONTROL TO BE INSTALLED, AS NECESSARY, ASDIRECTED BY ENGINEER.EROSION CONTROLSTORM DRAIN INLET PROTECTIONEXISTING AND PROPOSED DRAINAGEDIRECTIONAL FLOW ARROWSILT FENCEROCK CONSTRUCTION ENTRANCEHYDROSEEDING (INCLUDES 4" TOPSOIL,SEED MIX 25-131, FERTILIZER,& TYPE HYDRAULIC MULCH)SEDIMENT CONTROL LOG (TYPE STRAW)SEEDING (INCLUDES 4" TOPSOIL,SEED MIX 38-631, & FERTILIZER)ROLLED EROSION PREVENTION CATEGORY 10)ZANE AVENUESave: 2/26/2024 12:07 PM sprall Plot: 2/26/2024 1:35 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SEC1.dwg
0feetscale501005025Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02E43/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103ZANE AVENUESEE SHEET E3
LILAC
D
R
I
V
E
N
ZANE AVENUE LINDSAY STREETLINDSAY STREET0feetscale501005025GOLDEN VALLEY ROADSEE SHEET E3SEE SHEET E3
ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSEDIMENT & EROSION CONTROL PLANSTA 33+50END S.A.P. 128-408-002MNDOT R/WMNDOT R/W452
46.27+54
00+4000+4100+4200+4300+4400+4500+4600+4700+48
00
+
49
0
0
+
5
0
0
0
+
5
1
00+5200+5300+54
PC: 47+92.40PC: 50+76.08PC: 53+55.45PT: 50+29.33PT: 51+91.97PT: 53+84.7800+500+600+700+800+900+1000+1100+1200+1300+1400+1500+1600+1700+1800+1900+2000+2100+2200+2300+2400+2500+2600+2700+2800+2900+3000+3100+3200+3300+34PC: 23+52.79
PT: 24+76.69L1L2C1L3L4L5
L6
C2
C3
C4
A1Save: 5/25/2023 4:36 PM sprall Plot: 2/26/2024 12:34 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618AL1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.0feetscale10020010050103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSALIGNMENT PLANZANE AVENUELINDSAY STREET STA. 5+55BEGIN S.A.P. 128-408-002STA.33+50END S.A.P. 128-408-002453
ALIGNMENT TABULATION - ZANE AVENUE N (S.A.P. 128-408-002)POINT IDL1C1L2POINTSTATION5+00.0023+52.7924+76.69DELTA023° 39' 44"RADIUS300.00TANGENT62.84LENGTH1852.79123.89923.31NORTHING170638.5927172491.3634172611.8847EASTING507295.8796507304.6990507280.0509BEARINGN 00° 16' 22" EN 23° 23' 22" WSTART STATION5+00.0023+52.7924+76.69END STATION23+52.7924+76.6934+00.00START NORTHING170638.5927172491.3634172611.8847START EASTING507295.8796507304.6990507280.0509END NORTHING172491.3634172611.8847173459.3283END EASTING507304.6990507280.0509506913.5160ALIGNMENT TABULATION - LINDSAY STPOINT IDL3C2L4C3L5C4L6POINTSTATION40+00.0047+92.4050+29.3350+76.0851+91.9753+55.4553+84.78DELTA054° 17' 55"055° 19' 55"014° 00' 16"RADIUS250.00120.00120.00TANGENT128.2062.9114.74LENGTH792.40236.9246.75115.89163.4929.3361.48NORTHING172551.9627172540.2619172433.1658172394.7999172343.3813172343.9154172347.5771EASTING507298.8522508091.1699508292.6278508319.3477508418.2115508581.6968508610.7247BEARINGS 89° 09' 14" ES 34° 51' 19" EN 89° 48' 46" EN 75° 48' 30" ESTART STATION40+00.0047+92.4050+29.3350+76.0851+91.9753+55.4553+84.78END STATION47+92.4050+29.3350+76.0851+91.9753+55.4553+84.7854+46.27START NORTHING172551.9627172540.2619172433.1658172394.7999172343.3813172343.9154172347.5771START EASTING507298.8522508091.1699508292.6278508319.3477508418.2115508581.6968508610.7247END NORTHING172540.2619172433.1658172394.7999172343.3813172343.9154172347.5771172362.6507END EASTING508091.1699508292.6278508319.3477508418.2115508581.6968508610.7247508670.3318A2Save: 5/25/2023 4:36 PM sprall Plot: 2/26/2024 12:34 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618AL1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSALIGNMENT TABULATION454
TYPICAL SECTION - BITUMINOUS DRIVEWAY REPLACEMENTWIDTH VARIESVARIES (TYP.)EXCAVATION FOR SUBCUT UNDER PAVEMENT IS PAID AS COMMON EXCAVATION.TYPICAL SECTION - CONCRETE DRIVEWAY REPLACEMENTWIDTH VARIESVARIES (TYP.)EXCAVATION FOR SUBCUT UNDER PAVEMENT IS PAID AS COMMON EXCAVATION.6" AGGREGATE BASE CLASS 5MnDOT SPEC. 22113" TYPE SP9.5 WEARING COURSEMIXTURE DESIGNATION SPWEA240C(IF THICKER, MATCH EXISTING)SOD W/ 4" TOPSOIL (TYP.)6" AGGREGATE BASE CLASS 5MnDOT SPEC. 22116" CONCRETE PAVEMENTMIX NO. 3F52 FOR RESIDENTIAL DRIVES8" CONCRETE PAVEMENTMIX NO. 3F52 FOR COMMERCIAL DRIVESSOD W/ 4" TOPSOIL (TYP.)GRADE TO MATCH (TYP.)GRADE TO MATCH (TYP.)2%2%1V:4H (MAX)1V:4H (MAX)1V:4H (MAX)1V:4H (MAX)VARIESR/WR/WSEE DETAIL BBACKFILL W/ SUITABLE MATERIALBACKFILL W/ SUITABLE MATERIAL6" SUBGRADE DRAIN W/GEOTEXTILE SOCKAS DIRECTED BY ENGINEER /6" SOLID PVC SUMP DRAINAS DIRECTED BY ENGINEER(SEE DETAIL GV-ST-070)TYPICAL STREET SECTION (26' STREET)℄VARIES6"(TYP.)JOINT ADHESIVE (TYP.)2%2%1V:4H (MAX)1V:4H (MAX)1V:4H (MAX)1V:4H (MAX)60'R/WR/WSEE DETAIL AB618 CONCRETE C&G (TYP.)BACKFILL W/ SUITABLE MATERIALSOD W/ 4" TOPSOIL (TYP.)BACKFILL W/ SUITABLE MATERIAL6" SUBGRADE DRAIN W/GEOTEXTILE SOCKAS DIRECTED BY ENGINEER /6" SOLID PVC SUMP DRAINAS DIRECTED BY ENGINEER(SEE DETAIL GV-ST-070) (TYP.)TYPICAL STREET SECTION (30' STREET w/ 8' SIDEWALK)ZANE AVENUE (S.A.P. 128-408-02) STA. 5+55 - 33+50℄6"(TYP.)JOINT ADHESIVE (TYP.)2V:1HSEE DETAIL CVARIES1.5%8'11SOD W/ 4" TOPSOIL (TYP.)B618 CONCRETE C&G (TYP.)3VARIES12'THRU LANEWALK8' (TYP.)VARIES 2' - 6'VARIES 6' - 10'21' CLEAR ZONEC/L PROFILE GRADETOP OF BITUMINOUS SURFACE2%2%1V:4H (MAX)1V:4H (MAX)60'R/WR/WSEE DETAIL AB618 CONCRETE C&G (TYP.)SOD W/ 4" TOPSOIL (TYP.)BACKFILL W/ SUITABLE MATERIAL (TYP.)TYPICAL STREET SECTION (30' STREET)LINDSAY STREET STA. 40+00 - 45+206"(TYP.)JOINT ADHESIVE (TYP.)VARIES18' (TYP.)VARIES 2' - 6'LINDSAY STREET STA. 45+20 - 54+201V:4H (MAX)1V:4H (MAX)VARIES8' (TYP.)VARIES 2' - 6'11.5'THRU LANE11.5'THRU LANEC/L PROFILE GRADETOP OF BITUMINOUS SURFACE12' (TYP.)VARIES 4' - 10'10' (TYP.)VARIES 4' - 6'13'13'15'33'0.67'12'THRU LANE15'3'0.67'2V:1H6" SUBGRADE DRAIN W/GEOTEXTILE SOCKAS DIRECTED BY ENGINEER /6" SOLID PVC SUMP DRAINAS DIRECTED BY ENGINEER(SEE DETAIL GV-ST-070) (TYP.)2V:1H
2V:1H℄12'THRU LANEC/L PROFILE GRADETOP OF BITUMINOUS SURFACE15'3'0.67'12'THRU LANE15'3'0.67'2V:1H
2V:1HINSTALL SILL CURB WHEN CONCRETEWALK IS AT BACK OF CURB. SEESHEET D15 FOR STANDARD DETAIL.TY1Save: 2/22/2024 3:46 PM sprall Plot: 2/26/2024 12:34 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618TY1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSTYPICAL SECTIONSTACK COAT, MnDOT SPEC. 2357DETAIL A6" AGGREGATE BASE (CV) CLASS 5MnDOT SPEC. 2211EXISTING SUBGRADE0"-36" TYP SELECT GRANULAR BORROW(5% MOD) MnDOT SPEC. 3149.2B1-1/2" (TYPE SP 9.5) WEARING COURSEMIXTURE DESIGNATION (SPWEA440F)4" (TYPE SP 12.5) BASE COURSEMIXTURE DESIGNATION (SPNWB230C)DETAIL C4" AGGREGATE BASE (CV) CLASS 56" AT PEDESTRIAN RAMPS & DRIVEWAYS(MnDOT SPEC. 2211)4" CONCRETE WALK6" AT PEDESTRIAN RAMPS AND RESIDENTIAL DRIVEWAYS8" AT COMMERCIAL DRIVEWAYS123' CLEAR ZONEEXCAVATION FOR SUBCUT IS PAID AS COMMONEXCAVATION.THE ENGINEER SHALL MAKE FIELD DETERMINATIONS OFSUBGRADE SUITABILITY AND, IF NECESSARY, SHALLDIRECT THE CONTRACTOR TO VARY THE DEPTH OFCOMMON EXCAVATION, SELECT GRANULAR BORROWAND GEOTEXTILE FABRIC TYPE V.ZANE AVE. N (STA 17+00 TO STA 19+00) TO HAVEVARYING CROSS SLOPE TO MATCH RAILROAD. SEEGRADING PLAN SHEET G2.TACK COAT, MnDOT SPEC. 2357DETAIL B6" AGGREGATE BASE (CV) CLASS 5MnDOT SPEC. 2211EXISTING SUBGRADE11-1/2" (TYPE SP 9.5) WEARING COURSEMIXTURE DESIGNATION (SPWEA440F)3" (TYPE SP 12.5) BASE COURSEMIXTURE DESIGNATION (SPNWB230C)TACK COAT, MnDOT SPEC. 23572" (TYPE SP 9.5) WEARING COURSEMIXTURE DESIGNATION (SPWEA440F)0"-36" TYP SELECT GRANULAR BORROW(5% MOD) MnDOT SPEC. 3149.2B13LINDSAY STREET ROAD WIDTH TRANSITIONS FROM 30'F-F TO 26' F-F BETWEEN STA 45+20 TO STA 46+40444455
STATION=32+86.57OFFSET=15.67 RTOC=879.78STATION=33+30.79OFFSET=63.12 RTOC=881.72STATION=33+40.95OFFSET=56.91 LTOC=879.75STATION=33+10.19OFFSET=17.76 LTOC=880.26STATION=32+86.57OFFSET=60.00 RSTATION=32+96.73OFFSET=60.00 LSTATION=32+96.73OFFSET=15.00 LGUTTER=879.50R=44.33'L=72.76'R=44.33'L=52.87'00+3300+342.10%1.50%1.5
0
%STATION=33+24.36OFFSET=25.33 LTOC=880.56 HP36.72'16.15'STATION=33+25.07OFFSET=38.02 RTOC=880.99STATION=33+17.33OFFSET=27.16 RGUTTER=880.2813.
2
7
'2.72%26.12
'
2.65%
33.37'880.60880.38STATION=33+61.25OFFSET=50.40 RTOC=881.62STATION=33+63.39OFFSET=23.99 RTOC=881.32STATION=5+63.73OFFSET=70.64 LTOC=907.79 (MATCH EX.)STATION=5+63.66OFFSET=65.72 LTOC=907.82STATION=6+12.99OFFSET=15.67 LTOC=908.31STATION=6+11.45OFFSET=15.67 RTOC=908.31STATION=5+62.16OFFSET=62.89 RTOC=910.05 (MATCH EX.)STATION=6+11.45OFFSET=65.00 RSTATION=6+12.99OFFSET=65.00 LR=49.33'L=75.38'R=49.33'L=78.21'STATION=5+81.60OFFSET=26.93 LTOC=908.24STATION=5+72.16OFFSET=37.31 LTOC=908.11STATION=5+81.81OFFSET=25.57 RTOC=908.77STATION=5+71.91OFFSET=35.50 RTOC=909.043.27%29.50'1.50%14.08'1.40%31.80'1.00%12.04'0.90%66.17'0.50%00+5 00+6 STATION=6+01.06OFFSET=17.13 LTOC=908.450.64%2.31%908.43908.15STATION=23+57.50OFFSET=15.71 RTOC=870.72STATION=23+57.02OFFSET=54.99 RSTATION=24+51.52OFFSET=56.25 RSTATION=40+61.69OFFSET=15.67 RTOC=871.18STATION=40+42.72OFFSET=15.67 LTOC=870.86ST STATION=24+76.69OFFSET=15.67 RTOC=871.35STATION=23+51.91OFFSET=15.67 RTOC=870.70STATION=23+54.99OFFSET=0.00CL=870.69LOW POINT00+24 00+2500+4000+410.67%0.50%STATION=24+48.41OFFSET=17.07 RTOC=871.18STATION=40+38.93OFFSET=22.92 RTOC=870.92STATION=24+10.99OFFSET=13.50 RELEV=870.750.50%1.00%1.00%STATION=23+84.26OFFSET=13.50 RELEV=870.54STATION=24+28.59OFFSET=13.50 RELEV=870.76STATION=40+61.69OFFSET=15.67 LTOC=871.181.00%0.82%0.80%3.00%0.67%1.70%2.00%3.00%2.00%2.00%870.85870.64R=39.33'L=45.15'0.66%0.66%0.50%37.91'24.27'STATION=53+88.99OFFSET=13.67 RTOC=885.04STATION=54+08.32OFFSET=32.67 RTOC=885.83STATION=54+08.48OFFSET=42.20 RTOC=886.13STATION=53+84.44OFFSET=13.67 LTOC=885.01STATION=54+03.86OFFSET=32.71 LTOC=884.76STATION=54+03.93OFFSET=36.85 LTOC=884.63STATION=53+84.44OFFSET=33.00 LSTATION=53+88.99OFFSET=33.00 RR=19.33'L=30.04'R=19.33'L=30.13'00+5300+5446.27+541.00%1.00%2.30%STATION=53+88.43OFFSET=14.06 LTOC=885.05 HP4.00'
26.13'ID1Save: 1/25/2024 12:32 PM sprall Plot: 2/26/2024 12:35 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618ID1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.0feetscale20402010103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02NOTES:1.ALL CURB LINE ELEVATIONS ARE TOP OF CURB.2.ALL STREET ELEVATIONS ARE PROPOSED TOP OFBITUMINOUS.3.LENGTH OF CURB RADII ARE AT BACK OF CURB.4.SEE SHEETS PR1 & PR2 FOR DETAILED PEDESTRIANRAMP DESIGN INFORMATION.5.SEE GRADING & STORM PLANS FOR DETAILEDPROJECT LIMIT INFORMATION.ZANE AVENUEOLSON MEMORIAL HWY. SERVICE ROADZANE AVENUEZANE AVENUELINDSAY STREETLINDSAY STREETGOLDEN VALLEY ROADLILAC DRIVE N.ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSINTERSECTION DETAILS456
00+11 00+12OUTFALL
STATION=11+10.26OFFSET=15.67 RTOC=897.71STA=11+26.74OFF=23.67 RGUT=897.05STATION=11+32.01OFFSET=50.90 RTOC=896.24 (MATCH EX.)STA=11+10.26OFF=35.00 RR=19.33' B/CL=18.73'STA=10+98.35OFF=44.14 RR=34.33' B/CL=28.27'R19.33R34.330.73%18.73'4.60%28.27'STA=11+69.46OFF=34.69 RTOC=896.38 (MATCH EX.)STA=11+88.96OFF=35.00 RR=19.33' B/CL=27.51'STA.=11+89.46OFF.=15.67 RTOC=896.082.85%18.26'STA=11+72.48OFF=23.67 RGUT=896.101.86%11.81'896.57STA=10+64.03OFF=15.67 LTOC=898.79STA=10+64.03OFF=35.00 LR=19.33' B/CL=27.66'STA=10+83.17OFF=32.30 LTOC=899.07 (HP)STA=10+86.77OFF=61.73 LTOC=897.69(MATCH EX.)STA=10+86.59OFF=56.52 LTOC=897.93STA=11+13.91OFF=38.77 LTOC=898.82(MATCH EX.)STA=11+16.61OFF=30.38 LTOC=898.37STA=11+22.75OFF=20.19 LTOC=897.77STA=11+30.75OFF=25.00 LR=9.33' B/CL=18.46'1.00%4.65%24.46'4.65%5.23'STA=11+30.75OFF=15.67 LTOC=897.295.03%9.60'5.03%11.90'5.03%8.89'R19.33R24.47STA=11+38.33OFF=19.56 LTOC=897.38 (HP)STA=11+44.47OFF=28.14 LTOC=896.65STA=11+48.07OFF=38.55 LTOC=895.88 (MATCH EX.)STA=11+78.41OFF=54.54 LTOC=892.93(MATCH EX.)1.00%8.86'6.91%10.55'6.91%11.17'R19.33STA=12+05.65OFF=15.67 LTOC=895.75STA=12+10.20OFF=51.11 LR=36.33'L=32.67'STA=11+89.07OFF=44.96 LR=14.33' B/CL=14.50'STA=11+75.31OFF=40.96 LTOC=893.821.50%1.50%1.50%R36.33R14.33STA=11+96.43OFF=17.48 LTOC=895.84 (HP)STA=12+05.65OFF=40.00 LR=24.33' B/CL=9.45'R24.331.00%6.17%6.17%27.66'9.45'32.67'14.50'00+17 18
1.50%1.50%STA=16+72.50OFF=15.67 RTOC=881.75STA=16+72.50OFF=30.00 RR=14.33' B/CL=15.95'STA=16+86.09OFF=23.67 RGUT.=880.96STA=17+41.70OFF=15.67 RTOC=879.36STA=17+28.11OFF=23.67 RGUT.=879.48STA=17+41.70OFF=30.00 RR=14.33' B/CL=15.95'STA=17+31.34OFF=33.77 RBIT.=880.40 (MATCH EX.)STA=16+88.41OFF=33.70 RBIT.=881.30 (MATCH EX.)1.50%3.86%8.80'1.50%OUTFALL1.
8
2
%
1
5
.
9
5
'3.89%15.95'7.62%12.07'STA=17+02.69OFF=15.67 LTOC=880.70STA=17+02.69OFF=40.00 LR=24.33' B/CL=35.14'STA=17+26.83OFF=36.93 LTOC=882.51STA=17+27.69OFF=43.73 LTOC=882.86(MATCH EX.)5.14%6.85'5.14%35.14'STA=17+77.79OFF=15.67 LTOC=878.50STA=17+73.21OFF=16.87 LTOC=878.96STA=17+60.91OFF=25.08 LTOC=880.40STA=17+53.51OFF=41.54 LTOC=882.23STA=17+53.65OFF=43.77 LTOC=882.45 (MATCH EX.)STA=17+72.80OFF=40.32 LR=19.33' B/CL=18.78'STA=18+22.03OFF=103.38 LR=99.33' B/CL=14.80'STA=17+77.79OFF=25.00 LR=9.33' B/CL=4.80'9.73%2.23'9.73%18.78
'
9.
7
3
%
14
.
8
0
'
9.7
3
%
4.8
0
'880.22ID2Save: 2/23/2024 7:50 AM sprall Plot: 2/26/2024 12:36 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618ID2_Driveways.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.0feetscale20402010103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02NOTES:1.ALL CURB LINE ELEVATIONS ARE TOP OF CURB.2.ALL STREET ELEVATIONS ARE PROPOSED TOP OFBITUMINOUS.3.LENGTH OF CURB RADII ARE AT BACK OF CURB.4.SEE SHEETS PR1 & PR2 FOR DETAILED PEDESTRIANRAMP DESIGN INFORMATION.5.SEE GRADING & STORM PLANS FOR DETAILEDPROJECT LIMIT INFORMATION.ZANE AVENUE
ZANE AND LINDSAY IMPROVEMENTSDRIVEWAY DETAILS457
00+191.50%1.50%1.50%1.50%STA=18+68.24OFF=15.67 RTOC=877.69STA=18+78.15OFF=23.67 RGUT.=877.22STA=18+68.24OFF=25.00 RR=9.33' B/CL=13.32'STA=18+78.24OFF=63.11 RBIT.=878.01 (MATCH EX.)STA=19+47.68OFF=15.67 RTOC=875.66STA=19+34.08OFF=23.67 RGUT.=875.77STA=19+32.68OFF=30.00 RBIT.=876.12STA=19+47.68OFF=30.00 RR=14.33'L=15.95'STA=19+32.68OFF=65.47 RBIT.=878.01(MATCH EX.)STA=18+78.24OFF=25.00 RBIT.=877.25876.602.00%38.11'2.00%1.34'OUTFALL5.33%35.47'5.33%6.54'0.23%13.32'3.82%15.95'00+21
STA=20+41.50OFF=15.67 RTOC=873.36STA=20+41.50OFF=25.00 RR=9.33' B/CL=13.32'STA=20+51.41OFF=23.67 RGUT.=872.91STA=20+51.50OFF=25.00 RBIT.=873.06STA=20+51.50OFF=40.00 RBIT.=874.52(MATCH EX.)STA=20+71.86OFF=40.00 RBIT.=874.30(MATCH EX.)STA=20+71.86OFF=25.00 RBIT.=872.86STA=20+71.95OFF=23.67 RGUT=872.71STA=20+81.86OFF=15.67 RTOC=872.94STA=20+81.86OFF=25.00 RR=9.33' B/CL=13.32'1.50%1.50%1.50%872.8110.97%13.33'10.84%13.33'10.97%1.34'10.84%1.34'0.
3
8%OUTFALLSTA=20+79.55OFF=15.68 LTOC=872.96STA=20+79.55OFF=35.01 LR=19.33' B/CL=26.39'STA=20+98.48OFF=31.06 LTOC=873.52STA=21+00.87OFF=42.52 LTOC=873.77STA=20+52.58OFF=52.61 LR=49.33' B/CL=29.56'STA=20+98.15OFF=71.52 LTOC=874.60(MATCH EX.)STA=21+59.70OFF=15.67 LTOC=872.27STA=21+52.62OFF=17.54 LTOC=872.53STA=21+34.24OFF=41.63 LTOC=873.65(MATCH EX.)STA=21+72.06OFF=51.73 LR=39.33' B/CL=31.19'3
.
5
9%
3
1
.
1
9
'
3.59
%
7.41'2.11%11.71'2.11%26.39'2.11%39.56'STA=21+38.98OFF=15.67 RTOC=872.45STA=21+47.89OFF=17.84 R0" CURB=871.96STA=21+62.67OFF=31.21 RSTA=21+65.52OFF=45.21 RSTA=21+46.49OFF=41.79 RR=19.33' B/CL=14.64'STA=21+38.98OFF=35.00 RR=19.33' B/CL=9.26'STA=21+57.22OFF=23.67 RGUT=871.973.51%11.28'3.51%14.64'3
.
5
1%
9
.
9
3
'1.50%1.50%OUTFALL1
3
.
3
2
'2.03%13.32'0.
1
0
%
1
0
.
2
1
'
0.1
1
%
9.2
6
'STA=21+59.70OFF=30.00 LR=14.33' B/CL=7.41'ID3Save: 2/23/2024 7:50 AM sprall Plot: 2/26/2024 12:36 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618ID2_Driveways.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.0feetscale20402010103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02NOTES:1.ALL CURB LINE ELEVATIONS ARE TOP OF CURB.2.ALL STREET ELEVATIONS ARE PROPOSED TOP OFBITUMINOUS.3.LENGTH OF CURB RADII ARE AT BACK OF CURB.4.SEE SHEETS PR1 & PR2 FOR DETAILED PEDESTRIANRAMP DESIGN INFORMATION.5.SEE GRADING & STORM PLANS FOR DETAILEDPROJECT LIMIT INFORMATION.ZANE AVENUE
ZANE AND LINDSAY IMPROVEMENTSDRIVEWAY DETAILS458
00+22 00+23STA=21+59.70OFF=15.67 LTOC=872.27STA=21+52.62OFF=17.54 LTOC=872.53STA=21+34.24OFF=41.63 LTOC=873.65(MATCH EX.)STA=21+72.06OFF=51.73 LR=39.33' B/CL=31.19'3.59%31.19'3.59%7.41'STA=21+38.98OFF=15.67 RTOC=872.45STA=21+47.89OFF=17.84 R0" CURB=871.96STA=21+62.67OFF=31.21 RSTA=21+65.52OFF=45.21 RSTA=21+63.52OFF=56.31 RTOC=873.73(MATCH EX.)STA=21+46.49OFF=41.79 RR=19.33' B/CL=14.64'STA=21+29.76OFF=52.75 RR=39.33' B/CL=20.14'STA=21+38.98OFF=35.00 RR=19.33' B/CL=9.26'STA=21+57.22OFF=23.67 RGUT=871.973.51%11.28'3.51%14.64'3.51%9.93'1.50%1.50%1.50%871.77STA=21+90.94OFF=56.31 RTOC=873.33(MATCH EX.)STA=22+04.53OFF=23.67 RGUT.=871.56STA=22+21.02OFF=15.67 RTOC=871.74STA=22+78.22OFF=75.34 RR=89.33' B/CL=35.69'STA=22+21.02OFF=35.00 RR=19.33' B/CL=18.50'3.56%35.69'1.73%18.50'STA=22+22.16OFF=15.67 LTOC=871.73STA=22+41.53OFF=39.43 LTOC=872.37STA=22+40.89OFF=60.38 LTOC=872.88STA=22+39.65OFF=66.63 LTOC=873.03(MATCH EX.)STA=22+21.57OFF=59.78 LR=19.33' B/CL=6.41'STA=22+17.21OFF=38.69 LR=24.33' B/CL=26.37'STA=22+75.77OFF=35.00 LTOC=871.77STA=22+73.33OFF=46.63 LTOC=872.02STA=22+72.34OFF=54.08 LTOC=872.18(MATCH EX.)STA=23+22.26OFF=56.91 LR=49.33' B/CL=7.52'STA=22+99.59OFF=40.00 LR=24.33' B/CL=33.19'2.42%6.41'2.42%20.95'2.42%26.37'STA=22+99.59OFF=15.67 LTOC=871.062.13%7.52'2.13%11.89'2.13%33.19'OUTFALL0.10%10.21'0.11%9.26'STA=21+59.70OFF=30.00 LR=14.33' B/CL=7.41'00+2500+2600+400.50%1.00%1.00%STA=24+32.90OFF=15.67 LTOC=871.13STA=24+40.84OFF=22.82 LTOC=871.63STA=24+41.19OFF=31.32 LTOC=872.00STA=24+32.90OFF=23.00 LR=7.33' B/CL=11.44'STA=24+87.27OFF=30.00 LTOC=872.34STA=25+01.61OFF=15.67 LTOC=871.48STA=25+01.61OFF=30.00 LR=14.33' B/CL=22.51'4.36%8.50'4.36%11.44'3.82
%
22.51
'STA=25+07.42OFF=15.67 RTOC=871.51STA=25+23.90OFF=23.67 RGUT.=871.27STA=25+07.42OFF=35.00 RR=19.33' B/CL=18.26'STA=25+34.76OFF=59.59 RBIT.=873.33(MATCH EX.)STA=25+32.67OFF=45.42 RBIT=872.55STA=24+83.21OFF=52.73 RR=50.00'L=23.68'5.42%14.32
'
5.
4
2%
2
3
.
6
8
'
1.42
%
18.2
6
'1.50%1.50%1.50%STA=25+55.80OFF=59.59 RBIT.=872.70(MATCH EX.)STA=25+57.77OFF=29.03 RBIT.=871.63STA=25+59.14OFF=23.67 RGUT.=871.44STA=25+72.74OFF=15.67 RTOC=871.83STA=25+72.74OFF=30.00 RR=14.33' B/CL=15.95'3.48%30.62
'3.48%5.57'0.69%15.95'871.36STA=25+40.92OFF=15.67 LTOC=871.67STA=25+50.26OFF=25.00 LTOC=872.01STA=25+40.92OFF=25.00 LR=9.33' B/CL=14.66'STA=25+93.19OFF=34.78 LTOC=872.86(MATCH EX.)STA=25+92.88OFF=25.22 LTOC=972.52STA=26+02.21OFF=15.67 LTOC=871.98STA=26+02.21OFF=25.00 LR=9.33' B/CL=14.88STA=25+50.92OFF=49.73 LBIT.=872.59(MATCH EX.)2.34%24.73
'2.34%14.66'3.60%9.56
'
3.6
0
%
14.
8
8
'1.50%STA=25+80.50OFF=15.67 RTOC=871.87STA=25+80.50OFF=25.00 RR=9.33' B/CL=14.08'STA=25+90.41OFF=23.67 RGUT.=871.60OFF=23.67 RGUT.=871.754.48%11.17
'
1.78
%
14.0
8
'ID4Save: 2/23/2024 7:50 AM sprall Plot: 2/26/2024 12:36 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618ID2_Driveways.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.0feetscale20402010103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02NOTES:1.ALL CURB LINE ELEVATIONS ARE TOP OF CURB.2.ALL STREET ELEVATIONS ARE PROPOSED TOP OFBITUMINOUS.3.LENGTH OF CURB RADII ARE AT BACK OF CURB.4.SEE SHEETS PR1 & PR2 FOR DETAILED PEDESTRIANRAMP DESIGN INFORMATION.5.SEE GRADING & STORM PLANS FOR DETAILEDPROJECT LIMIT INFORMATION.ZANE AVENUE
ZANE AND LINDSAY IMPROVEMENTSDRIVEWAY DETAILS459
00+2600+271.50%STA=25+57.77OFF=29.03 RSTA=25+59.14OFF=23.67 RGUT.=871.44STA=25+72.74OFF=15.67 RSTA=25+72.74OFF=30.00 RR=14.33' B/CL=15.95'3.48%30.62
'3.48%5.57'0.69%15.95'STA=25+93.19STA=25+92.88OFF=25.22 LTOC=972.52STA=26+02.21OFF=15.67 LTOC=871.98STA=26+02.21OFF=25.00 LR=9.33' B/CL=14.883.60%9.56'3.60%14.88'STA=26+20.84OFF=15.67 LTOC=872.07STA=26+30.17OFF=24.93 LTOC=872.49STA=26+30.09OFF=34.65 LTOC=872.77(MATCH EX.)STA=26+20.84OFF=25.00 LR=9.33' B/CL=14.59'STA=26+50.88OFF=34.75 LTOC=872.95(MATCH EX.)STA=26+50.89OFF=25.02 LTOC=872.68STA=26+60.23OFF=15.67 LTOC=872.27STA=26+60.23OFF=25.00 LR=9.33' B/CL=14.68'2.88%9.72'2.79%9.73'2.88%14.59'2.79%14.68'1.50%1.50%1.50%1.50%1.50%STA=25+80.50OFF=15.67 RTOC=871.87STA=25+80.50OFF=25.00 RR=9.33' B/CL=14.08'STA=25+90.41OFF=23.67 RGUT.=871.60STA=25+89.82OFF=24.42 RTOC=872.12STA=25+90.51OFF=35.57 RTOC=872.62(MATCH EX.)STA=26+29.65OFF=15.67 RTOC=872.12STA=26+20.31OFF=24.90 RTOC=872.30STA=26+19.74OFF=23.67 RGUT.=871.75STA=26+20.21OFF=34.99 RTOC=872.73(MATCH EX.)STA=26+29.65OFF=25.00 RR=9.33' B/CL=14.56'4.24%10.09
'1.24%14.56'4.48%11.17
'
1.78
%
14.0
8
'871.68STA=26+77.66OFF=15.67 RTOC=872.36STA=26+77.66OFF=30.00 RR=14.33' B/CL=15.95'STA=26+91.26OFF=23.67 RGUT.=872.10STA=27+30.07OFF=23.67 RGUT.=872.30STA=27+43.67OFF=30.00 RR=14.33' B/CL=15.95'0.50%15.00'0.50%11.21'1.50%15.95'3.77%11.21'0.69%15.95'STA=26+92.66OFF=60.67 RBIT.=872.50(MATCH EX.)STA=26+92.65OFF=34.67 RBIT.=872.18STA=26+92.66OFF=49.67 RBIT.=872.26STA=27+28.66OFF=34.67 RBIT.=872.72STA=27+28.66OFF=49.67 RBIT.=872.81STA=27+28.66OFF=60.67 RBIT.=872.87(MATCH EX.)1.40%1.40%2.25%11.00
'0.58%15.00'0.50%11.00'STA=27+43.67OFF=15.67 RTOC=872.69872.21872.44872.51871.93872.011.00%872.55872.621.80%1.40%1.40%1.90%00+2900+30STA=29+60.79OFF=15.67 LTOC=873.77STA=29+60.79OFF=35.00 LR=19.33' B/CL=30.48'STA=29+80.12OFF=35.11 LTOC=873.10STA=29+80.06OFF=44.85 LTOC=872.88(MATCH EX.)STA=30+21.79OFF=44.94 LTOC=872.97(MATCH EX.)STA=30+38.91OFF=15.67 LTOC=874.18STA=30+38.91OFF=35.00 LR=19.33' B/CL=30.82'STA=30+19.58OFF=35.45 LTOC=873.23STA=30+45.88OFF=34.13 LR=26.41' B/CL=8.46'3.08
%
30.8
2
'3.08%8.46'2.21%30.48'2.21%9.73
'STA=29+24.73OFF=15.67 RTOC=873.59STA=29+41.21OFF=23.67 RGUT.=873.35STA=29+43.96OFF=32.98 RTOC=873.99STA=30+01.33OFF=15.67 RTOC=873.98STA=29+84.85OFF=23.67 RGUT.=873.67STA=29+82.10OFF=32.98 RTOC=873.99STA=29+78.71OFF=65.20 RTOC=875.51(MATCH EX.)STA=30+01.33OFF=35.00 RR=19.33' B/CL=28.34'STA=29+24.73OFF=35.00 RR=19.33' B/CL=28.34'1.50%1.50%1.50%1.75%9.62'0.48%18.72'OUTFALL7.00%16.67'
1
.
3
7%
9
.
6
2
'
1.39
%
18.72
'STA=30+67.92OFF=30.00 LR=14.33' B/CL=20.59'874.32STA=29+45.60OFF=48.95 RTOC=874.40STA=29+80.65OFF=49.14 RTOC=873.402.50%16.16
'2.50%16.33'874.15873.992.50%1.25%2.50%1.25%1.00%5.65%873.47STA=29+47.47OFF=65.51 RTOC=875.39(MATCH EX.)6.00%16.72
'1.00%ID5Save: 2/23/2024 7:50 AM sprall Plot: 2/26/2024 12:36 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618ID2_Driveways.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.0feetscale20402010103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02NOTES:1.ALL CURB LINE ELEVATIONS ARE TOP OF CURB.2.ALL STREET ELEVATIONS ARE PROPOSED TOP OFBITUMINOUS.3.LENGTH OF CURB RADII ARE AT BACK OF CURB.4.SEE SHEETS PR1 & PR2 FOR DETAILED PEDESTRIANRAMP DESIGN INFORMATION.5.SEE GRADING & STORM PLANS FOR DETAILEDPROJECT LIMIT INFORMATION.ZANE AND LINDSAY IMPROVEMENTSDRIVEWAY DETAILSZANE AVENUEZANE AVENUEGRADE AREA BEYOND EDGE OFBITUMINOUS TO ALLOW WATER TO DRAINOFF DRIVEWAY AND INTO AREA DRAINPROTECT EXISTING V-CURB460
00+3100+32STA=30+67.92OFF=15.67 LTOC=874.46STA=30+82.12OFF=28.08 LTOC=874.60(MATCH EX.)STA=30+67.92OFF=30.00 LR=14.33' B/CL=20.59'STA=31+83.03OFF=27.99 LBIT.=876.20(MATCH EX.)STA=31+83.79OFF=24.74 LTOC=876.85STA=31+93.12OFF=15.67 LTOC=877.18STA=31+93.12OFF=25.00 LR=9.33' B/CL=14.40'2.29%14.40'0.68%20.59'STA=31+03.68OFF=15.67 RTOC=874.99STA=31+03.68OFF=35.00 RR=19.33' B/CL=18.26'STA=31+20.16OFF=23.67 RGUT.=874.99STA=31+27.16OFF=53.16 RBIT.=876.50(MATCH EX.)STA=30+77.31OFF=49.29 RR=50.00'L=28.71'STA=31+21.27OFF=25.47 RBIT.=875.09STA=31+81.82OFF=15.67 RTOC=876.86STA=31+65.34OFF=23.67 RGUT.=876.07STA=31+81.82OFF=35.00 RR=19.33'L=18.26'STA=31+56.86OFF=53.00 RBIT.=877.18(MATCH EX.)STA=32+06.86OFF=51.52 RR=50.00'L=29.83'3.72%29.83'4.90%28.71'4.90%2.12'1.50%1.50%1.50%875.482.74%18.26'1.59%18.26'OUTFALL1.50%00+42STA=41+71.45OFF=15.67 LTOC=871.95STA=41+95.78OFF=39.77 LTOC=873.00STA=41+71.45OFF=40.00 LR=24.33'L=37.99'STA=42+53.05OFF=15.67 LTOC=872.49STA=42+53.05OFF=40.00 LR=24.33' B/CL=35.12'STA=42+28.91OFF=36.90 LTOC=873.03STA=41+96.69OFF=64.85 LBIT.=873.19(MATCH EX.)1.54%35.12'2.
7
6%
3
7
.
9
9
'
2.76%
25.09'STA=42+87.04OFF=21.00 R00+43STA=42+32.15OFF=15.67 RTOC=872.35STA=42+51.48OFF=35.00 RTOC=873.25STA=42+32.15OFF=35.00 RR=19.33' B/CL=30.37'STA=42+52.15OFF=65.97 RBIT.=873.22(MATCH EX.)STA=42+92.38OFF=15.67 RTOC=872.79STA=42+87.04OFF=21.00 RTOC=873.18STA=42+87.04OFF=25.09 RTOC=873.37STA=43+06.36OFF=26.85 RTOC=873.37STA=42+87.96OFF=34.88 RBIT.=873.32(MATCH EX.)STA=43+08.77OFF=34.52 RBIT.=873.11(MATCH EX.)STA=42+92.38OFF=21.00 RR=5.33' B/CL=8.38'STA=42+92.38OFF=30.00 RR=14.33' B/CL=19.34'STA=43+47.12OFF=25.00 RTOC=873.50STA=43+56.45OFF=25.00 RR=9.33' B/CL=14.66'STA=43+56.45OFF=15.67 RTOC=873.18STA=43+47.12OFF=64.51 RBIT.=873.48(MATCH EX.)1.21%
39.51'2
.
1
8%
1
4
.
6
6
'3.01%7.87'3.01%19.34'4.62%
4.09'4.62%8.38'4.62%
9.81'1.52%30.97'2.96%30.37'ID6Save: 2/23/2024 7:50 AM sprall Plot: 2/26/2024 12:36 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618ID2_Driveways.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.0feetscale20402010103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02NOTES:1.ALL CURB LINE ELEVATIONS ARE TOP OF CURB.2.ALL STREET ELEVATIONS ARE PROPOSED TOP OFBITUMINOUS.3.LENGTH OF CURB RADII ARE AT BACK OF CURB.4.SEE SHEETS PR1 & PR2 FOR DETAILED PEDESTRIANRAMP DESIGN INFORMATION.5.SEE GRADING & STORM PLANS FOR DETAILEDPROJECT LIMIT INFORMATION.ZANE AND LINDSAY IMPROVEMENTSDRIVEWAY DETAILSZANE AVENUELINDSAY STREETLINDSAY STREET461
ZANE AVENUEOLSON MEMORIAL HWY. SERVICE ROAD00+6PED RAMP 1PED RAMP 2ABLUCE LINE TRAILZANE AVENUE
ST ST
00+18PED RAMP 5PED RAMP 6PED RAMP 7PED RAMP 817.00'FROMTRACKCENTER2.00'17.00'FROMTRACKCENTER2.00'4.50'EFGH00+14 ZANE AVENUEPED RAMP 3PED RAMP 4DCPR1Save: 1/25/2024 12:35 PM sprall Plot: 2/26/2024 12:37 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618PR1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.0feetscale1020105103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSPEDESTRIAN RAMP DETAILS KEY MAX SLOPE 2% IN ANY DIRECTION TAPER (MAX SLOPE 5% ALONG PAR & 2% PERPENDICULAR TO PAR) TAPER (MAX SLOPE 8.33% ALONG PAR & 2% PERPENDICULAR TO PAR) 3 FT CURB TAPER AT BACK OF CURB (6" CURB HEIGHT TO 0" CURB HEIGHT)1234 TRUNCATED DOMES MAXIMUM RAMP RUNNING SLOPE OF 8.33% (2% MAXIMUM CROSS SLOPE)5NOTES:1.WHEN CONSTRUCTING PEDESTRIAN RAMPS, SEE MNDOT STANDARD PEDESTRIAN CURBRAMP DETAILS ON SHEETS D6-D15.2.A MAXIMUM ALLOWABLE SLOPE ALONG THE GUTTERLINE OF THE PAR IS 2%.3.DRILL AND GROUT REINFORCEMENT BARS (EPOXY COATED) TO TIE CONCRETE PEDESTRIANRAMPS TO THE BACK OF THE CURB AND TO ANY ADJACENT CONCRETE LANDINGS. SEEMNDOT STANDARD PEDESTRIAN CURB RAMP DETAILS (SHEET D11).PEDRAMP #POINT #STA.OFF.ELEV.CURB HT.PAR WIDTHALONG BACK OFCURBCOMMENTS1A5+76.5131.78 LT907.870"8'CENTERLINE OF PAR AT BACK OF CURB2B5+76.5530.24 RT908.380"8'CENTERLINE OF PAR AT BACK OF CURB3C14+18.2115.67 LT889.410"6'CENTERLINE OF PAR AT BACK OF CURB4D14+18.2115.67 RT889.410"6'CENTERLINE OF PAR AT BACK OF CURB5E17+88.5415.67 LT877.840"11'CENTERLINE OF PAR AT BACK OF CURB6F17+85.3915.67 RT877.870"11'CENTERLINE OF PAR AT BACK OF CURB7G18+04.8428.01 RT877.740"6'CENTERLINE OF PAR AT TRACK SIDE OF DOMES8H18+38.4233.31 RT877.710"6'CENTERLINE OF PAR AT TRACK SIDE OF DOMES11444423LUCELINETRAILLUCELINETRAILBIT.BIT.11222211111225462
ZANE AVENUEGOLDEN VALLEY ROAD00+34PED RAMP 11PED RAMP 12KLZANE AVENUELINDSAY STREET00+24 00+4000+41PED RAMP 9PED RAMP 10IJPR2Save: 1/25/2024 12:35 PM sprall Plot: 2/26/2024 12:37 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618PR1.dwg
3/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.0feetscale1020105103Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSPEDESTRIAN RAMP DETAILS KEY MAX SLOPE 2% IN ANY DIRECTION TAPER (MAX SLOPE 5% ALONG PAR & 2% PERPENDICULAR TO PAR) TAPER (MAX SLOPE 8.33% ALONG PAR & 2% PERPENDICULAR TO PAR) 3 FT CURB TAPER AT BACK OF CURB (6" CURB HEIGHT TO 0" CURB HEIGHT)1234 TRUNCATED DOMES MAXIMUM RAMP RUNNING SLOPE OF 8.33% (2% MAXIMUM CROSS SLOPE)5NOTES:1.WHEN CONSTRUCTING PEDESTRIAN RAMPS, SEE MNDOT STANDARD PEDESTRIAN CURBRAMP DETAILS ON SHEETS D6-D15.2.A MAXIMUM ALLOWABLE SLOPE ALONG THE GUTTERLINE OF THE PAR IS 2%.3.DRILL AND GROUT REINFORCEMENT BARS (EPOXY COATED) TO TIE CONCRETE PEDESTRIANRAMPS TO THE BACK OF THE CURB AND TO ANY ADJACENT CONCRETE LANDINGS. SEEMNDOT STANDARD PEDESTRIAN CURB RAMP DETAILS (SHEET D11).PEDRAMP #POINT #STA.OFF.ELEV.CURB HT.PAR WIDTHALONG BACK OFCURBCOMMENTS9I23+76.6322.70 RT870.340"11'CENTERLINE OF PAR AT BACK OF CURB10J24+33.2422.76 RT870.560"11'CENTERLINE OF PAR AT BACK OF CURB11533+22.3633.63 RT880.410"9'CENTERLINE OF PAR AT BACK OF CURB12L33+62.2037.19 RT881.030"6'CENTERLINE OF PAR AT BACK OF CURB444132212221463
Save: 2/23/2024 10:18 AM sprall Plot: 2/26/2024 12:38 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SS1.dwgRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02SS13/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103SIGNING AND STRIPINGTITLE SHEETZANE AVENUE AND LINDSAY STREETIMPROVEMENTSS - SOLIDB - BROKENK - DOUBLE BROKENH - DOUBLE DOTTED___PERMANENT PAVEMENT MARKING PLANSIGNING AND PERMANENTPAVEMENT MARKING PLAN INDEXPERMANENT PAVEMENT MARKING TITLE SHEETPERMANENT PAVEMENT MARKING TABULATIONSSIGNING AND STRIPING PLANSSS5-SS9DETAILSSS1SS1______STRIPING KEYSYMBOLS & MATERIALS LEGEND2ND DIGITPATTERNW - WHITEY - YELLOWB - BLACK3RD DIGITCOLOR1ST DIGITWIDTH4", 8", ETC.SS3-SS4CIRCLE-MULTI COMPGENERAL INFORMATION:3. DO NOT APPLY THE PAVEMENT MARKINGS WHEN WEATHER AND OTHER CONDITIONS CAUSE A FILM OF DUST OR DEBRIS TO BE DEPOSITED ON THE PAVEMENT SURFACE AFTERCLEANING AND BEFORE THE MARKING MATERIAL IS APPLIED.4. THE FILLING OF TANKS, POURING OF MATERIALS OR CLEANING OF EQUIPMENT SHALL NOT BE PERFORMED ON UNPROTECTED PAVEMENT SURFACES UNLESS ADEQUATEPROVISIONS ARE MADE TO PREVENT SPILLAGE OF MATERIAL.D - DOUBLE SOLIDT - DOTTED1. SEE 2582 IN THE SPECIAL PROVISIONS FOR PAVEMENT MARKING SPOTTING RESPONSIBILITIES.2. EDGE LINES AND LANE LINES ARE TO BE BROKEN ONLY AT INTERSECTIONS WITH PUBLIC ROADS, AND AT PRIVATE ENTRANCES IF THEY ARE CONTROLLED BY AN AGENCYPLACED YIELD SIGN, STOP SIGN OR TRAFFIC SIGNAL. THE BREAK POINT IS TO BE AT THE START OF THE MAINLINE RADIUS.C=CONTRASTW=WET REFLECTIVEE=ENHANCED SKID RESISTANCEG=GROUND INEXAMPLE:4SWGCW4" SOLID LINE WHITE PREF THERMOGROUND IN, CONTRAST, WET REFLECTIVEBROKEN LINE - 50' CYCLE(10' LINE, 40' GAP)CROSSWALK BLOCK (MULTI COMP)RRPAVEMENT MESSAGE (RAILROAD CROSSING) -PREFORM THERMOPLASTIC GROUND INNOTES & GUIDELINESPERMANENT SIGNING SUMMARYTABSHEETNOITEM NOITEMUNITS.A.P. 128-408-002SIGNINGQUANTITIESNON-PARTICIPATINGSIGNINGQUANTITIESTOTALSIGNINGQUANTITIESST-ASS3-SS42104REMOVE SIGNEACH36541ST-ASS3-SS42104SALVAGE SIGNEACH55ST-BSS3-SS42104SALVAGE SIGN TYPE SPECIALEACH246ST-ASS3-SS42564INSTALL SIGNEACH55ST-BSS3-SS42564INSTALL SIGN TYPE SPECIALEACH22ST-ASS3-SS42564SIGN TYPE CSQ FT201.9078.25280.15ST-BSS3-SS42564SIGN TYPE SPECIALSQ FT33.0029.0062.00PERMANENT PAVEMENT MARKING SUMMARYITEMNOITEMUNITTOTALQUANTITIESS.A.P. 128-408-002 (ZANE AVENUE)QUANTITIESNON-PARTICIPATING (LINDSAY STREET)QUANTITIESTOTALYELLOWWHITETOTALYELLOWWHITE25824" SOLID LINE MULTI COMP (WR)LF40040040025824" BROKEN LINE MULTI COMP (WR)LF550550550258224" SOLID LINE MULTI COMP (WR)LF12211011012122582CROSSWALK MULTI COMP (WR)SF7447447442582PAVT MSSG MULTI COMP (WR)SF124124124464
SIGN AND DELINEATOR / MARKERST-ASIGNNUMBERSTATIONOFFSETPANELSUPPORTREMOVESIGN TYPE CSIGNPANELSTYPE CSALVAGESIGN TYPECINSTALLSIGN TYPECPANELCODELEGENDSIZE(W x H)MOUNTINGHEIGHTTYPERISER POSTSIZENUMBER OFPOSTSINCHESFEETINCHESEACHSQ FTEACHEACHS.A.P. 128-408-002 (ZANE AVENUE)(5)S-15+85.9627.36 LTR1-1STOP30x307SQ-SOIL2116.25S-27+40.0018.67 LTR8-3NO PARKING24x247SQ-SOIL214.00S-37+40.0026.67 RTR2-1SPEED LIMIT 3024x307SQ-SOIL215.00R8-3NO PARKING24x244.00S-49+55.0018.67 RTR8-3NO PARKING24x247SQ-SOIL214.00S-59+55.0026.67 RTR8-3NO PARKING24x247SQ-SOIL214.00S-610+33.0030.41 RTSTOP AHEAD1(1)S-711+75.0026.67 RTR1-1STOP18x185SQ-SOIL2111S-812+45.0026.67 RTR8-3NO PARKING24x247SQ-SOIL214.00S-912+45.0018.67 LTR8-3NO PARKING24x247SQ-SOIL214.00S-1012+91.0026.67 RTW11-2PEDESTRIAN CROSSING30x307SQ-SOIL2116.25W16-9PAHEAD PLAQUE24x122.00S-1114+11.0026.67 RTW11-2PEDESTRIAN CROSSING30x307SQ-SOIL2116.25W16-7PLDOWN ARROW LEFT PLAQUE24x122.00S-1214+25.0018.67 LTW11-2PEDESTRIAN CROSSING30x307SQ-SOIL2116.25W16-7PLDOWN ARROW LEFT PLAQUE24x122.00S-1315+45.0018.67 LTW11-2PEDESTRIAN CROSSING30x307SQ-SOIL2116.25W16-9PAHEAD PLAQUE24x122.00S-1415+45.0026.67 RTW11-15COMBINED BICYCLE/PEDESTRIAN CROSSING30x307SQ-SOIL2116.25D11-1BIKE ROUTE24x183.00S-1516+23.0026.67 RTW10-1RR ADVANCE WARNING36DIA7SQ-SOIL2217.07S-1616+47.0018.67 LTR8-3NO PARKING24x247SQ-SOIL2114.00S-1716+49.0024.02 RTEQUIPMENT CROSSING1S-1817+66.0030.32 RTW11-15COMBINED BICYCLE/PEDESTRIAN CROSSING30x307SQ-SOIL2116.25W16-7PLDOWN ARROW LEFT PLAQUE24x122.00S-1917+76.0031.37 RTR5-3NO MOTOR VEHICLES24x245SQ-SOIL2111S-2017+81.0025.73 LTR1-1STOP18x185SQ-SOIL2111S-2117+87.0081.86 RTW10-2RRR PARALLEL TRACKS RIGHTINTERSECTION18x185SQ-SOIL212.25S-2217+93.0032.29 RTR1-1STOP18x185SQ-SOIL2111S-2317+97.0025.36 LTR5-3NO MOTOR VEHICLES24x245SQ-SOIL2111S-2418+02.0021.02 LTEQUIPMENT CROSSING1S-2518+06.0019.67 LTW11-15COMBINED BICYCLE/PEDESTRIAN CROSSING30x307SQ-SOIL2116.25W16-7PLDOWN ARROW LEFT PLAQUE24x122.00S-2618+06.0033.26 RTR15-1GRADE CROSSING (CROSSBUCK)24x4.55SQ-SOIL210.75R1-1STOP18x182.25R15-8LOOK18x91.13S-2718+07.0074.51 LTW10-2LRR PARALLEL TRACKS LEFT INTERSECTION18x185SQ-SOIL212.25(3)S-2818+08.0020.92 RTR15-1GRADE CROSSING (CROSSBUCK)48x9S-2918+36.0037.93 RTR15-1GRADE CROSSING (CROSSBUCK)24x4.55SQ-SOIL210.75R1-1STOP18x182.25R15-8LOOK18x91.13(3)S-3018+46.0020.92 LTR15-1GRADE CROSSING (CROSSBUCK)48x9S-3119+29.0018.67 LTW11-15COMBINED BICYCLE/PEDESTRIAN CROSSING30x307SQ-SOIL2116.25D11-1BIKE ROUTE24x183.00S-3219+42.0020.78 LTNO PARKING ANY TIME1S-3319+82.0026.67 RTR8-3NO PARKING24x247SQ-SOIL2114.00S-3420+04.0018.67 LTW10-1RR ADVANCE WARNING36DIA7SQ-SOIL2217.07R8-3NO PARKING24x244.00S-3521+84.0020.01 LTNO PARKING ANY TIME1S-3622+30.0024.52 RTNO PARKING ANY TIME1S-3723+24.0026.67 RTR8-3NO PARKING24x247SQ-SOIL2114.00S-3823+45.0018.67 LTR8-3NO PARKING24x247SQ-SOIL2114.00S-3924+79.0025.86 RTNO PARKING ANY TIME1S-4025+45.0021.54 LTNO PARKING ANY TIME1S-4125+77.0026.67 RTW11-2PEDESTRIAN CROSSING30x307SQ-SOIL2116.25W16-7PLDOWN ARROW LEFT PLAQUE24x122.00S-4226+08.0018.67 LTW11-2PEDESTRIAN CROSSING30x307SQ-SOIL2116.25W16-7PLDOWN ARROW LEFT PLAQUE24x122.00S-4326+38.0026.67 RTR8-3NO PARKING24x247SQ-SOIL2114.00S-4426+61.0018.67 LTR8-3NO PARKING24x247SQ-SOIL2114.00S-4527+72.0023.37 RTNO PARKING1S-4628+90.0018.67 LTR8-3NO PARKING24x247SQ-SOIL2114.00S-4729+20.0026.67 RTR8-3NO PARKING24x247SQ-SOIL2114.00S-4830+52.0021.76 RTNO PARKING ANY TIME1S-4930+94.0023.34 RTNO PARKING ANY TIME1S-5032+15.0018.67 LTR2-1SPEED LIMIT 3024x307SQ-SOIL2115.00R8-3NO PARKING24x244.00S-5132+41.0026.67 RTR8-3NO PARKING24x247SQ-SOIL2114.00S-5232+66.0022.68 LTNO PARKING ANY TIME1(5)S-5333+15.0042.41 RTR1-1STOP30x307SQ-SOIL2116.25S.A.P. 128-408-002 (ZANE AVENUE) SUBTOTAL36201.955SIGN AND DELINEATOR / MARKERST-ASIGNNUMBERSTATIONOFFSETPANELSUPPORTREMOVESIGN TYPE CSIGNPANELSTYPE CSALVAGESIGN TYPECINSTALLSIGN TYPECPANELCODELEGENDSIZE(W x H)MOUNTINGHEIGHTTYPERISER POSTSIZENUMBER OFPOSTSINCHESFEETINCHESEACHSQ FTEACHEACHNON-PARTICIPATING (ZANE AVENUE)(4)S-5433+23.5441.51 RTW11-2PEDESTRIAN CROSSING30x307SQ-SOIL216.25W16-7PLDOWN ARROW LEFT PLAQUE24x122.00(4)S-5533+39.4980.00 LTW11-2PEDESTRIAN CROSSING30x307SQ-SOIL216.25W16-9PAHEAD PLAQUE24x122.00(4)S-5633+55.25146.00 RTW11-2PEDESTRIAN CROSSING30x308SQ-SOIL216.25W16-9PAHEAD PLAQUE24x122.00(4)S-5733+65.3328.00 RTW11-2PEDESTRIAN CROSSING30x308SQ-SOIL216.25W16-7PLDOWN ARROW LEFT PLAQUE24x122.00NON-PARTICIPATING (ZANE AVENUE) SUBTOTAL33.00NON-PARTICIPATING (LINDSAY STREET)S-5841+05.0018.67 LTR8-3NO PARKING24x247SQ-SOIL2114.00S-5941+20.0018.67 RTR2-1SPEED LIMIT 3024x307SQ-SOIL2115.00R8-3NO PARKING24x244.00S-6042+93.0018.67 RTR8-3NO PARKING24x247SQ-SOIL214.00S-6142+93.0018.67 LTR8-3NO PARKING24x247SQ-SOIL2114.00S-6245+20.0018.67 RTR5-2NO TRUCKS24x247SQ-SOIL214.00R7-2 MOD.NO PARKING RIGHT18x243.00S-6345+20.0018.67 LTR7-2 MOD.NO PARKING LEFT18x247SQ-SOIL213.00S-6450+59.0021.95 RTCURVE LEFT1S-6553+87.0016.85 LTR5-2NO TRUCKS24x247SQ-SOIL214.00(2)(5)S-6653+89.0016.67 RTR1-1STOP30x307SQ-SOIL2116.25R5-2NO TRUCKS24x244.00NON-PARTICIPATING (LINDSAY STREET) SUBTOTAL545.25TOTAL41280.1555SPECIFIC NOTE(S):(1) PRIVATELY OWNED.(2) MOUNT BACK TO BACK.(3) BY OTHERS.(4) SIGN PLACED ON GOLDEN VALLEY ROAD. STATIONING REFERENCED IS ZANE AVENUE.(5) INSTALL STREET NAME SIGN ABOVE STOP SIGN.SPECIFIC NOTE(S):(1) PRIVATELY OWNED.(2) MOUNT BACK TO BACK.(3) BY OTHERS.(4) SIGN PLACED ON GOLDEN VALLEY ROAD. STATIONING REFERENCED IS ZANE AVENUE.(5) INSTALL STREET NAME SIGN ABOVE STOP SIGN.Save: 2/23/2024 10:18 AM sprall Plot: 2/26/2024 12:38 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SS1.dwgRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02SS23/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103SIGNING TABULATIONSZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSIGN TYPE SPECIALST-BSIGNNUMBERSTATIONOFFSETPANELSUPPORTSIGNTYPESPECIALSALVAGESIGN TYPESPECIALINSTALLSIGN TYPESPECIALPANELCODELEGENDSIZE(W x H)MOUNTINGHEIGHTTYPERISER POSTSIZENUMBER OFPOSTSINCHFEETINCHESSQ FTEACHEACHS.A.P. 128-408-002 (ZANE AVENUE)(1)S-5015+85.9627.36 LTSTREET NAME (Zane Ave N 600)40x95.00STREET NAME (Olson Memorial Hwy 5900)48x96.00(2)S-50221+54.0026.67 RTSPECIAL22S-50323+72.0031.63 RTSTREET NAME (Zane Ave N 1100)40x97SQ215.00STREET NAME (Lindsay St 5900)48x96.00(1)S-50433+15.0042.41 RTSTREET NAME (Zane Ave N 1300)40x95.00STREET NAME (Golden Valley Rd 6000)48x96.00S.A.P. 128-408-002 (ZANE AVENUE) SUBTOTAL33.0022NON-PARTICIPATING (ZANE AVENUE)S-5015+92.1735.27 LTSTREET NAME (Zane Ave N 600)1STREET NAME (Olson Memorial Hwy 5900)S-50323+72.0031.63 RTSTREET NAME (Zane Ave N 1100)1STREET NAME (Lindsay St 5900)S-50433+24.3334.45 LTSTREET NAME (Zane Ave N 1300)1STREET NAME (Golden Valley Rd 6000)NON-PARTICIPATING (ZANE AVENUE) SUBTOTAL3NON-PARTICIPATING (LINDSAY STREET)(1)S-50553+89.0016.67 RTSTREET NAME (Lilac Dr N 1000)40x95.001STREET NAME (Lindsay St 5500)48x96.00(3)S-50654+01.6675.00 LTNO RIGHT TURN FOR TRUCKS36x367SQ219.00(3)S-50754+04.4075.00 RTNO LEFT TURN FOR TRUCKS36x367SQ219.00NON-PARTICIPATING (LINDSAY STREET) SUBTOTAL29.001TOTAL62.0062SPECIFIC NOTE(S):(1) INSTALL ON TOP OF STOP SIGN. SEE DETAIL BELOW.(2) PRIVATELY OWNED.(3) SIGN PLACED ON LILAC DRIVE IN THE WEST BOULEVARD. STATIONING REFERENCED IS LINDSAY STREET.INSTALL LOWER STREET NAMESIGN PARALLEL TO ADJOININGSTOP SIGN OR OTHERSUPPLEMENTAL SIGN ASDIRECTED BY ENGINEER.465
18"SES5"6"12"12"
8"
8"
14"
48"
3X4"
3X4"
4X4"
4X2"
4X4"
14"
24"
18"
12"
12"
12"
12"
18"
10"
20"
10"ECTRL5"
8"
8"
24"
24"
24"ECTRL5"
5"
5"
5"EE8"
8"
4"
4"
4"
4"
4"
4"
20"
8"ECTRLECTRLXCXC9259008157015900701580458065830FMFMFMFMFM5900815701>>FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOSTFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFO4"4"
8"
6"
10"00+500+600+700+800+900+1000+1100+1200+1300+1400+1500+1600+1700+1800+19RR28"18"36"24"24"ST9251000925900ST1000FOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLFO30"00+2000+2100+2200+2300+24RR 00+4000+41
20"
20"
6"
8"
10"
10"
12"125060055905111411091100ST11006005FOFOFOFOFOFOGFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFO30"340000+2500+2600+2700+2800+2900+3000+3100+3200+3300
+
40 FURNISH AND INSTALLSALVAGE AND INSTALLREMOVEBY UPRR (ATTACHED TO SIGNAL)12346INPLACESIGNING KEY NOTESSTREET NAME SIGNSNSSALVAGE5W11-2ZANE AVENUESave: 2/23/2024 10:18 AM sprall Plot: 2/26/2024 12:38 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SS1.dwg
0feetscale501005025SS33/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103ZANE AVENUEOLSON MEMORIAL HWY. SERVICE ROAD0feetscale501005025SEE SHEET SS4ZANE AVENUESEE BELOWSEE ABOVE
WW10-1W11-15D11-1W16-7PR1-1W16-7PW11-15R5-3CROSSINGR
A
I
L
R
O
A
DR15-1CROSSINGRAILROADR15-1W10-1W11-15D11-1R7-1R7-1R5-3R1-1WWWW24SW4BY4BY4SY4SYW4BYW11-2W16-7PW11-2W16-9PR1-1R1-1W16-7PW11-2W11-2W16-9PR7-1R7-1W16-7PW11-2W16-7PW11-2R7-1R8-3ZANE AVENUEGOLDEN VALLEY ROADR1-1R7-1SEE RIGHT0feetscale501005025SEE LEFT
W24SWW24SWW24SWWW4BY4SYW24SWW24SWSALVAGE AND INSTALLPRIVATE SIGNS ASDIRECTED BY ENGINEERW4BYW24SWW24SWLINDSAY ST.SNSSNS
SIGNING AND STRIPING PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSR7-1SNS44
43
366
44
33434
4
4
4
44 11
14141414141
41
41
4114144411
4
51R8-3R2-1R2-1R8-31R8-31R8-31R8-31R8-31R8-31R8-31R8-31R8-31R8-31R8-311R8-31R8-31R8-3R8-3141LUCE LIN
E
T
R
A
I
L
UPRR
CROSSINGR
A
I
L
R
O
A
DR15-1R1-1R15-81LOOKR15-1R1-11R15-8LOOKW11-15W10-21CROSSINGRAILROADW10-21S-1S-2
S-4
S-6
S-9
S-12
S-13
S-16
S-24
S-16
S-25
S-31
S-30
S-32S-34S-38S-38
S-42
S-44
S-44
S-46
S-46
S-50
S-52 S-3S-5S-8S-10S-11S-17S-14S-15S-18S-28S-33S-33S-37S-34S-41S-43S-47S-51S-53S-26S-19S-21S-22S-23S-20S-27S-29S-7S-501S-502S-502S-503S-504STA 33+50END S.A.P.128-408-002STA 5+55BEGIN S.A.P. 128-408-0024R7-14S-36R7-14 S-35
R7-14S-39R7-14S-49R7-14 S-48R7-14 S-40
R8-34S-45R7-14S-51R7-14 S-50
PLACE 15' FROMTRACK CLPLACE 15' FROMTRACK CLW16-7PW11-2W16-9P1S-561S-57Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02W11-2W16-7P1S-54W11-2W16-9P1S-555
SNS1S-5045466
ESTSTE11"22"16"E23"23"9"20"20"42"36"36"STSTEPPP28"28"26"36"24"24"ST110010005735564556255660564056205600560555405535552555305520551055051121935ST1000 1100FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLFO00+22 00+23 00+24 00+2500+4000+4100+4200+4300+4400+4500+4600+4700+4800+4900+5000+5100+5200+5300+5446.27+54FURNISH AND INSTALLSALVAGE AND INSTALLREMOVEBY UPRR (ATTACHED TO SIGNAL)12346INPLACESIGNING KEY NOTESSTREET NAME SIGNSNSSALVAGE5Save: 2/26/2024 1:44 PM sprall Plot: 2/26/2024 1:45 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SS1.dwgRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02SS43/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103LILAC DRIVE NZANE AVENUE LINDSAY STREETLINDSAY STREET0feetscale501005025SEE SHEET SS3SEE SHEET SS34R7-1R7-14
R1-14W24SWSIGNING AND STRIPING PLANLINDSAY STREETZANE AVENUE AND LINDSAY STREETIMPROVEMENTS1SNS51
1R8-31R8-31R8-31R8-31R5-2R5-21
R5-21 S-59S-60S-62S-63
S-61S-61S-58S-58
S-66S-65 S-505414S-6411S-507S-506R7-2 MODR7-2 MODSNS1S-505467
Save: 2/23/2024 1:30 PM sprall Plot: 2/26/2024 12:38 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SS_DT.dwg
SS53/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103SIGNING AND STRIPINGDETAILSZANE AVENUE AND LINDSAY STREETIMPROVEMENTSRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-0236"48"PROVIDE INTERCHANGEABLE ARROW TOALLOW STRAIGHT AND RIGHT ARROW OPTIONS468
SS63/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103SIGNING DETAILSZANE AVENUE AND LINDSAY STREETIMPROVEMENTSRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02Save: 2/23/2024 1:30 PM sprall Plot: 2/26/2024 12:38 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SS_DT.dwg
469
SS73/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103SIGNING DETAILSZANE AVENUE AND LINDSAY STREETIMPROVEMENTSRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02Save: 2/23/2024 1:30 PM sprall Plot: 2/26/2024 12:38 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SS_DT.dwg
470
SS83/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103SIGNING DETAILSZANE AVENUE AND LINDSAY STREETIMPROVEMENTSRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02Save: 2/23/2024 1:30 PM sprall Plot: 2/26/2024 12:38 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SS_DT.dwg
471
SS93/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103SIGNING DETAILSZANE AVENUE AND LINDSAY STREETIMPROVEMENTSRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02Save: 2/23/2024 1:30 PM sprall Plot: 2/26/2024 12:38 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618SS_DT.dwg
472
III IIIII ST >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>SSSSSSSSSSSSSSSSSSSSSSS>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>III 00+3400+5 00+10 00+15 00+20 00+2500+30STST COCOI I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIISSST 00+4000+4500+5046.27+541250590511141109925900815701701580458065830701573070162157355645562556605640562056005605554055355525553055205510550511219355900100011006005Save: 2/23/2024 3:10 PM sprall Plot: 2/26/2024 12:39 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618CS1.dwg
0feetscale15030015075Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02CS13/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103 NOTES:1.CONTRACTOR SHALL MAINTAIN TRAFFIC AT ALL TIMES DURING CONSTRUCTION IN ACCORDANCE WITH THE CURRENT MINNESOTA MANUAL OF UNIFORMTRAFFIC CONTROL DEVICES (MMUTCD) AND ITS SUPPLEMENTS, AND AS IT MAY BE DEEMED NECESSARY BY THE ENGINEER.2.CONTRACTOR SHALL SUBMIT A TEMPORARY TRAFFIC CONTROL PLAN FOR ALL PHASES, A MINIMUM OF TWO WEEKS PRIOR TO CONSTRUCTION.3.CONTRACTOR SHALL FURNISH A MINIMUM OF SIX (6) TEMPORARY TRAFFIC CONTROL SIGNS THAT READ "ZANE AVE AND LINDSAY ST BUSINESSACCESS", AS DIRECTED BY ENGINEER, AT VARIOUS LOCATIONS WITHIN THE CITY. SEE BELOW.4.IT IS SUGGESTED TO COMPLETE ALL IMPROVEMENTS WITHIN UPRR'S RIGHT-OF-WAY IN THE FIRST PHASE, ASSUMING NECESSARYPERMITS/AGREEMENTS HAVE BEEN OBTAINED/APPROVED.5.CONTRACTOR SHALL MAINTAIN TWO-WAY TRAFFIC THROUGHOUT PROJECT CONSTRUCTION, UNLESS OTHERWISE DIRECTED BY ENGINEER. FLAGGERSMAY BE USED AROUND ACTIVE CONSTRUCTION, AS DIRECTED BY ENGINEER WHERE ADEQUATE DRIVING LANE WIDTH IS NOT POSSIBLE.6.CONTRACTOR MAY CONVERT ROADWAY INTO A ONE-WAY ROAD, AS DIRECTED BY ENGINEER, DURING WATER MAIN CONSTRUCTION OR OTHERENGINEER-APPROVED CONSTRUCTION ACTIVITIES. CONTRACTOR SHALL PLACE APPROPRIATE SIGNS AT PROJECT EXTENTS, INCLUDING ALTERNATEROUTE INFORMATION.7.CONTRACTOR SHALL MAINTAIN A MINIMUM LANE WIDTH OF 11' FOR ANY LANE OPEN TO TRAFFIC DURING CONSTRUCTION, UNLESS OTHERWISEAPPROVED BY ENGINEER.8.ZANE AVENUE (5+50 - 33+50): WHEN ENTIRE WIDTH OF ROADWAY MUST BE CLOSED FOR UTILITY INSTALLATION OR OTHER ENGINEER-APPROVEDREASONS, CONTRACTOR SHALL PROVIDE A FLAGGER AT THE NORTHERN AND SOUTHERN PROJECT EXTENTS INFORMING DRIVERS WHERE THECLOSURE IS AND PROVIDE ALTERNATIVE ROUTES, IF REQUIRED. "ROAD CLOSED AHEAD" SIGNS SHALL BE PLACED ON ZANE AVENUE AT THEINTERSECTION OF LINDSAY STREET.9.LINDSAY STREET (40+00 - 45+20): WHEN ENTIRE WIDTH OF ROADWAY MUST BE CLOSED FOR UTILITY INSTALLATION OR OTHER ENGINEER APPROVEDREASONS, CONTRACTOR SHALL PROVIDE A FLAGGER AT THE WESTERN END OF LINDSAY STREET INFORMING DRIVERS WHERE THE CLOSURE IS ANDPROVIDE ALTERNATIVE ROUTES, IF REQUIRED. "ROAD CLOSED AHEAD" SIGNS SHALL BE PLACED AT THE EASTERN END OF LINDSAY STREET.10.CONTRACTOR SHALL TEMPORARILY WIDEN COMMERCIAL DRIVEWAY ENTRANCES WITH AGGREGATE SURFACING (3" MINUS LIMESTONE), AS DIRECTEDBY ENGINEER, TO MAINTAIN TRUCK ACCESS TO COMMERCIAL PROPERTIES THROUGHOUT CONSTRUCTION. WHERE REQUIRED BY ENGINEER,CONTRACTOR SHALL ALSO CONSTRUCT ADDITIONAL TEMPORARY DRIVEWAYS WITH AGGREGATE SURFACING, AS DIRECTED BY ENGINEER, TOMAINTAIN ACCESS TO COMMERCIAL PROPERTIES. CONTRACTOR SHALL REMOVE TEMPORARY AGGREGATE SURFACING PRIOR TO TURF RESTORATION,OR AS DIRECTED BY ENGINEER.11.COMMERCIAL DRIVEWAY CROSS GUTTER AND COMMERCIAL CONCRETE DRIVEWAY PAVEMENT SHALL BE POURED IN TWO HALVES, USING HIGH-EARLYSTRENGTH CONCRETE, AS DIRECTED BY ENGINEER, TO MAINTAIN BUSINESS ACCESS WHILE CONCRETE CURES.12.CONTRACTOR SHALL NOTIFY ENGINEER OF PLANS TO CLOSE OR REDUCE ACCESS TO A COMMERCIAL PROPERTY A MINIMUM 7 DAYS IN ADVANCE.13.CONTRACTOR SHALL BE REQUIRED TO SCHEDULE HIS DAILY WORK TO ENSURE THAT ALL EXCAVATIONS ARE FILLED IN COMPLETELY; ADEQUATEDRAINAGE IS PROVIDED TO PREVENT ANY WATER FROM STANDING ON THE PROJECT SITE; AND AN ADEQUATE DRIVING SURFACE WITH CLASS 5 ISPROVIDED AT THE COMPLETION OF WORK EACH DAY.14.PORTABLE CONCRETE BARRIERS SHALL BE USED WHEN EXCAVATION DEPTHS GREATER THAN 3 FEET ARE WITHIN 8 FEET OF THE EDGE OF TRAVELEDWAY, UNLESS OTHERWISE APPROVED BY ENGINEER.KEYNOTES12CONTRACTOR SHALL FURNISH AND INSTALL TEMPORARY "NO TRUCKS" SIGNS. ALL CONSTRUCTION TRAFFIC SHALL ENTER AND EXIT PROJECT AREA VIAZANE AVENUE AT EITHER GOLDEN VALLEY ROAD OR OLSON MEMORIAL HWY. SERVICE ROAD, UNLESS OTHERWISE APPROVED BY ENGINEER.CONTRACTOR SHALL MAINTAIN PEDESTRIAN ACCESS FOR LUCE LINE TRAIL CROSSING WITH CLASS 5 AT ALL TIMES. WHEN ACTIVE WORK PREVENTSSAFE PEDESTRIAN CROSSING, AS DIRECTED BY ENGINEER, "TRAIL CLOSED" SIGNS SHALL BE PLACED PRIOR TO BEGINNING WORK. SEE SHEET CS2 FORLUCE LINE TRAIL DETOUR DETAILS.LINDSAY STREETOLSON MEMORIAL HWY. SERVICE ROAD CONSTRUCTION SEQUENCINGZANE AVENUE AND LINDSAY STREETIMPROVEMENTSZANE AVENUE GOLDEN VALLEY ROADUPRR21LUCE LINE TRAILLILAC DRIVE NCP RAILWAY3SINGLE ACCESS TO COMMERCIAL PROPERTY. CONTRACTOR SHALL PROVIDE AND MAINTAIN ADDITIONAL TEMPORARY CLASS 5 ACCESS, AS DIRECTEDBY ENGINEER. ADDITIONAL LOCATIONS MAY BE REQUIRED, AS DIRECTED BY ENGINEER.3333434MULTIPLE ENTRANCES TO COMMERCIAL PROPERTY. CONTRACTOR MAY, AS DIRECTED BY ENGINEER, TEMPORARILY CLOSE ONE OR MORE ENTRANCESPROVIDED THAT ONE ENTRANCES IS ACCESSIBLE TO THE SATISFACTION OF THE ENGINEER AT ALL TIMES .65EMPLOYEE PARKING ONLY, NO TRUCK ACCESS. POUR CONCRETE CROSS GUTTER AND DRIVEWAY IN TWO HALVES AS DESCRIBED IN THE NOTESSECTION ABOVE.644444444444446CONTRACTOR SHALL PROVIDE AND MAINTAIN TEMPORARY AGGREGATE SURFACING (3" MINUS LIMESTONE) CONNECTING DRIVEWAYS OR PARKINGLOTS, AS DIRECTED BY ENGINEER.5LEGENDTEMPORARY AGGREGATE SURFACING (3" MINUS LIMESTONE) AT COMMERCIAL DRIVEWAYS FOR VEHICLE ACCESS. MIN. 8" THICK, OR AS DIRECTED BYENGINEER. NOTE: ACTUAL AREAS MAY DIFFER AND SHALL BE DETERMINED IN THE FIELD BY ENGINEER.STA 33+50END S.A.P. 128-408-002STA 5+55BEGIN S.A.P. 128-408-002TH 100
36"48"PROVIDE INTERCHANGEABLE ARROW TOALLOW STRAIGHT AND RIGHT ARROW OPTIONS473
I
II ST >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>SSSSSSSSSSSSSSSSSSSSSSS>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>I
Save: 1/9/2024 9:18 AM sprall Plot: 2/26/2024 12:39 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618PedDetourPlan.dwg 0feetscale15030015075Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02CS23/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103NOTES1.KEYNOTES1PLACE "TRAIL CLOSED AHEAD" AND "TRAIL CLOSED" SIGNS WHEN TRAIL CROSSING AT ZANE AVENUE IS IMPASSABLE DUE TOCONSTRUCTION ACTIVITIES, AS DIRECTED BY ENGINEER.LINDSAY STREETOLSON MEMORIAL HWY. SERVICE ROADLUCE LINE TRAILDETOUR PLANZANE AVENUE AND LINDSAY STREETIMPROVEMENTSZANE AVENUE GOLDEN VALLEY ROADUPRRLUCE LINE TRAILHWY 55TH 100LILAC
DR
N
LILAC DR N PHOENIX STWELCOME AVE NWELCOME CIRGOLDEN VALLEY
ROAD
HWY 100ZANE AVENUEDOUGLAS DR N PHOENIX STOAK GROVE CIR
LEGENDROADLUCE LINE TRAIL DETOURLUCE LINE TRAIL11112SIGNS TO REMAIN FOR DURATION OF CONSTRUCTION, UNLESS TRAIL MARKED AS "CLOSED" AS DESCRIBED IN KEYNOTE 1, OR ASDIRECTED BY ENGINEER.223CONTRACTOR SHALL MAINTAIN PEDESTRIAN ACCESS FOR LUCE LINE TRAIL CROSSING WITH CLASS 5 AT ALL TIMES. WHENACTIVE WORK PREVENTS SAFE PEDESTRIAN CROSSING, AS DIRECTED BY ENGINEER, "TRAIL CLOSED" SIGNS SHALL BE PLACEDPRIOR TO BEGINNING WORK (SEE KEYNOTES 1 AND 2).3CP RAILWAYSTA 33+50END S.A.P. 128-408-002STA 5+55BEGIN S.A.P. 128-408-002474
880885890895900905910915880885890895900905910915908.7908.1908.4908.5908.2
908.0
907.3
905.8
903.6
901.0
898.9
897.7
896.6
895.7
894.7
893.3
891.7
890.2
908.31908.35908.60908.44
908.17
907.37
905.80
903.51
901.09
899.09
897.78
896.75
895.73
894.69
893.45
891.93
890.345+006+007+008+009+0010+0011+0012+0013+0014+00-4.85%-1.00%-2.05%-3.17%0.50%-0.50%PVI STA=5+55.00EL=908.63PVI STA=7+08.35EL=908.65
PVI STA=12+85.30PVI EL=893.98L=90'K=80.64PVC STA=12+40.30
EL=894.90
PVT STA=13+30.30
EL=892.55 LP STA=6+20.00LP EL=908.28PVI STA=6+05.00PVI EL=908.13L=90'K=60.00PVC STA=5+60.00EL=908.58PVT STA=6+50.00EL=908.35
PVI STA=8+59.71PVI EL=907.89L=140'K=32.20PVC STA=7+89.71
EL=908.24
PVT STA=9+29.71
EL=904.49
PVI STA=10+45.00PVI EL=898.90L=100'K=35.74PVC STA=9+95.00
EL=901.33
PVT STA=10+95.00
EL=897.88
48'12'20'5'46'40'18'23'20'17'11'5'13'15'27'10'11'5'9" VSP9" VSP16"12" CIP12" CIP>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIISCOTVWWS5"
6"
12"
12"
8"
8"
14"
48"LIFTCOS3X4"
3X4"
4X4"
4X2"
4X4"
14"
24"
18"
12"
12"
12"
12"
18"
10"
20"
10"ECTRL5"
8"
8"
24"
24"
24"XCIIII12" HDPE6" HDPE6" HDPE6" HDPE6" HDPEII4" 10" HDPE7015900701BIT.BIT.BIT.PAVERSPAVERSCONC.LANDSCAPINGLANDSCAPING w/ROCK MULCHCONC.CONC."PRAIRIE RESTORATION AREA"MODULAR BLOCKRETAINING WALLPIV12" RCP12" RCP12" RCP12" RCPFMFMFMFMFMP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHSTORM SIREN5900815BIT.CONC.T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BUR4"4"
8"
6"
10"00+500+600+700+800+900+1000+1100+1200+1300+1411+75 LT TO 17+25 LTMINIMIZE GRADING IN PRAIRIE RESTORATIONAREA, AS DIRECTED BY ENGINEER.RESTORE DISTURBED AREAS WITH 4" TOPSOIL,MNDOT SEED MIX 38-631, AND ROLLEDEROSION PREVENTION - CATEGORY 10ZANE AVENUESave: 2/26/2024 12:22 PM sprall Plot: 2/26/2024 12:40 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618GP_ZANE.dwg BENCHMARK EL. 911.30BENCHMARK EL. 893.680feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02G13/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103GRADING PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSTNH NW QUAD SERVICE RD & ZANE AVETNH STA.13+94, 23.4' LT. NOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.ZANE AVENUEOLSON MEMORIAL HWY. SERVICE ROADSEE SHEET G2LEGEND:DENOTES TREE TO BEREMOVEDSEE NOTE 7NOTES:1.SEE INTERSECTION DETAILS (ID) FOR INTERSECTION GRADES.2.SEE PEDESTRIAN RAMP DETAILS (PR) FOR PEDESTRIAN RAMP DESIGN INFORMATION.3.CONTRACTOR SHALL REPLACE EXISTING SIGNS AS DIRECTED BY THE ENGINEER. SEE SIGN TABULATION SHEET.4.CONTRACTOR SHALL PROVIDE TREE FENCING & TREE PROTECTION AS DIRECTED BY THE ENGINEER. SEE SPECIAL PROVISIONS.5.CONTRACTOR SHALL REMOVE AND REPLACE SHRUBS AS DIRECTED BY THE ENGINEER.6.REFER TO CLEARING AND GRUBBING SPECIAL PROVISION FOR DETAILS ABOUT THE REMOVAL NEAR CURB STOPS. ACTUAL TREE REMOVALS WILL BE DETERMINED BYTHE ENGINEER AFTER THE PROPOSED CURB & GUTTER HAS BEEN STAKED.7.SHRUBS, BRUSH, AND CLEARING AND GRUBBING OF ANY TREE THAT IS LESS THAN 4 INCHES DIAMETER SHALL BE CONSIDERED INCIDENTAL (SEE MNDOT SPEC. 2101).8.AREAS IDENTIFIED FOR TEMPORARY PATCHING SHALL BE COMPLETED AS DIRECTED BY THE ENGINEER.9.CONTRACTOR SHALL PROVIDE DAILY TEMPORARY STABILIZATION OF ROADWAY AS DIRECTED BY ENGINEER.10.REMOVAL OF REINFORCEMENT IN THE EXISTING CONCRETE PAVEMENT IS INCIDENTAL TO THE REMOVE CONCRETE PAVEMENT BID ITEM.GRADING LIMITS (TYP.)B618 CONCRETECURB & GUTTER (TYP.)SAWCUT EX. DRIVEWAYPAVEMENT (TYP.)EXISTING R/W (TYP.)SEE INTERSECTIONDETAIL SHEET ID1SAWCUT & MATCH BITUMINOUS (TYP.)AS DIRECTED BY ENGINEERAPPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADESEE SHEETS PR1-PR2FOR PED RAMP DETAILS8' CONC. WALK (TYP.)SEE SHEETS PR1-PR2FOR PED RAMP DETAILSEND CURB & GUTTER.MATCH EXISTING (TYP.)PROTECT UTILITY POLEPROTECT UTILITY POLE30' F-FSALVAGE & INSTALL CONCRETE PAVERS.F&I ADDITIONAL CONCRETE PAVERS(MATCH EXISTING)CLEAR & GRUB TREE (TYP.)CLEAR & GRUB TREESCLEAR & GRUB TREESHOLD UTILITY POLE(BY OTHERS)SAWCUT & MATCH CONCRETE WALK(TYP.) AS DIRECTED BY ENGINEERPAVEMENT MARKING (TYP.)SEE SHEETS SS1-SS9SIGN (TYP.)SEE SHEETS SS1-SS9REMOVE BITUMINOUSPAVEMENTREMOVE CONCRETEPAVEMENT (TYP.)END CURB AND GUTTER, MATCH EXISTING (TYP.).WHERE NO EXISTING CURB EXISTS: FULL HEIGHT CURB TOEND RADIUS, BEAVER TAIL DOWN TO MATCH EXISTING (TYP.)STA 5+55BEGIN S.A.P. 128-408-002COMMERCIAL CROSS GUTTER DRIVEWAY.SEE GV-STRT-050.INTEGRANT CURB INCIDENTAL (TYP.)B612 CONCRETE CURB &GUTTER AT DRIVEWAYS.VERIFY AND MATCHEXISTING CURB TYPE. (TYP.)B612 CONCRETECURB & GUTTER (TYP.)TEMPORARY EASEMENT (TYP.)PROTECT SIGNSEE SHEETS ID2-ID6 FORDRIVEWAY DETAILS (TYP.)MNDOT R/WMNDOT R/WF&I CONCRETE SILL AT LOCATIONSWHEN WALK IS AT BACK OF CURB. SEE DETAIL ON D15.DECORATIVE 2' SHOULDER WITH SMOOTH TROWEL FINISH"WINDOWS" ON WALK (TYP). SEE DETAIL ON SHEET D5.475
860865870875880885890895860865870875880885890895890.2888.6887.0885.4883.8882.2
880.6
879.1
878.0
877.6
876.5
875.1
873.9
873.1
872.6
872.2
871.9
871.6
871.3
890.34888.76887.18885.59884.01882.38
880.65
878.99
878.05
877.77
876.93
875.44
874.00
873.10
872.65
872.21
871.78
871.35
870.9214+0015+0016+0017+0018+0019+0020+0021+0022+0023+000.00%-0.54%-3.17%-3.52%-0.50%-3.17%-0.87%PVI STA=18+31.00EL=877.90PVI STA=18+21.00EL=877.90PVI STA=18+81.00PVI EL=877.63L=90'K=34.20PVC STA=18+36.00
EL=877.87
PVT STA=19+26.00
EL=876.20 PVI STA=16+45.33PVI EL=882.58L=90'K=253.50PVC STA=16+00.33EL=884.00PVT STA=16+90.33
EL=880.99
PVI STA=17+71.00PVI EL=878.15L=90'K=29.78PVC STA=17+26.00
EL=879.73
PVT STA=18+16.00
EL=877.92
PVI STA=20+15.00PVI EL=873.38L=100'K=43.37PVC STA=19+65.00
EL=874.97
PVT STA=20+65.00
EL=872.95
PVC STA=22+97.95
EL=870.93 48'31'19'32'34'17'49'27'37'15'35'46'12'13'8'9" VSP12" CIP12" CIP4" 8" 8" >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIITV18"SSEWS36"T24"
24"
24"SECTRL5"5"5"5"EE8"8"4"4"4"4"4"4"20"
8"ECTRLECTRLTSXCXCXCXCT-BURT-BURT-BURT-BUR48" RCP24" RCP24" HDPE18" HDPE18" HDPE18" HDPE15" HDPE24" HDPE6" HDPE6" HDPE6" HDPE6" HDPE6" HDPE6" HDPE12" RCP12" RCP12" RCP9259259008151"LANDSCAPING w/ROCK MULCHCONC.CHAIN LINK FENCEBIT.BIT.BIT.GRAVELBIT.BOULDERBOULDERBIT.BIT.CONC.BIT.ROCK MULCHBIT.GRAVELBIT."PRAIRIE RESTORATION AREA"CONC.MODULAR BLOCKRETAINING WALLT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR48" RCP48" RCP60" RCP72" RCP12" RCP12">>>>>>>>6" CMPP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGGGGGMODULAR BLOCKRETAINING WALL W/CHAIN LINK FENCEP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHUPRRUPRRLUCE LINE TRAILLUCE LINE TRAIL701100036" RCP>>>>>>>>>>FOFOFOFOFOFOFOFOFOFO>>>>>>FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOSTBIT.CONC.BIT.CONC.P-BURP-BURP-BURP-BURP-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURGFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BUR30"B6 CURBB6 CURB00+1400+1500+1600+1700+1800+1900+2000+2100+2200+23RRRR2%ZANE AVENUESave: 2/26/2024 12:22 PM sprall Plot: 2/26/2024 12:40 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618GP_ZANE.dwg BENCHMARK EL. 885.60BENCHMARK EL. 875.690feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02G23/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103GRADING PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSNOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.TNH STA.16+57, 30.0' RT.TNH STA.21+60, 20.8' LT.SEE SHEET G3SEE SHEET G1LEGEND
:DENOTES TREE TO BEREMOVEDSEE NOTE 7NOTES:1.SEE INTERSECTION DETAILS (ID) FOR INTERSECTION GRADES.2.SEE PEDESTRIAN RAMP DETAILS (PR) FOR PEDESTRIAN RAMP DESIGN INFORMATION.3.CONTRACTOR SHALL REPLACE EXISTING SIGNS AS DIRECTED BY THE ENGINEER. SEE SIGN TABULATION SHEET.4.CONTRACTOR SHALL PROVIDE TREE FENCING & TREE PROTECTION AS DIRECTED BY THE ENGINEER. SEE SPECIAL PROVISIONS.5.CONTRACTOR SHALL REMOVE AND REPLACE SHRUBS AS DIRECTED BY THE ENGINEER.6.REFER TO CLEARING AND GRUBBING SPECIAL PROVISION FOR DETAILS ABOUT THE REMOVAL NEAR CURB STOPS. ACTUAL TREE REMOVALS WILL BE DETERMINED BYTHE ENGINEER AFTER THE PROPOSED CURB & GUTTER HAS BEEN STAKED.7.SHRUBS, BRUSH, AND CLEARING AND GRUBBING OF ANY TREE THAT IS LESS THAN 4 INCHES DIAMETER SHALL BE CONSIDERED INCIDENTAL (SEE MNDOT SPEC. 2101).8.AREAS IDENTIFIED FOR TEMPORARY PATCHING SHALL BE COMPLETED AS DIRECTED BY THE ENGINEER.9.CONTRACTOR SHALL PROVIDE DAILY TEMPORARY STABILIZATION OF ROADWAY AS DIRECTED BY ENGINEER.10.REMOVAL OF REINFORCEMENT IN THE EXISTING CONCRETE PAVEMENT IS INCIDENTAL TO THE REMOVE CONCRETE PAVEMENT BID ITEM.STA 17+70 TO STA 19+00. MODIFYCROSS SLOPES TO MATCH CROSSINGPANELS AND PROPOSED CATCH BASINSGRADING LIMITS (TYP.)B618 CONCRETEC&G (TYP.)SAWCUT EX. DRIVEWAYPAVEMENT (TYP.)EXISTING R/W (TYP.)APPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADESEE SHEETS PR1 & PR2FOR PED RAMP & CROSSWALK DETAILS8' CONC. WALK (TYP.)6' CONC.WALK (TYP.)SEE SHEETS PR1 & PR2FOR PED RAMP & CROSSWALK DETAILSRELOCATE UTILITY POLE& GUY WIRES (BY OTHERS)ADJUST PEDESTALS(BY OTHERS)RELOCATE UTILITY POLE(BY OTHERS)30' F-FADJUST PEDESTALS(BY OTHERS)PROTECTUTILITY POLEPROTECT PEDESTALPROTECT UTILITY POLEREMOVE & REPLACE CONC. WALK& 4" AGG.BASE (CL.5)REMOVE AND REPLACE BITTRAIL AND AGG BASE (CL.5)REMOVE AND REPLACE BITTRAIL AND AGG BASE (CL.5)SAWCUT EX. PAVEMENT (TYP.)2%2%2%ZANE AVENUEPAVEMENT MARKING (TYP.)SEE SHEETS SS1-SS9STA 19+00. RETURN TOTYPICAL CROSS SLOPESSIGN (TYP.)SEE SHEETS SS1-SS9REMOVE BITUMINOUSPAVEMENTREMOVE CONCRETEPAVEMENT (TYP.)STA 18+52 LT TO STA 18+82 LT.D412 CONCRETE C&G WITH CLASS 5AGGREGATE BASE SURFACING BEHINDCURB, AS DIRECTED BY ENGINEERSTA 17+70. END TYPICAL CROSS SLOPESEND CURB AND GUTTER, MATCH EXISTING (TYP.).WHERE NO EXISTING CURB EXISTS: FULL HEIGHT CURB TOEND RADIUS, BEAVER TAIL DOWN TO MATCH EXISTING (TYP.)COMMERCIAL CROSS GUTTER DRIVEWAY.SEE GV-STRT-050.INTEGRANT CURB INCIDENTAL (TYP.)B612 CONCRETE CURB &GUTTER AT DRIVEWAYS.VERIFY AND MATCHEXISTING CURB TYPE. (TYP.)EXISTING UTILITYEASEMENT (TYP.)TEMPORARY EASEMENT (TYP.)REPLACE CROSSING PANELS, SIGNALS,AND EQUIPMENT (BY OTHERS).END B618 C&G 10' FROM TRACK CL, BEAVER TAIL DOWN(TYP.).2'SEE SHEETS ID2-ID6 FORDRIVEWAY DETAILS (TYP.)90064'9'2.0' STRIP OF BIT.PAVEMENT BETWEENCONC. WALK ANDCROSSING PANELS(TYP.)SEE SHEET G7 FORDETAILED UPRRCROSSING INFORMATIONF&I CONCRETE SILL AT LOCATIONS WHEN WALKIS AT BACK OF CURB. SEE DETAIL ON D15.SALVAGE AND INSTALL CHAIN LINK FENCE,AS DIRECTED BY ENGINEER.FENCED PERIMETER MUST BEMAINTAINED AT ALL TIMES.INSTALL FENCE IN TEMPORARY LOCATION,AS DIRECTED BY ENGINEER, TO PROVIDEVEHICLE ACCESS AS SHOWN ON CS1.PROTECT RETAINING WALLDECORATIVE 2' SHOULDER WITH SMOOTH TROWEL FINISH"WINDOWS" ON WALK (TYP). SEE DETAIL ON SHEET D5.11+75 LT TO 17+25 LTMINIMIZE GRADING IN PRAIRIE RESTORATIONAREA, AS DIRECTED BY ENGINEER.RESTORE DISTURBED AREAS WITH 4" TOPSOIL,MNDOT SEED MIX 38-631, AND ROLLEDEROSION PREVENTION - CATEGORY 10476
850855860865870875880885850855860865870875880885871.3871.0871.0871.2871.5871.8
871.9
872.1
872.4
872.6
872.9
873.1
873.3
873.5
873.7
874.1
874.8
875.8
877.1
870.92870.69870.83871.08871.33871.58
871.83
872.08
872.33
872.58
872.83
873.08
873.33
873.58
873.83
874.13
874.79
875.84
877.2423+0024+0025+0026+0027+0028+0029+0030+0031+0032+000.50%2.89%LP STA=23+54.99LP EL=870.69PVI STA=23+42.95PVI EL=870.54L=90'K=65.92PVT STA=23+87.95EL=870.77
PVI STA=30+98.97PVI EL=874.32L=150'K=62.84PVC STA=30+23.97
EL=873.95
PVT STA=31+73.97
EL=876.49
8'14'47'25'53'20'55'40'18'8'75'38'63'8'
23'40'55'25'10'31'15'8'53'25'29'8'48'31'8" CIP9" VSP8" CIP8" CIP12" CIP12" CIP8" CIP8"6" >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIII28"TVTELT20"TSS20"
6"
8"
10"
12"STEL36"STCOCOP-BURP-BURP-BURP-BUR10" PVC10" PVC12" RCP51" RCP ARCH15" RCP21" RCP12" RCP12506005590511141109110010006"2" CONC.BIT.BIT.BIT.BIT.V-CURBBIT.BIT.CONC.CONC.BOULDERSBIT.CONC.BIT.BIT.BIT.BIT.ROCK MULCHT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR2"2"24" RCP48" RCP51" RCP ARCH>>12" PCP>>>>>>STGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH11006005FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLTVT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURGGGGGGGGGGGGGT-BURFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURCAPPED30"
30"00+2300+2400+2500+2600+2700+2800+2900+3000+3100+3200+4000+41 2.00%2.00%3.00%1.00%2.00%3.00%2.00%2.00%2.00%2.00%2.00%ZANE AVENUESave: 2/26/2024 12:22 PM sprall Plot: 2/26/2024 12:41 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618GP_ZANE.dwg BENCHMARK EL. 875.36BENCHMARK EL. 876.250feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02G33/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103GRADING PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSTNH STA.25+52, 21.7' LT.NOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.TNH STA.29+37, 22.0' LT.ZANE AVENUEZANE AVENUELINDSAY STREET SEE SHEET G2
SEE SHEET G4SEE SHEET G5LEGEND:DENOTES TREE TO BEREMOVEDSEE NOTE 7NOTES:1.SEE INTERSECTION DETAILS (ID) FOR INTERSECTION GRADES.2.SEE PEDESTRIAN RAMP DETAILS (PR) FOR PEDESTRIAN RAMP DESIGN INFORMATION.3.CONTRACTOR SHALL REPLACE EXISTING SIGNS AS DIRECTED BY THE ENGINEER. SEE SIGN TABULATION SHEET.4.CONTRACTOR SHALL PROVIDE TREE FENCING & TREE PROTECTION AS DIRECTED BY THE ENGINEER. SEE SPECIAL PROVISIONS.5.CONTRACTOR SHALL REMOVE AND REPLACE SHRUBS AS DIRECTED BY THE ENGINEER.6.REFER TO CLEARING AND GRUBBING SPECIAL PROVISION FOR DETAILS ABOUT THE REMOVAL NEAR CURB STOPS. ACTUAL TREE REMOVALS WILL BE DETERMINED BYTHE ENGINEER AFTER THE PROPOSED CURB & GUTTER HAS BEEN STAKED.7.SHRUBS, BRUSH, AND CLEARING AND GRUBBING OF ANY TREE THAT IS LESS THAN 4 INCHES DIAMETER SHALL BE CONSIDERED INCIDENTAL (SEE MNDOT SPEC. 2101).8.AREAS IDENTIFIED FOR TEMPORARY PATCHING SHALL BE COMPLETED AS DIRECTED BY THE ENGINEER.9.CONTRACTOR SHALL PROVIDE DAILY TEMPORARY STABILIZATION OF ROADWAY AS DIRECTED BY ENGINEER.10.REMOVAL OF REINFORCEMENT IN THE EXISTING CONCRETE PAVEMENT IS INCIDENTAL TO THE REMOVE CONCRETE PAVEMENT BID ITEM.GRADING LIMITS (TYP.)B618 CONCRETECURB & GUTTER (TYP.)SAWCUT EX. DRIVEWAYPAVEMENT (TYP.)EXISTING R/W (TYP.)APPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADE8' CONC. WALK (TYP.)SEE SHEETS PR1-PR2FOR PED RAMP DETAILSSEE SHEETS PR1-PR2FOR PED RAMP DETAILSRELOCATE UTILITY POLE& GUY WIRE (BY OTHERS)RELOCATE UTILITY POLE(BY OTHERS)RELOCATE UTILITY POLE(BY OTHERS)RELOCATE UTILITY POLE(BY OTHERS)ADJUST PEDESTALS(BY OTHERS)CLEAR & GRUB TREE (TYP.)SEE INTERSECTIONDETAIL SHEET ID130' F-FREMOVE & REPLACE CONC. WALK& 4" AGG.BASE (CL.5)CLEAR & GRUBTREE (TYP.)PROTECT PEDESTALPAVEMENT MARKING (TYP.)SEE SHEETS SS1-SS9SIGN (TYP.)SEE SHEETS SS1-SS9MAINTAIN TANGENT ALONGCURB TO RADIUS RETURNREMOVE CONCRETEPAVEMENT (TYP.)END CURB AND GUTTER, MATCH EXISTING (TYP.).WHERE NO EXISTING CURB EXISTS: FULL HEIGHT CURB TOEND RADIUS, BEAVER TAIL DOWN TO MATCH EXISTING (TYP.)COMMERCIAL CROSS GUTTER DRIVEWAY.SEE GV-STRT-050.INTEGRANT CURB INCIDENTAL (TYP.)B612 CONCRETE CURB &GUTTER AT DRIVEWAYS.VERIFY AND MATCHEXISTING CURB TYPE. (TYP.)EXISTING UTILITYEASEMENT (TYP.)TEMPORARY EASEMENT (TYP.)WIDEN NORTH DRIVEWAY.REMOVE SOUTH DRIVEWAY.36'5'SEE SHEETS ID2-ID6 FORDRIVEWAY DETAILS (TYP.)PROTECTEXISTINGV-CURBF&I CONCRETE SILL AT LOCATIONSWHEN WALK IS AT BACK OF CURB. SEE DETAIL ON D15.DECORATIVE 2' SHOULDER WITH SMOOTH TROWEL FINISH"WINDOWS" ON WALK (TYP). SEE DETAIL ON SHEET D5.477
855860865870875880885890855860865870875880885890877.1
878.7
880.1
880.7
877.24
878.68
879.93
880.7532+0033+0034+002.89%1.49%PVI STA=32+95.00PVI EL=879.98L=90'K=64.65PVC STA=32+50.00
EL=878.68
PVT STA=33+40.00
EL=880.66PVI STA=33+50.00
EL=880.75 8'14'47'25'9" VSP9" VSP9" VSP9" VSP12" CIP12" CIP12" CIP4" CIP6" CIP8"6">>>>>>>>>>>>
>>>>>>>>>>>>>>>>>>IIIIIISWTTWST8"
10"
10"T12" RCP12" RCP12506005BIT.CONC.BIT.BOULDERSBIT.BIT.2"GGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHCONC.BIT.GGGGGFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR30"00+3400+3200+33EXISTING R/W (TYP.)ZANE AVENUESave: 2/26/2024 12:22 PM sprall Plot: 2/26/2024 12:41 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618GP_ZANE.dwg
BENCHMARK EL. 883.690feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02G43/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103GRADING PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSNOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.TNH SW QUAD GOLDEN VALLEY RD & ZANE AVEGOLDEN VALLEY RDZANE AVENUESEE SHEET G3
NOTES:1.SEE INTERSECTION DETAILS (ID) FOR INTERSECTION GRADES.2.SEE PEDESTRIAN RAMP DETAILS (PR) FOR PEDESTRIAN RAMP DESIGN INFORMATION.3.CONTRACTOR SHALL REPLACE EXISTING SIGNS AS DIRECTED BY THE ENGINEER.SEE SIGN TABULATION SHEET.4.CONTRACTOR SHALL PROVIDE TREE FENCING & TREE PROTECTION AS DIRECTED BYTHE ENGINEER. SEE SPECIAL PROVISIONS.5.CONTRACTOR SHALL REMOVE AND REPLACE SHRUBS AS DIRECTED BY THEENGINEER.6.REFER TO CLEARING AND GRUBBING SPECIAL PROVISION FOR DETAILS ABOUT THEREMOVAL NEAR CURB STOPS. ACTUAL TREE REMOVALS WILL BE DETERMINED BYTHE ENGINEER AFTER THE PROPOSED CURB & GUTTER HAS BEEN STAKED.7.SHRUBS, BRUSH, AND CLEARING AND GRUBBING OF ANY TREE THAT IS LESS THAN 4INCHES DIAMETER SHALL BE CONSIDERED INCIDENTAL (SEE MNDOT SPEC. 2101).8.AREAS IDENTIFIED FOR TEMPORARY PATCHING SHALL BE COMPLETED AS DIRECTEDBY THE ENGINEER.9.CONTRACTOR SHALL PROVIDE DAILY TEMPORARY STABILIZATION OF ROADWAY ASDIRECTED BY ENGINEER.10.REMOVAL OF REINFORCEMENT IN THE EXISTING CONCRETE PAVEMENT ISINCIDENTAL TO THE REMOVE CONCRETE PAVEMENT BID ITEM.GRADING LIMITS (TYP.)B618 CONCRETECURB & GUTTER (TYP.)SAWCUT EX. DRIVEWAYPAVEMENT (TYP.)SEE INTERSECTIONDETAIL SHEET ID1SAWCUT & MATCH BITUMINOUS (TYP.)AS DIRECTED BY ENGINEERAPPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADE8' CONC. WALK (TYP.)SEE SHEETS PR1-PR2FOR PED RAMP DETAILSEND CURB & GUTTER.MATCH EXISTING (TYP.)RELOCATE UTILITY POLE& GUY WIRES (BY OTHERS)30' F-FHOLD/PROTECT UTILITY POLE(BY OTHERS)RELOCATE TELEPHONEPEDESTAL (BY OTHERS)LEGEND:DENOTES TREE TO BEREMOVEDSEE NOTE 7SEE SHEETS PR1-PR2FOR PED RAMP DETAILSSAWCUT & MATCH CONCRETE (TYP.)AS DIRECTED BY ENGINEERPAVEMENT MARKING (TYP.)SEE SHEETS SS1-SS9REMOVE BITUMINOUSPAVEMENTREMOVE CONCRETEPAVEMENT (TYP.)END CURB AND GUTTER, MATCH EXISTING (TYP.).WHERE NO EXISTING CURB EXISTS: FULL HEIGHT CURB TOEND RADIUS, BEAVER TAIL DOWN TO MATCH EXISTING (TYP.)STA 33+50END S.A.P. 128-408-002REMOVE CONCRETE WALK, B618C&G, AND PAVEMENT AS DIRECTEDBY ENGINEER6' CONCRETE WALKCOMMERCIAL CROSS GUTTER DRIVEWAY.SEE GV-STRT-050.INTEGRANT CURB INCIDENTAL (TYP.)TEMPORARY EASEMENT (TYP.)F&I CONCRETE SILL AT LOCATIONSWHEN WALK IS AT BACK OF CURB. SEE DETAIL ON D15.DECORATIVE 2' SHOULDER WITH SMOOTH TROWEL FINISH"WINDOWS" ON WALK (TYP). SEE DETAIL ON SHEET D5.478
855860865870875880885890855860865870875880885890871.0871.3871.6871.9872.2
872.5
872.7
873.0
873.3
873.6
874.0
874.2
874.7
875.2
875.7
876.4
877.0
870.90870.93871.34871.67872.00
872.33
872.66
872.99
873.32
873.66
873.99
874.32
874.68
875.18
875.76
876.35
876.9439+7540+0041+0042+0043+0044+0045+0046+0047+0048+001.18%0.66%1.00%-1.00%PVI STA=40+13.76EL=870.75PVI STA=40+23.00EL=870.66PVI STA=40+72.79EL=871.16
PVI STA=46+12.07PVI EL=874.73L=90'K=175.44PVC STA=45+67.07
EL=874.43
PVT STA=46+57.07
EL=875.26 8" CIP8" CIP8" CIP12" CIP8" CIP8"
8"8" CIP8" CIP>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>III IIIIIIIIIIIIISCO42"36"S36"STSTEPPTELTELPSTEL28"28"26"TVTELTSTEL36"STP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BUR10" PVC51" RCP ARCH12" RCP51" RCP ARCH15" RCP21" RCP12" RCP12" RCP 12" RCP1"8" 1100100057355645562556605640562056056"BIT.BIT.BIT.BIT.BIT.CONC.CONC.BOULDERBIT.BIT.CONC.LITTLE FREE LIBRARYCONC.SHRUBS w/ROCK MULCHCONC.CONC.BIT.BIT.MOD BLOCK LANDSCAPE EDGINGw/ WOOD CHIPST-BUR T-BUR T-BUR T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR1"
1"1"1"
1"
1"1"48" RCP 51" RCP ARCH44" RCP
A
R
C
H>>>>>>>>>>12" RCP12" PCP>>12" PCP>>>>STG G GGGG GGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH1000 1100
8"
8"
FO FO FO FOFOFO FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLTVT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR T-BURG GFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR
CAPPED
00+23 00+24 00+2500+4000+4100+4200+4300+4400+4500+4600+4700+48STA. 45+20.00BEGIN TRANSITION FROM30' F-F TO 26' F-F2.00%2.00%3.00%1.00%2.00%3.00%2.00%2.00%2.00%2.00%2.00%STA. 46+40.00END TRANSITION FROM30' F-F TO 26' F-FLINDSAY STREETSave: 1/26/2024 1:54 PM sprall Plot: 2/26/2024 12:41 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618GP_LINDSAY.dwg BENCHMARK EL. 875.89BENCHMARK EL. 881.310feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02G53/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103GRADING PLANLINDSAY STREETZANE AVENUE AND LINDSAY STREETIMPROVEMENTSTNH STA.42+46, 23.0' RT.NOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.SEE SHEET G2SEE SHEET G6SEE SHEET G3
TNH STA.48+18, 22.6' RT.ZANE AVENUE
LINDSAY STREETLEGEND:DENOTES TREE TO BEREMOVEDSEE NOTE 7ZANE AVENUENOTES:1.SEE INTERSECTION DETAILS (ID) FOR INTERSECTION GRADES.2.SEE PEDESTRIAN RAMP DETAILS (PR) FOR PEDESTRIAN RAMP DESIGN INFORMATION.3.CONTRACTOR SHALL REPLACE EXISTING SIGNS AS DIRECTED BY THE ENGINEER. SEE SIGN TABULATION SHEET.4.CONTRACTOR SHALL PROVIDE TREE FENCING & TREE PROTECTION AS DIRECTED BY THE ENGINEER. SEE SPECIAL PROVISIONS.5.CONTRACTOR SHALL REMOVE AND REPLACE SHRUBS AS DIRECTED BY THE ENGINEER.6.REFER TO CLEARING AND GRUBBING SPECIAL PROVISION FOR DETAILS ABOUT THE REMOVAL NEAR CURB STOPS. ACTUAL TREE REMOVALS WILL BE DETERMINED BYTHE ENGINEER AFTER THE PROPOSED CURB & GUTTER HAS BEEN STAKED.7.SHRUBS, BRUSH, AND CLEARING AND GRUBBING OF ANY TREE THAT IS LESS THAN 4 INCHES DIAMETER SHALL BE CONSIDERED INCIDENTAL (SEE MNDOT SPEC. 2101).8.AREAS IDENTIFIED FOR TEMPORARY PATCHING SHALL BE COMPLETED AS DIRECTED BY THE ENGINEER.9.CONTRACTOR SHALL PROVIDE DAILY TEMPORARY STABILIZATION OF ROADWAY AS DIRECTED BY ENGINEER.10.REMOVAL OF REINFORCEMENT IN THE EXISTING CONCRETE PAVEMENT IS INCIDENTAL TO THE REMOVE CONCRETE PAVEMENT BID ITEM.GRADING LIMITS (TYP.)B618 CONCRETE CURB& GUTTER (TYP.)SAWCUT EX. DRIVEWAYPAVEMENT (TYP.)COMMERCIAL CROSS GUTTER DRIVEWAY.SEE GV-STRT-050.INTEGRANT CURB INCIDENTAL (TYP.)EXISTING R/W (TYP.)SEE INTERSECTIONDETAIL SHEET ID1APPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADE30' F-FPROTECT UTILITY POLERELOCATE LIGHTPOLE (BY OTHERS)PROTECT LIGHTPROTECT PEDESTALSALVAGE & INSTALLMAILBOX & SUPPORT (TYP.)PROTECT PEDESTALREMOVE BOLLARD (2)REMOVE BOLLARDCONCRETE DRIVEWAYAPRON (TYP.)PAVEMENT MARKING (TYP.)SEE SHEETS SS1-SS9REMOVE CONCRETEPAVEMENT (TYP.)END CURB AND GUTTER, MATCH EXISTING (TYP.).WHERE NO EXISTING CURB EXISTS: FULL HEIGHT CURB TOEND RADIUS, BEAVER TAIL DOWN TO MATCH EXISTING (TYP.)REMOVE LANDSCAPING ASDIRECTED BY ENGINEERSIGN (TYP.)SEE SHEETS SS1-SS926' F-FSALVAGE AND PLACE BOULDERAS DIRECTED BY ENGINEEREXISTING UTILITYEASEMENT (TYP.)SEE SHEETS ID2-ID6 FORDRIVEWAY DETAILS (TYP.)479
860865870875880885890895860865870875880885890895877.0877.6878.2878.8879.5
880.1
880.6
881.4
882.2
883.1
884.0
884.7
884.9
876.94877.53878.12878.70879.29
879.88
880.48
881.19
882.03
882.90
883.76
884.50
884.9348+0049+0050+0051+0052+0053+0054+0054+501.18%1.73%0.50%PVI STA=54+07.00EL=884.97PVI STA=53+54.13PVI EL=884.70L=100'K=81.21PVC STA=53+04.13
EL=883.83
PVT STA=54+04.13
EL=884.95 PVI STA=51+30.00PVI EL=880.82L=100'K=179.98PVC STA=50+80.00
EL=880.23
PVT STA=51+80.00
EL=881.69 9" VSP9" VSP8" DIP
8" VCP8" VCP8"
VCP8" CIP 8" CIP8"
C
IP
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>III
I IIIIIIII
I
ICO COETVTSTSSTE11"COS22"S16"SSE23"23"9"S20"20"42"36"SP-BURP-BURP-BURP-BURP-BURP-BUR8" DIP8" DIP21" RCP21" RCP1
5
"
RCP
1
5
"
21" RC
P5625562056005605554055355525553055205510
5505935CONC.CONC.BIT
.BIT
.ROCK MULCHLANDSCAPINGBIT.MODULAR BLOCKRETAIN
ING
WALLBIT.CONC.BIT.BIT.LITTLE FREE LIBRARY CONC.SHRUBS w/ROCK MULCHCONC.CONC.CONC.CONC.1"1"1"1"1"1"1"1"
1"
1"
1"
1"
1"
1"P-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHBIT
.CONC.T-BURT-BURT-BURT-B
U
R
T-BU
R
SCAPPED00+00+4800+4900+5000+5100+5200+5300+5446.27+54LINDSAY STREETSave: 1/26/2024 1:54 PM sprall Plot: 2/26/2024 12:42 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618GP_LINDSAY.dwg BENCHMARK EL. 881.31BENCHMARK EL. 889.750feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02G63/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103GRADING PLANLINDSAY STREETZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSEE SHEET G5TNH STA.48+18, 22.6' RT.NOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.TNH STA.53+50, 21.9' RT.LINDSAY
STREETLILAC DRIVE N.NOTES:1.SEE INTERSECTION DETAILS (ID) FOR INTERSECTION GRADES.2.SEE PEDESTRIAN RAMP DETAILS (PR) FOR PEDESTRIAN RAMPDESIGN INFORMATION.3.CONTRACTOR SHALL REPLACE EXISTING SIGNS AS DIRECTED BYTHE ENGINEER. SEE SIGN TABULATION SHEET.4.CONTRACTOR SHALL PROVIDE TREE FENCING & TREEPROTECTION AS DIRECTED BY THE ENGINEER. SEE SPECIALPROVISIONS.5.CONTRACTOR SHALL REMOVE AND REPLACE SHRUBS ASDIRECTED BY THE ENGINEER.6.REFER TO CLEARING AND GRUBBING SPECIAL PROVISION FORDETAILS ABOUT THE REMOVAL NEAR CURB STOPS. ACTUAL TREEREMOVALS WILL BE DETERMINED BY THE ENGINEER AFTER THEPROPOSED CURB & GUTTER HAS BEEN STAKED.7.SHRUBS, BRUSH, AND CLEARING AND GRUBBING OF ANY TREETHAT IS LESS THAN 4 INCHES DIAMETER SHALL BE CONSIDEREDINCIDENTAL (SEE MNDOT SPEC. 2101).8.AREAS IDENTIFIED FOR TEMPORARY PATCHING SHALL BECOMPLETED AS DIRECTED BY THE ENGINEER.9.CONTRACTOR SHALL PROVIDE DAILY TEMPORARY STABILIZATIONOF ROADWAY AS DIRECTED BY ENGINEER.10.REMOVAL OF REINFORCEMENT IN THE EXISTING CONCRETEPAVEMENT IS INCIDENTAL TO THE REMOVE CONCRETE PAVEMENTBID ITEM.LEGEND:DENOTES TREE TO BEREMOVEDSEE NOTE 7GRADING LIMITS (TYP.)B618 CONCRETE CURB& GUTTER (TYP.)SAWCUT EX. DRIVEWAYPAVEMENT (TYP.)CONCRETE DRIVEWAYAPRON (TYP.)EXISTING R/W (TYP.)SEE INTERSECTIONDETAIL SHEET ID1APPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADESAWCUT & MATCH BITUMINOUS (TYP.)AS DIRECTED BY ENGINEEREND CURB & GUTTER.MATCH EXISTING (TYP.)26' F-FPROTECT LIGHTPROTECT LIGHTSALVAGE & INSTALLMAILBOX & SUPPORT (TYP.)REMOVE CONCRETEPAVEMENT (TYP.)REMOVEBITUMINOUSPAVEMENTEXISTING UTILITYEASEMENT (TYP.)MNDOT R/WMNDOT R/WSALVAGE AND INSTALL MODULARBLOCK RETAINING WALL, ASDIRECTED BY ENGINEER480
12" CIP>>>>>>>>>>>>
>>
>>
>>
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIISSEWSECTRL20"8"ECTRLECTRLTXCGT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURII24" RCP24" HDPE18" HDPE12" RCPBIT.BIT.BIT.GRAVELBIT.BOULDERGRAVELBIT.T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR48" RCP12" RCP12"P-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURGGGGGGGMODULAR BLOCKRETAINING WALL W/CHAIN LINK FENCESP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHUPRRUPRRLUCE LINE TRAILLUCE LINE TRAIL36" RCP>>>>>>>>>>>>>>>>FOFOFOFOFOFOFOFOFOFO>>>>FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOSTBIT.CONC.BIT.CONC.P-BURP-BURP-BURP-BURP-BURP-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURGGGGGCONC.WALKEND OF EXISTINGCROSSING PANELS4.50'5.25'5.25'CONC.WALKCONC.WALKPED.RAMPPED.RAMP8.00'8.00'6.66'ELECTRICAL BOXEXISTINGRAILSUPRR R.O.W.UPRRR.O.W.ROAD R/W30.00' F-FZANE AVENUE NUPRR R.O.W.UPRRR.O.W.UPRRR.O.W.ROAD R/WROAD R/WROAD R/W98.95°30.00' F-F13.50' DRIVE LANEREPLACE EX.CROSSWALKMARKINGSRELOCATE EXPOWER POLEW/ COBRAHEAD LIGHTPRIVATE ENTRANCEPRIVATE ENTRANCEEX. SANITARY (TYP.)EX. STORMSEWER (TYP.)EX./PROPOSED12" WATER MAIN (TYP.)EXISTINGSIGNALBUNGALOWPRIVATE ENTRANCE13.50' DRIVE LANE6.00'00+1700+1800+1922.64'18" RCP Cla
s
s
V18" RCP Class V18" RCP Class V15" RCP Class V15" RCP Class V15" RCP Class V15" RCP Class V18" RCP Cla
s
s
V
23.22'60" DIA. MH. CONNECTTO EX. 24" RCP23.67'77ROADCENTERLINEUPRR
CENTERL
I
N
E
BITUMINOUSPAVEMENTBITUMINOUSPAVEMENTIIIIIIIIIIII10.00' MIN (TYP.)2129993311445511119881313131099812121212121212661930.00'8.00'6.66'64.00'15.00' (TYP.)2.00' (TYP.)30" RCP Class V1314661515154'11'6'17.23'11'17.69'19.90'21.11'6'ST1510'8.18'158608658708758808858908958608658708758808858908950.00%-0.54%-3.17%-3.52%-0.50%PVI STA=18+31.00
EL=877.90
PVI STA=18+21.00
EL=877.90
PVI STA=18+81.00PVI EL=877.63L=90'K=34.20PVC STA=18+36.00
EL=877.87
PVT STA=19+26.00
EL=876.20 PVI STA=17+71.00PVI EL=878.15L=90'K=29.78PVC STA=17+26.00EL=879.73
PVT STA=18+16.00
EL=877.92INV. 873.35EX. 72" RCP18" RCP Class V15" RCP Class V12" PVC WM12" PVC6.75'2.4'UPRRR.O.WREMOVE EX. 12" RCPUPRRR.O.W18" RCP Class V12" RCP SAN.880.6879.1
878.0
877.6
876.5
875.1
880.65878.99
878.05
877.77
876.93
875.4417+0018+0019+0019+50UPRR TO RELOCATE VEHICULAR DEVICE WITH GATE ARMMIN. 2' DETECTABLE WARNING STRIPUPRR TO REPLACE AND EXTEND CROSSING PANELSMIN.3' FROM EDGE OF TRAVELED WAY.REPLACE EX. 24" STOP LINE - MIN. 8' IN ADVANCE OF NEAREST RAILROADTRAFFIC CONTROL DEVICEMIN. 24" STRIP OF ASPHALT BETWEEN CROSSING SURFACE AND ROADWAYUNPAVED AREA (CLASS 5) AROUND DEVICES FOR MAINTENANCE ACCESS.MIN. 10' FROM CENTER OF TRACK, TAPERED CURBB618 CONCRETE CURB AND GUTTER (FULL HEIGHT)D412 CONCRETE CURB AND GUTTER(SURMOUNTABLE FOR MAINTENANCE ACCESS)12345678910EX. VEHICULAR DEVICE WITH GATE ARMEX. CURB AND GUTTER11STORM SEWER CATCH BASIN12REMOVE EX. STORM SEWER (CB OR RCP PIPE)13KEY NOTESCONNECT TO EXISTING CATCH BASIN/MANHOLE.FURNISH AND INSTALL NEW "BEEHIVE" GRATE ON EXISTING CATCH BASIN/MANHOLEADD 3 CU YD RIPRAP. RE-GRADE AROUND CB TO DRAIN.14APPROXIMATE STORM SEWER EXCAVATION LIMITS.DEPTH VARIES, SEE SHEET S10 FOR PROFILE VIEWS. APPROXIMATELY 4.5' DEEPEXCAVATIONS150feetscale1020105EXISTING ℄ GRADEPROPOSED ℄ GRADEMATCH EXISTING RAILELEVATION THROUGHCROSSING PANELS90 LF STEEL CASING PIPE (JACKED).INSTALL OUTSIDE EXISTING CASING PIPE. FIELD VERIFY SIZE. 24" DIA (MIN.)7/16" (MIN.) WALL THICKNESS.REMOVE EXISTING CASING PIPE AFTER NEW CASING IS INSTALLED (INCIDENTAL).PROVIDE CATHODIC PROTECTION, CASING SPACER, AND END SEALS (INCIDENTAL).FILL ANNULAR SPACE WITHIN THE CASING WITH AIR-BLOWN SAND (INCIDENTAL).Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02Save: 2/12/2024 1:38 PM sprall Plot: 2/26/2024 12:42 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618GP_RRXing.dwg
G73/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103GRADING PLANUPRR CROSSING AT ZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSUPRR M.P. 4.28X-ING 185-033YNOTE:CONTRACTOR SHALL PROVIDE SHORING, TRACKMONITORING, AND GROUND MONITORING AS REQUIREDBY UPRR AND SUBMIT ASSOCIATED PLANS TOENGINEER PRIOR TO CONSTRUCTION481
875880885890895900905910875880885890895900905910908.7908.1908.4908.5908.2
908.0
907.3
905.8
903.6
901.0
898.9
897.7
896.6
895.7
894.7
893.3
891.7
890.2
908.31908.35908.60908.44
908.17
907.37
905.80
903.51
901.09
899.09
897.78
896.75
895.73
894.69
893.45
891.93
890.345+006+007+008+009+0010+0011+0012+0013+0014+009" VSP9" VSPSTA = 11+56.29
TC= 896.622197 , 0.3' L
STA = 7+80.08TC= 908.28 , 0.4' L
12" PVC2198INV. 890.93 (N)
INV. 878.90 (S)
INV. 878.90 (N)SEWER REPAIR #1SEWER REPAIR #212" PVCOVER BURY WATER MAIN TOMAINTAIN 18" SEPARATIONBETWEEN SANITARY(INCIDENTAL). PROVIDE ONEFULL LENGTH OF PIPECENTERED UNDER SANITARY.F&I 12" - 22.5° BEND (2)F&I 12" - 22.5° BEND (2)9" VSP9" VSP16"12" CIP12" CIP>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIISCOTVWWS5"
6"
12"
12"
8"
8"
14"
48"LIFTCOS3X4"
3X4"
4X4"
4X2"
4X4"
14"
24"
18"
12"
12"
12"
12"
18"
10"
20"
10"ECTRL5"
8"
8"
24"
24"
24"XCIIII12" HDPE6" HDPE6" HDPE6" HDPE6" HDPEII4" 10" HDPE701590070112" RCP12" RCP12" RCP12" RCPFMFMFMFMFMP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH5900815T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BUR4"4"
8"
6"
10"00+00+600+700+800+900+1000+1100+1200+1300+14IIIIIIIIIIIIII21982197REMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 13 LF 6" CIP WATERMAINSTA. 10+04.47, 20.67 LTF&I 12"X6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTREMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 10 LF 6" CIP WATERMAINSTA. 6+17.55, 20.67 LTF&I 12"X6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTNOTES:1.CONTRACTOR SHALL CONTACT CITY PRIOR TO HYDRANTREMOVAL, SO CITY CAN REMOVE HYDRANT RODS.2.INSULATION SHALL BE INSTALLED IF: LESS THAN 24"CLEARANCE AT STORM CROSSINGS & LESS THAN 18" ATSANITARY CROSSING, OR AS DIRECTED BY THE ENGINEER.3.ALL PROPOSED HYDRANTS SHALL HAVE 8' BURY DEPTH.4.CONTRACTOR SHALL FURNISH & INSTALL NEW SANITARYCASTINGS ON ALL SANITARY STRUCTURES. SEE THEEXISTING SANITARY SEWER STRUCTURE SCHEDULE.5.SEE THE EXISTING SANITARY SEWER STRUCTURESCHEDULE AND SPECIFICATIONS FOR RECONSTRUCT MHINFORMATION.6.SEE SANITARY SEWER REPAIR TABULATION FOR SANITARYSERVICE WYE GROUTING/ LINER INFORMATION.7.ONLY ACTIVE SEWER SERVICES SHALL BE REINSTATEDAFTER LINING SEWER MAIN, OR AS DIRECTED BY THEENGINEER. CONTRACTOR SHALL DETERMINE ACTIVESERVICES DURING PRE-CONSTRUCTION SEWERTELEVISING.8.REFER TO CLEARING AND GRUBBING SPECIAL PROVISIONSFOR DETAILS ABOUT TREE REMOVAL NEAR CURB STOPS.9.CONTRACTOR SHALL MAKE USE OF TRENCH BOXES TOMINIMIZE DAMAGE AND/OR IMPACTS TO LANDSCAPING ASDIRECTED BY ENGINEER.ZANE AVENUESave: 2/23/2024 10:19 AM sprall Plot: 2/26/2024 12:43 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618U01_ZANE.dwg BENCHMARK EL. 911.30BENCHMARK EL. 893.680feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02U13/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103UTILITY PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSOLSON MEMORIAL HWY. SERVICE ROADZANE AVENUETNH NW QUAD FRONTAGE RD & ZANE AVENOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.SEE SHEET U2TNH STA.13+94, 23.4' LT. F&I 12" SLEEVECONNECT TO EXISTING WATERMAIN12" PVC WATERMAINREMOVE MANHOLEREMOVE GATE VALVEF&I 12" GATE VALVE & BOXEXISTING 42" D.I.P. FORCE MAIN(MET COUNCIL)REMOVE GATE VALVE & BOXREMOVE 20 LF WATERMAINF&I 12"X4" TEEF&I 20 LF 4" PVC WATERMAINF&I 4" GATE VALVE & BOXCONNECT TO EXISTING WATERMAINAT POST INDICATOR VALVE10' MIN.REMOVE GATE VALVE & BOXREMOVE 45 LF WATERMAINF&I 12"x10" TEEF&I 45 LF 10" PVC WATERMAINF&I 10" GATE VALVE & BOXCONNECT TO EXISTING WATERMAINF&I PVC X HDPE COUPLING (INCIDENTAL)W/ STAINLESS STEEL STIFFENER (INCIDENTAL)EXISTING ℄ GRADEPROPOSED ℄ GRADEAPPROXIMATE EXCAVATION DEPTH7.5' MIN. BURYEXISTING 42" DIP FORCE MAIN.PROTECT AND SUPPORT AS DIRECTED BY MET COUNCIL.NOTIFY MET COUNCIL MIN. 48 HOURS PRIOR WORK NEARTHIS PIPE.LEGEND:DENOTES TREE TO BEREMOVEDSEE NOTE 8SANITARY REPAIR #1SANITARY REPAIR #2PROTECT EXISTINGSAN SERVICE (TYP.)STA 5+55BEGIN S.A.P. 128-408-002TEMPORARY EASEMENT (TYP.)ADJUST FRAME ANDRING CASTING (GATEVALVE MANHOLE)MNDOT R/WMNDOT R/WPROTECT POST INDICATOR VALVE482
860865870875880885890895860865870875880885890895890.2888.6887.0885.4883.8882.2
880.6
879.1
878.0
877.6
876.5
875.1
873.9
873.1
872.6
872.2
871.9
871.6
871.3
890.34888.76887.18885.59884.01882.38
880.65
878.99
878.05
877.77
876.93
875.44
874.00
873.10
872.65
872.21
871.78
871.35
870.9214+0015+0016+0017+0018+0019+0020+0021+0022+0023+009" VSPSTA = 14+80.10TC= 887.80INV. 876.26 (S)INV. 876.22 (N)2196, 0.6' L
STA = 18+08.58
TC= 877.96
INV. 867.96 (S)
INV. 867.83 (W)
INV. 867.80 (E)
INV. 868.36 (N)2195, 1.1' L9" VSP12" PVC12" PVC90 LF STEEL CASING PIPE (JACKED).INSTALL OUTSIDE EXISTING CASING PIPE. FIELD VERIFY SIZE. 24" DIA (MIN.)7/16" (MIN.) WALL THICKNESS.REMOVE EXISTING CASING PIPE AFTER NEW CASING IS INSTALLED (INCIDENTAL).PROVIDE CATHODIC PROTECTION, CASING SPACER, AND END SEALS (INCIDENTAL).FILL ANNULAR SPACE WITHIN THE CASING WITH AIR-BLOWN SAND (INCIDENTAL).SEWER REPAIR #2SEWER REPAIR #39" VSP12" CIP12" CIP4" 8" 8" >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIITV18"SSEWS36"T24"
24"
24"SECTRL5"5"5"5"EE8"8"4"4"4"4"4"4"20"
8"ECTRLECTRLTSXCXCXCXCT-BURT-BURT-BURT-BUR48" RCP24" RCP24" HDPE18" HDPE18" HDPE18" HDPE15" HDPE24" HDPE6" HDPE6" HDPE6" HDPE6" HDPE6" HDPE6" HDPE12" RCP12" RCP12" RCP9259259008151"T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR48" RCP48" RCP60" RCP72" RCP12" RCP12">>>>>>>>6" CMPP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHUPRRUPRRLUCE LINE TRAILLUCE LINE TRAIL701100036" RCP>>>>>>>>>>FOFOFOFOFOFOFOFOFOFO>>>>>>FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOSTP-BURP-BURP-BURP-BURP-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURGFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BUR30"00+1400+1500+1600+1700+1800+1900+2000+2100+2200+23IIIIIIIIIIIIIIIISTST21962195197REMOVE HYDRANTREMOVE GATE VAVLE & BOXREMOVE 11 LF 6" CIP WATERMAINSTA. 21+69.48, 20.67 LTF&I 12"X6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTREMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 10 LF 6" CIP WATERMAINSTA. 17+72.79, 22.67 LTF&I 12"X6" TEEF&I 12 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTREMOVE HYDRANTREMOVE GATE VALVE & BOX (2)REMOVE 42 LF 6" CIP WATERMAINSTA. 16+37.15, 27.17 RTF&I 12"X6" TEEF&I 38 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTREMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 13 LF 6" CIP WATERMAINSTA. 14+04.00, 20.67 LTF&I 12"X6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTNOTES:1.CONTRACTOR SHALL CONTACT CITY PRIOR TO HYDRANTREMOVAL, SO CITY CAN REMOVE HYDRANT RODS.2.INSULATION SHALL BE INSTALLED IF: LESS THAN 24"CLEARANCE AT STORM CROSSINGS & LESS THAN 18" ATSANITARY CROSSING, OR AS DIRECTED BY THE ENGINEER.3.ALL PROPOSED HYDRANTS SHALL HAVE 8' BURY DEPTH.4.CONTRACTOR SHALL FURNISH & INSTALL NEW SANITARYCASTINGS ON ALL SANITARY STRUCTURES. SEE THEEXISTING SANITARY SEWER STRUCTURE SCHEDULE.5.SEE THE EXISTING SANITARY SEWER STRUCTURESCHEDULE AND SPECIFICATIONS FOR RECONSTRUCT MHINFORMATION.6.SEE SANITARY SEWER REPAIR TABULATION FOR SANITARYSERVICE WYE GROUTING/ LINER INFORMATION.7.ONLY ACTIVE SEWER SERVICES SHALL BE REINSTATEDAFTER LINING SEWER MAIN, OR AS DIRECTED BY THEENGINEER. CONTRACTOR SHALL DETERMINE ACTIVESERVICES DURING PRE-CONSTRUCTION SEWERTELEVISING.8.REFER TO CLEARING AND GRUBBING SPECIAL PROVISIONSFOR DETAILS ABOUT TREE REMOVAL NEAR CURB STOPS.9.CONTRACTOR SHALL MAKE USE OF TRENCH BOXES TOMINIMIZE DAMAGE AND/OR IMPACTS TO LANDSCAPING ASDIRECTED BY ENGINEER.ZANE AVENUESave: 2/23/2024 10:19 AM sprall Plot: 2/26/2024 12:43 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618U01_ZANE.dwg BENCHMARK EL. 885.60BENCHMARK EL. 875.690feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02U23/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103UTILITY PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSEE SHEET U1
SEE SHEET U3ZANE AVENUETNH STA.16+57, 30.0' RT.TNH STA.21+60, 20.8' LT.NOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.12" PVC WATERMAINREMOVE GV & BOXREMOVE 14 LF WMF&I 12"x8" TEEF&I 14 LF 8" PVC WMF&I 8" GV & BOXF&I 8" SLEEVECONNECT TO EXISTING WM10' MIN.EXISTING ℄ GRADEPROPOSED ℄ GRADEAPPROXIMATE EXCAVATION DEPTH7.5' MIN. BURY72" RCP CROSSING(STORM SEWER)REMOVE GATE VALVE & BOXF&I GATE VALVE & BOXREMOVE MANHOLEREMOVE GATE VALVEF&I 12" GATE VALVE & BOXREMOVE GATE VALVE & BOXREMOVE 42 LF WATERMAINF&I 12"x6" TEEF&I 6" GATE VALVE & BOXF&I 42 LF 6" PVC WATERMAINF&I 6" SLEEVECONNECT TO EXISTING WATERMAINEXIST. R/W (TYP.)GRADING LIMITS (TYP.)REMOVE GATE VALVE & BOXREMOVE 20 LF 8" WATERMAINF&I 12"x8" TEEF&I 20 LF 8" PVC WATERMAINF&I 8" GATE VALVE & BOXCONNECT TO EXISTING WATERMAIN90 LF STEEL CASING PIPE (JACKED).INSTALL OUTSIDE EXISTING CASING PIPE.FIELD VERIFY SIZE. 24" DIA (MIN.)7/16" (MIN.) WALL THICKNESS.REMOVE EXISTING CASING PIPE AFTER NEWCASING IS INSTALLED (INCIDENTAL).PROVIDE CATHODIC PROTECTION, CASINGSPACER, AND END SEALS (INCIDENTAL).FILL ANNULAR SPACE WITHIN THE CASINGWITH AIR-BLOWN SAND (INCIDENTAL).REMOVE GATE VALVE & BOXREMOVE 20 LF WATERMAINF&I 12"X4" TEEF&I 4" GATE VALVE & BOXF&I 20 LF 4" PVC WATERMAINCONNECT TO EXISTING WATERMAINREMOVE WATER SERVICE PIPEF&I 40 LF 1" PE PIPEF&I 1" CORPORATION STOPF&I CURB STOP AND BOXF&I SADDLEF&I 2-1" STAINLESS STEEL INSERTS (INCIDENTAL)CONNECT TO EXISTING WATER SERVICE (TYP.)LEGEND:DENOTES TREE TO BEREMOVEDSEE NOTE 8SANITARY REPAIR #2SANITARY REPAIR #3PROTECT EXISTINGSAN SERVICE (TYP.)EXISTING UTILITYEASEMENT (TYP.)TEMPORARY EASEMENT (TYP.)483
850855860865870875880885850855860865870875880885871.3871.0871.0871.2871.5871.8
871.9
872.1
872.4
872.6
872.9
873.1
873.3
873.5
873.7
874.1
874.8
875.8
877.1
870.92870.69870.83871.08871.33871.58
871.83
872.08
872.33
872.58
872.83
873.08
873.33
873.58
873.83
874.13
874.79
875.84
877.2423+0024+0025+0026+0027+0028+0029+0030+0031+0032+00STA = 30+56.03
TC= 874.18
INV. 865.27 (SE)
INV. 865.17 (NW)
INV. 965.27 (SW)
INV. 865.24 (W)2057, 0.3' R8" CIP8" CIP9" VSP12" PVC12" PVC12" PVCOVER BURY WATER MAIN TOMAINTAIN 24" SEPARATIONBETWEEN STORM SEWER(INCIDENTAL).OVER BURY WATER MAIN TO AVOIDSANITARY SERVICE (INCIDENTAL)OVER BURY WATER MAIN TO AVOIDSANITARY SERVICE (INCIDENTAL).4" INSULATION OVER SANITARY.67 SQ YD HIGH DENSITY POLYSTYRENEINSULATION. SEE GV-WM-050SEWER REPAIR #6STA = 27+35.55
TC= 872.50
INV. 866.24 (NW)
INV. 866.29 (SE)
INV. 866.58 (NE)2058, 0.5' R
SEWER REPAIR #5SEWER REPAIR #4REPAIR SAG IN SANITARY SEWERREMOVE 50 LF SEWER PIPEF&I 50 LF 8" DUCTILE IRON PIPE SEWER CL 52 @ 0.28%CONNECT TO EXISTING SANITARY SEWERREPAIR SAG IN SANITARY SEWERREMOVE 50 LF SEWER PIPEF&I 50 LF 8" DUCTILE IRON PIPE SEWER CL 52 @ 0.30%CONNECT TO EXISTING SANITARY SEWER (2)REPAIR SAG IN SANITARY SEWERREMOVE 40 LF SEWER PIPEF&I 40 LF 8" DUCTILE IRON PIPE SEWER CL 52 @ 0.30%CONNECT TO EXISTING SANITARY SEWER (2)F&I 12" - 45° BEND (2)STA = 24+12.93TC= 870.832059 , 7.1' RINV. 867.36 (E)INV. 867.26 (NW)INV. 867.66 (SW)4" INSULATION OVER SANITARY.145 SQ YD HIGH DENSITY POLYSTYRENEINSULATION. SEE GV-WM-0508" CIP9" VSP8" CIP8" CIP12" CIP12" CIP8" CIP8"6" >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIII28"28"TVTELT20"TSS20"
6"
8"
10"
12"STEL36"STCOCOP-BURP-BURP-BURP-BUR10" PVC10" PVC12" RCP51" RCP ARCH15" RCP21" RCP12" RCP12506005590511141109110010006"2" T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR2"2"24" RCP48" RCP51" RCP ARCH>>12" PCP>>>>>>STGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH11006005FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLTVT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURGGGGGGGGGGGGGT-BURFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURCAPPED30"
30"00+2300+2400+2500+2600+2700+2800+2900+3000+3100+3200+4000+41 IIIIIIIIIIIIIIIIIIISTCOCOCOS205720582059REMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 14 LF 6" CIP WATERMAINSTA. 25+40.92, 20.67 LTF&I 12"X6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTREMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 13 LF 6" CIP WATERMAINSTA. 29+59.20, 20.67 LTF&I 12"X6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTREMOVE GATE VALVE & BOXREMOVE 15 LF WATERMAINF&I 13 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXNOTES:1.CONTRACTOR SHALL CONTACT CITY PRIOR TO HYDRANTREMOVAL, SO CITY CAN REMOVE HYDRANT RODS.2.INSULATION SHALL BE INSTALLED IF: LESS THAN 24"CLEARANCE AT STORM CROSSINGS & LESS THAN 18" ATSANITARY CROSSING, OR AS DIRECTED BY THE ENGINEER.3.ALL PROPOSED HYDRANTS SHALL HAVE 8' BURY DEPTH.4.CONTRACTOR SHALL FURNISH & INSTALL NEW SANITARYCASTINGS ON ALL SANITARY STRUCTURES. SEE THEEXISTING SANITARY SEWER STRUCTURE SCHEDULE.5.SEE THE EXISTING SANITARY SEWER STRUCTURESCHEDULE AND SPECIFICATIONS FOR RECONSTRUCT MHINFORMATION.6.SEE SANITARY SEWER REPAIR TABULATION FOR SANITARYSERVICE WYE GROUTING/ LINER INFORMATION.7.ONLY ACTIVE SEWER SERVICES SHALL BE REINSTATEDAFTER LINING SEWER MAIN, OR AS DIRECTED BY THEENGINEER. CONTRACTOR SHALL DETERMINE ACTIVESERVICES DURING PRE-CONSTRUCTION SEWERTELEVISING.8.REFER TO CLEARING AND GRUBBING SPECIAL PROVISIONSFOR DETAILS ABOUT TREE REMOVAL NEAR CURB STOPS.9.CONTRACTOR SHALL MAKE USE OF TRENCH BOXES TOMINIMIZE DAMAGE AND/OR IMPACTS TO LANDSCAPING ASDIRECTED BY ENGINEER.ZANE AVENUESave: 2/23/2024 10:19 AM sprall Plot: 2/26/2024 12:43 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618U01_ZANE.dwg BENCHMARK EL. 875.36BENCHMARK EL. 876.250feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02U33/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103UTILITY PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSEE SHEET U2SEE SHEET U5SEE SHEET U4ZANE AVENUELINDSAY STREET
ZANE AVENUETNH STA.25+52, 21.7' LT.TNH STA.29+37, 22.0' LT.NOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.12" PVC WATERMAIN10' MIN.EXISTING ℄ GRADEPROPOSED ℄ GRADEAPPROXIMATE EXCAVATION DEPTH7.5' MIN. BURYF&I 12"x8" TEEF&I 12" GATE VALVE & BOXEXIST. R/W (TYP.)GRADING LIMITS (TYP.)F&I 12"-2212° BENDREMOVE GATE VALVE & BOXREMOVE 40 LF WATERMAINF&I 12"x6" TEEF&I 40 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I 6" SLEEVECONNECT TO EXISTING WATERMAINREMOVE GV & BOXREMOVE 40 LF WMF&I 12"x6" TEEF&I 40 LF 6" PVC WMF&I 6" GV & BOXF&I 6" SLEEVECONNECT TO EXISTING WM8" PVC WATERMAIN51" RCP ARCH CROSSING(STORM SEWER)REMOVE WATER SERVICE PIPEF&I 40 LF 2" PE PIPEF&I 2" CORPORATION STOPF&I CURB STOP AND BOXF&I SADDLEF&I 2-2" STAINLESS STEEL INSERTS (INCIDENTAL)CONNECT TO EXISTING WATER SERVICE (TYP.)4" INSULATION (TYP.)LEGEND:DENOTES TREE TO BEREMOVEDSEE NOTE 8REMOVE MANHOLEF&I MANHOLEREMOVE 20 LF WATERMAINF&I 12"x6" TEEF&I 20 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I 6" SLEEVECONNECT TO EXISTING WATERMAINTHIS EXISTING WATER SERVICE LOCATION ISAPPROXIMATE AND SIZE IS ESTIMATED (FIELD VERIFY)F&I 12" GATE VALVE & BOXREMOVE 35 LF SANITARY SERVICE PIPEF&I 35LF 6" DUCTILE IRON PIPE SEWER CL 52F&I 6" CLEANOUT ASSEMBLY W/ 6" SDR-26 RISER.16 SQ YD 4" INSULATION.CONNECT TO EXISTING SANITARY SERVICESANITARY REPAIR #4SANITARY REPAIR #5SANITARY REPAIR #6PROTECT EXISTINGSAN SERVICE (TYP.)8" DIP SAN8" DIP SAN8" DIP SANEXISTING UTILITYEASEMENT (TYP.)TEMPORARY EASEMENT (TYP.)THIS EXISTING WATER SERVICE LOCATION ISAPPROXIMATE AND SIZE IS ESTIMATED (FIELD VERIFY)THIS EXISTING WATER SERVICELOCATION IS APPROXIMATE ANDSIZE IS ESTIMATED (FIELD VERIFY)THIS EXISTING WATER SERVICELOCATION IS APPROXIMATE ANDSIZE IS ESTIMATED (FIELD VERIFY)484
855860865870875880885890855860865870875880885890875.8
877.1
880.1
880.7
875.84
877.24
879.93
880.7531+5032+0033+0034+009" VSPSTA = 33+03.67
TC= 879.94
INV. 864.43 (SE)
INV. 864.40 (N)2055A, 3.5' L
STA = 33+55.73
TC= 880.68
INV. 864.18 (S)
INV. 864.46 (E)
INV. 864.46 (W)
INV. 864.32 (N)2055, 0.3' R9" VSP12" PVCSEWER REPAIR #6SEWERREPAIR #79" VSP9" VSP9" VSP9" VSP12" CIP12" CIP12" CIP4" CIP6" CIP8"6">>>>>>>>>>>>
>>>>>>>>>>>>>>>>>>IIIIIIISWTTWST8"
10"
10"T12" RCP12" RCP125060052"GGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHGGGGGFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR30"00+3200+3300+34III20552055AREMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 15 LF WATERMAINSTA. 33+11.78, 23.66 LTF&I 12"X6" TEEF&I 13 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTNOTES:1.CONTRACTOR SHALL CONTACT CITY PRIOR TO HYDRANTREMOVAL, SO CITY CAN REMOVE HYDRANT RODS.2.INSULATION SHALL BE INSTALLED IF: LESS THAN 24"CLEARANCE AT STORM CROSSINGS & LESS THAN 18" ATSANITARY CROSSING, OR AS DIRECTED BY THE ENGINEER.3.ALL PROPOSED HYDRANTS SHALL HAVE 8' BURY DEPTH.4.CONTRACTOR SHALL FURNISH & INSTALL NEW SANITARYCASTINGS ON ALL SANITARY STRUCTURES. SEE THEEXISTING SANITARY SEWER STRUCTURE SCHEDULE.5.SEE THE EXISTING SANITARY SEWER STRUCTURESCHEDULE AND SPECIFICATIONS FOR RECONSTRUCT MHINFORMATION.6.SEE SANITARY SEWER REPAIR TABULATION FOR SANITARYSERVICE WYE GROUTING/ LINER INFORMATION.7.ONLY ACTIVE SEWER SERVICES SHALL BE REINSTATEDAFTER LINING SEWER MAIN, OR AS DIRECTED BY THEENGINEER. CONTRACTOR SHALL DETERMINE ACTIVESERVICES DURING PRE-CONSTRUCTION SEWERTELEVISING.8.REFER TO CLEARING AND GRUBBING SPECIAL PROVISIONSFOR DETAILS ABOUT TREE REMOVAL NEAR CURB STOPS.9.CONTRACTOR SHALL MAKE USE OF TRENCH BOXES TOMINIMIZE DAMAGE AND/OR IMPACTS TO LANDSCAPING ASDIRECTED BY ENGINEER.ZANE AVENUESave: 2/23/2024 10:19 AM sprall Plot: 2/26/2024 12:44 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618U01_ZANE.dwg
BENCHMARK EL. 883.690feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02U43/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103UTILITY PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSEE SHEET U3
ZANE AVENUEGOLDEN VALLEY RD
TNH SW QUAD GOLDEN VALLEY RD & ZANE AVENOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.12" PVC WATERMAIN10' MIN.EXISTING ℄ GRADEPROPOSED ℄ GRADEAPPROXIMATEEXCAVATION DEPTH7.5' MIN. BURYEXIST. R/W (TYP.)GRADING LIMITS (TYP.)F&I 12" SLEEVECONNECT TO EXISTING WATERMAINREMOVE MANHOLEREMOVE GATE VALVEF&I 12" GATE VALVE & BOXREMOVE GATE VALVE & BOXREMOVE 43 LF WATER MAINF&I 12" X 6" TEEF&I 43 LF 6" PVC WATERMAINF&I 6" GATE VALVE AND BOXF&I 6" SLEEVECONNECT TO EXISTING WATERMAINREMOVE GATE VALVE & BOXREMOVE 18 LF WATERMAINF&I 12" X 8" TEEF&I 18 LF 8" PVC WMF&I 8" GATE VALVE AND BOXF&I 8" SLEEVECONNECT TO EXISTING WATERMAINREMOVE WATER SERVICE PIPEF&I 18 LF 2" PE PIPEF&I 2" CORPORATION STOPF&I CURB STOP AND BOXF&I SADDLEF&I 2-2" STAINLESS STEEL INSERTS (INCIDENTAL)CONNECT TO EXISTING WATER SERVICE (TYP.)LEGEND:DENOTES TREE TO BEREMOVEDSEE NOTE 8SANITARY REPAIR #6SANITARY REPAIR #7STA 33+50END S.A.P. 128-408-002TEMPORARY EASEMENT (TYP.)485
855860865870875880885890855860865870875880885890STA = 47+96.12
TC= 876.88
INV. 870.00 (W)
INV. 870.03 (E)
INV. 870.30 (N)2062, 0.9' L
STA = 45+43.12
TC= 874.26
INV. 869.08 (E)
INV. 868.99 (W)2061, 0.7' L
871.0871.3871.6871.9872.2
872.5
872.7
873.0
873.3
873.6
874.0
874.2
874.7
875.2
875.7
876.4
877.0
870.90870.93871.34871.67872.00
872.33
872.66
872.99
873.32
873.66
873.99
874.32
874.68
875.18
875.76
876.35
876.9439+7540+0041+0042+0043+0044+0045+0046+0047+0048+008" CIP8" CIP8" CIP31.31" x 51.13" RCP-ARCH8" PVC8" PVCOVER BURY WATER MAIN TOMAINTAIN 18" SEPARATIONBETWEEN STORM SEWER(INCIDENTAL).OVER BURY WATER MAIN TOMAINTAIN 18" SEPARATION BETWEENSTORM SEWER (INCIDENTAL)4" INSULATION OVER SANITARY.125 SQ YD HIGH DENSITY POLYSTYRENEINSULATION. SEE GV-WM-0504" INSULATION OVER SANITARY.115 SQ YD HIGH DENSITY POLYSTYRENEINSULATION. SEE GV-WM-0504" INSULATION OVER SANITARY.155 SQ YD HIGH DENSITY POLYSTYRENEINSULATION. SEE GV-WM-050STA = 40+07.09TC= 870.83INV. 867.36 (E)INV. 867.26 (NW)INV. 867.66 (SW)2059, 0.7' L276 LF 10" DUCTILE IRON PIPESEWER CL 52 @ 0.28%STA = 47+96.12
TC= 876.88
INV. 870.00 (W)
INV. 870.03 (E)
INV. 870.30 (N)2062, 0.9' L 8" CIP8" CIP8" CIP12" CIP8" CIP8"
8"8" CIP8" CIP>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>III IIIIIIIIIIIIISCO42"36"S36"STSTEPPTELTELPSTEL28"28"26"TVTELTSTEL36"STP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BUR10" PVC51" RCP ARCH12" RCP51" RCP ARCH15" RCP21" RCP12" RCP12" RCP 12" RCP1"8" 1100100057355645562556605640562056056"BIT.BIT.BIT.BIT.BIT.CONC.CONC.BOULDERBIT.BIT.CONC.LITTLE FREE LIBRARYCONC.SHRUBS w/ROCK MULCHCONC.CONC.BIT.BIT.MOD BLOCK LANDSCAPE EDGINGw/ WOOD CHIPST-BUR T-BUR T-BUR T-BUR T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR1"
1"1"1"
1"
1"1"48" RCP 51" RCP ARCH44" RCP
A
R
C
H>>>>>>>>>>12" RCP12" PCP>>12" PCP>>>>>>STG G GGG G GGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH1000 1100
8"
8"
FO FO FO FOFOFO FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLTVT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR T-BURG GFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR
CAPPED
00+23 00+24 00+2500+4000+4100+4200+4300+4400+4500+4600+4700+48I I IIIIIIIIIIIIIIIIIST COCOCO S
S2062206120602059REMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 15 LF WATERMAINSTA. 42+17.32, 20.67 RTF&I 8"X6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTREMOVEMANHOLE.F&I MANHOLE.CONNECT TOEXISTINGSANITARYSEWER10" DIP SAN.STA. 46+90.22, 18.67 RF&I 8"x6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTNOTES:1.CONTRACTOR SHALL CONTACT CITY PRIOR TO HYDRANTREMOVAL, SO CITY CAN REMOVE HYDRANT RODS.2.INSULATION SHALL BE INSTALLED IF: LESS THAN 24"CLEARANCE AT STORM CROSSINGS & LESS THAN 18" ATSANITARY CROSSING, OR AS DIRECTED BY THE ENGINEER.3.ALL PROPOSED HYDRANTS SHALL HAVE 8' BURY DEPTH.4.CONTRACTOR SHALL FURNISH & INSTALL NEW SANITARYCASTINGS ON ALL SANITARY STRUCTURES. SEE THEEXISTING SANITARY SEWER STRUCTURE SCHEDULE.5.SEE THE EXISTING SANITARY SEWER STRUCTURESCHEDULE AND SPECIFICATIONS FOR RECONSTRUCT MHINFORMATION.6.SEE SANITARY SEWER REPAIR TABULATION FOR SANITARYSERVICE WYE GROUTING/ LINER INFORMATION.7.ONLY ACTIVE SEWER SERVICES SHALL BE REINSTATEDAFTER LINING SEWER MAIN, OR AS DIRECTED BY THEENGINEER. CONTRACTOR SHALL DETERMINE ACTIVESERVICES DURING PRE-CONSTRUCTION SEWERTELEVISING.8.REFER TO CLEARING AND GRUBBING SPECIAL PROVISIONSFOR DETAILS ABOUT TREE REMOVAL NEAR CURB STOPS.9.CONTRACTOR SHALL MAKE USE OF TRENCH BOXES TOMINIMIZE DAMAGE AND/OR IMPACTS TO LANDSCAPING ASDIRECTED BY ENGINEER.LINDSAY STREETSave: 2/23/2024 8:41 AM sprall Plot: 2/26/2024 12:45 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618U02_LINDSAY.dwg BENCHMARK EL. 875.89BENCHMARK EL. 881.310feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02U53/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103UTILITY PLANLINDSAY STREETZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSEE SHEET U3SEE SHEET U2SEE SHEET U6TNH STA.42+46, 23.0' RT.TNH STA.48+18, 22.6' RT.NOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.ZANE AVENUE
LINDSAY STREET8" PVC WATERMAINREMOVE GATE VALVE & BOXF&I 8" GATE VALVE & BOX10' MIN.REMOVE GATE VALVE & BOXREMOVE 39 LF WATERMAINF&I 8"x8" TEEF&I 39 LF 8" PVC WATERMAINF&I 8" GATE VALVE & BOXF&I 8" SLEEVECONNECT TO EXISTING WATERMAINEXISTING ℄ GRADEPROPOSED ℄ GRADEAPPROXIMATE EXCAVATION DEPTHREMOVE GATEVALVE & BOXF&I 12"x8" TEEREMOVE GATE VALVE & BOX (2)REMOVE 49 LF WATER MAINF&I 8"x8" TEE (2)F&I 40 LF 8" PVC WATERMAINF&I 8" GATE VALVE & BOX (2)F&I 8" SLEEVE (2)CONNECT TO EXISTING WATERMAIN (2)7.5' MIN. BURYREMOVE WATER SERVICE PIPEF&I 20 LF 1" PE PIPEF&I 1" CORPORATION STOPF&I CURB STOP AND BOXF&I SADDLEF&I 2-1" STAINLESS STEEL INSERTS (INCIDENTAL)CONNECT TO EXISTING WATER SERVICE (TYP.)F&I 8" - 1114° BENDREMOVE 276 LF SEWERPIPE (SANITARY)REMOVE SANITARY SERVICE PIPEF&I 10" X 6" DI WYEF&I 33 LF 6" DUCTILE IRON PIPE SEWER CL 52F&I 6" CLEANOUT ASSEMBLY W/ SDR-26 RISERCONNECT TO EX. SAN. SEWER SERVICE (TYP.)F&I 8" GATEVALVE & BOXSEWER REPAIR #9REMOVE WATER SERVICE PIPEF&I 8"x4" TEEF&I 40 LF 4" PVC WATERMAINF&I 4" GATE VALVE & BOXF&I 4" CAPTHIS EXISTING WATER SERVICE LOCATIONIS APPROXIMATE (FIELD VERIFY)REMOVE WATER SERVICE PIPEF&I 40 LF 1" PE PIPEF&I 1" CORPORATION STOPF&I CURB STOP AND BOXF&I SADDLEF&I 2-1" STAINLESS STEEL INSERTS (INCIDENTAL)CONNECT TO EXISTING WATER SERVICE (TYP.)SEWER REPAIR #8DO NOT REINSTATE CAPPEDSANITARY SERVICE UNLESSDIRECTED BY ENGINEER (TYP.)VERIFY SERVICECONFIGURATION PRIORTO INSTALLING TEESON MAIN8" X 8" CROSS MAY BE REQUIREDINSTEAD OF TWO TEES. FIELD VERIFY.SANITARY REPAIR #8SANITARY REPAIR #9SANITARYREPAIR #10PROTECT EXISTINGSAN SERVICE (TYP.)EXISTING UTILITYEASEMENT (TYP.)4" INSULATION (TYP.)REMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 13 LF WATERMAIN4" INSULATION (TYP.)PROTECT LIGHT486
860865870875880885890895860865870875880885890895STA = 50+84.46
TC= 880.27
INV. 873.20 (S)
INV. 871.12 (NW)
INV. 871.42 (S)
INV. 871.42 (S)2064, 0.6' R
STA = 54+22.17
TC= 885.96
INV. 878.35 (W)
INV. 879.04 (SW)3099, 44.8' R
STA = 52+68.97
TC= 883.78
INV. 875.50 (E)
INV. 875.38 (W)2762, 33.5' R
STA = 51+40.63
TC= 881.79
INV. 874.37 (E)
INV. 874.34 (NW)
INV. 875.34 (S)
INV. 875.34 (S)2761, 41.7' R
STA = 51+03.48
TC= 880.88
INV. 873.96 (SE)
INV. 873.91 (N)2760, 33.2' R
STA = 49+84.48TC= 879.08INV. 870.63 (SE)INV. 870.58 (NW)2063, 1.3' L877.0877.6878.2878.8879.5
880.1
880.6
881.4
882.2
883.1
884.0
884.7
884.9
876.94877.53878.12878.70879.29
879.88
880.48
881.19
882.03
882.90
883.76
884.50
884.9348+0049+0050+0051+0052+0053+0054+0054+508" VCP8" VCP8" VCP9" VSP9" VSP8" PVC8" PVCOVER BURY WATER MAIN TO AVOID SANITARYSERVICE CONFLICTS (INCIDENTAL)8" CIP9" VSP9" VSP8" DIP
8" VCP8" VCP8"
VCP8" CIP 8" CIP8"
C
IP
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>III
I
I IIIIIII
I
ICO COETVTSTSSTE11"COS22"S16"SSE23"23"9"S20"20"42"36"SP-BURP-BURP-BURP-BURP-BURP-BUR8" DIP8" DIP21" RCP21" RCP1
5
"
RCP
1
5
"
21" RC
P5625562056005605554055355525553055205510
5505935CONC.CONC.BIT
.BIT
.ROCK MULCHLANDSCAPINGBIT.MODULAR BLOCKRETAIN
ING
WALLBIT.CONC.BIT.BIT.LITTLE FREE LIBRARY CONC.SHRUBS w/ROCK MULCHCONC.CONC.CONC.CONC.1"1"1"1"1"1"1"1"
1"
1"
1"
1"
1"
1"P-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHBIT
.CONC.T-BURT-BURT-BURT-B
U
R
T-BU
R
SCAPPED00+00+4800+4900+5000+5100+5200+5300+5446.27+54IIIIIIIII
I
I
I3099276227612760206420632062STA. 46+90.22, 18.67 RF&I 8"x6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTSTA. 51+86.98, 18.67 RTF&I 8"X6" TEEF&I 10 LF 6" PVC WATERMAINF&I 6" GATE VALVE & BOXF&I HYDRANTNOTES:1.CONTRACTOR SHALL CONTACT CITY PRIOR TO HYDRANTREMOVAL, SO CITY CAN REMOVE HYDRANT RODS.2.INSULATION SHALL BE INSTALLED IF: LESS THAN 24" CLEARANCEAT STORM CROSSINGS & LESS THAN 18" AT SANITARY CROSSING,OR AS DIRECTED BY THE ENGINEER.3.ALL PROPOSED HYDRANTS SHALL HAVE 8' BURY DEPTH.4.CONTRACTOR SHALL FURNISH & INSTALL NEW SANITARYCASTINGS ON ALL SANITARY STRUCTURES. SEE THE EXISTINGSANITARY SEWER STRUCTURE SCHEDULE.5.SEE THE EXISTING SANITARY SEWER STRUCTURE SCHEDULE ANDSPECIFICATIONS FOR RECONSTRUCT MH INFORMATION.6.SEE SANITARY SEWER REPAIR TABULATION FOR SANITARYSERVICE WYE GROUTING/ LINER INFORMATION.7.ONLY ACTIVE SEWER SERVICES SHALL BE REINSTATED AFTERLINING SEWER MAIN, OR AS DIRECTED BY THE ENGINEER.CONTRACTOR SHALL DETERMINE ACTIVE SERVICES DURINGPRE-CONSTRUCTION SEWER TELEVISING.8.REFER TO CLEARING AND GRUBBING SPECIAL PROVISIONS FORDETAILS ABOUT TREE REMOVAL NEAR CURB STOPS.9.CONTRACTOR SHALL MAKE USE OF TRENCH BOXES TO MINIMIZEDAMAGE AND/OR IMPACTS TO LANDSCAPING AS DIRECTED BYENGINEER.LINDSAY STREETSave: 2/23/2024 8:41 AM sprall Plot: 2/26/2024 12:45 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618U02_LINDSAY.dwg BENCHMARK EL. 881.31BENCHMARK EL. 889.750feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02U63/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103UTILITY PLANLINDSAY STREETZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSEE SHEET U5
LINDSAY STREETLILAC DRIVE N.TNH STA.48+18, 22.6' RT.TNH STA.53+50, 21.9' RT.NOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.8" PVC
WATERMA
IN 10' MIN.EXISTING ℄ GRADEPROPOSED ℄ GRADEAPPROXIMATE EXCAVATION DEPTHREMOVE GATE VALVE & BOX (2)F&I 8" GATE VALVE & BOX7.5' MIN. BURYF&I 8" SLEEVECONNECT TO EXISTING WMF&I (4) 8"-1114° BENDF&I 8"-2212° BENDREMOVE WATER SERVICE PIPEF&I 40 LF 1" PE PIPEF&I 1" CORPORATION STOPF&I CURB STOP AND BOXF&I SADDLEF&I 2-1" STAINLESS STEEL INSERTS (INCIDENTAL)CONNECT TO EX. WATER SERVICE (TYP.)F&I (2) 8"-2212° BENDF&I 8"-1114° BENDSEWER REPAIR #10SEWER REPAIR #11SEWER REPAIR #12SEWER REPAIR #13SEWER REPAIR #14SEWER REPAIR #15REMOVE WATER SERVICE PIPEF&I 20 LF 1" PE PIPEF&I 1" CORPORATION STOPF&I CURB STOP AND BOXF&I SADDLEF&I 2-1" STAINLESS STEEL INSERTS (INCIDENTAL)CONNECT TO EX. WATER SERVICE (TYP.)DO NOT REINSTATECAPPED SANITARY SERVICEUNLESS DIRECTED BYENGINEER (TYP.)CUT PROTRUDING SERVICE TAP(INCIDENTAL TO CIPP LINING)CUT PROTRUDING SERVICE TAP(INCIDENTAL TO CIPP LINING)CLEAN DEBRIS BLOCKINGSEWER SERVICE IN MANHOLE(INCIDENTAL TO CIPP LINING)SANITARY REPAIR #10SANITARY REPAIR #11SANITARY REPAIR #12SANITARY REPAIR #13SANITARY REPAIR #14SANITARYREPAIR #15PROTECT EXISTINGSAN SERVICE (TYP.)REMOVE CHUNK OF DEBRISIN PIPE (INCIDENTAL TO CIPP)EXISTING UTILITYEASEMENT (TYP.)REMOVE HYDRANTREMOVE GATE VALVE & BOXREMOVE 14LF WATERMAIN4" INSULATION (TYP.)ADJUST VALVE BOX - WATERMNDOT R/WMNDOT R/WPROTECT EXISTINGSAN CLEANOUT (TYP.)487
880885890895900905910915880885890895900905910915908.7908.1908.4908.5908.2
908.0
907.3
905.8
903.6
901.0
898.9
897.7
896.6
895.7
894.7
893.3
891.7
890.2
908.31908.35908.60908.44
908.17
907.37
905.80
903.51
901.09
899.09
897.78
896.75
895.73
894.69
893.45
891.93
890.345+006+007+008+009+0010+0011+0012+0013+0014+008" VCP8" VCP12" PVC12" PVCSTA = 6+15.45TC= 907.82INV. 904.48 (W)ST-10, 15.0' R
9" VSP9" VSP16"12" CIP12" CIP>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIISCOTVWWS5"
6"
12"
12"
8"
8"
14"
48"LIFTCOS3X4"
3X4"
4X4"
4X2"
4X4"
14"
24"
18"
12"
12"
12"
12"
18"
10"
20"
10"ECTRL5"
8"
8"
24"
24"
24"XCIIII12" HDPE6" HDPE6" HDPE6" HDPE6" HDPEII4" 10" HDPE7015900701BIT.BIT.BIT.PAVERSPAVERSCONC.LANDSCAPINGLANDSCAPING w/ROCK MULCHCONC."PRAIRIE RESTORATION AREA"MODULAR BLOCKRETAINING WALLPIV12" RCP12" RCP12" RCP12" RCPFMFMFMFMFMP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHSTORM SIREN5900815BIT.CONC.T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BUR4"4"
8"
6"
10"IIIIIIIIIIIIII>>>>>COCOCO>CO00+500+600+700+800+900+1000+1100+1200+1300+14ST-11ST-1012" RCP12" RCP12" PVC WMNOTES:1.INSULATION SHALL BE INSTALLED AT ALL WATER MAIN& STORM SEWER CROSSINGS WITH LESS THAN 24" OFCLEARANCE, OR AS DIRECTED BY THE ENGINEER.2.CONTRACTOR SHALL VERIFY ALL EXISTINGSTRUCTURE ELEVATIONS & PIPE GRADES PRIOR TOCOMMENCING ANY EXCAVATION.3.SEE SHEET S7 - S9 FOR DETAILED STORM SEWERCROSSING PROFILE INFORMATION.4.CONTRACTOR SHALL FIELD VERIFY WATER MAINLOCATION NEAR STORM SEWER STRUCTURES ASNECESSARY AND AS DIRECTED BY THE ENGINEER.ZANE AVENUESave: 2/21/2024 4:05 PM sprall Plot: 2/26/2024 12:45 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618S01_Zane.dwg BENCHMARK EL. 911.30BENCHMARK EL. 893.680feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02S13/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103STORM SEWER PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSNOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.TNH NW QUAD FRONTAGE RD & ZANE AVETNH STA.13+94, 23.4' LT. SEE SHEET S2CONNECT TO EXISTING12" RCP STORM PIPE.VERIFY ELEVATIONREMOVE DRAINAGESTRUCTUREREMOVE 40 LFSEWER PIPE (STORM)REMOVE DRAINAGESTRUCTUREEXISTING R/W (TYP.)GRADING LIMITS (TYP.)SEE SHEET S7 - S9 FOR STORMSEWER PROFILES (TYP.)APPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADEZANE AVENUEOLSON MEMORIAL HWY. SERVICE ROAD30' F-F8' CONC. WALK (TYP.)STA 5+55BEGIN S.A.P. 128-408-002F&I 6" PERF PVC PIPE DRAIN (W/SOCK)AS DIRECTED BY THE ENGINEER (TYP.)F&I 6" PVC PIPE DRAINCLEANOUT (TYP.)TEMPORARY EASEMENT (TYP.)MNDOT R/WMNDOT R/W488
860865870875880885890895860865870875880885890895890.2888.6887.0885.4883.8882.2
880.6
879.1
878.0
877.6
876.5
875.1
873.9
873.1
872.6
872.2
871.9
871.6
871.3
890.34888.76887.18885.59884.01882.38
880.65
878.99
878.05
877.77
876.93
875.44
874.00
873.10
872.65
872.21
871.78
871.35
870.9214+0015+0016+0017+0018+0019+0020+0021+0022+0023+009" VSP12" PVC12" PVC12" PVCSTA = 16+70.44TC= 881.32INV. 876.99 (N)INV. 877.09 (W)ST-22, 15.0' R103 LF 15" RCP Class V @ 3.11%27 LF 18" RCP Class V @ 0.75%STA = 17+73.89
TC= 878.07
INV. 873.77 (S)
INV. 873.67 (N)
INV. 873.77 (W)ST-23, 15.0' R
STA = 18+01.13
TC= 877.55
INV. 873.47 (S)
INV. 873.37 (W)ST-24, 15.0' R
STA = 20+86.86
TC= 872.40
INV. 868.10 (N)
INV. 868.20 (W)ST-34, 15.0' R40 LF 18" RCP Class III @ 0.75%STA = 22+23.02
TC= 871.22
INV. 866.88 (S)
INV. 866.78 (N)
INV. 866.88 (W)ST-37, 15.0' R
119 LF 18" RCP Class III @ 1.00%10 LF 18" RCP Class III @ 0.75%STA = 21+26.98
TC= 872.05
INV. 867.80 (S)
INV. 867.70 (N)ST-35, 15.0' R4' SUMPSTA = 21+36.98
TC= 871.97
INV. 867.63 (S)
INV. 867.63 (NW)
INV. 867.53 (N)ST-36, 15.0' R
86 LF 18" RCP Class III @ 0.75%72" RCP9" VSP12" CIP12" CIP4" 8" 8" >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIITV18"SSEWS36"T24"
24"
24"SECTRL5"5"5"5"EE8"8"4"4"4"4"4"4"20"
8"ECTRLECTRLTSXCXCXCXCT-BURT-BURT-BURT-BUR48" RCP24" RCP24" HDPE18" HDPE18" HDPE18" HDPE15" HDPE24" HDPE6" HDPE6" HDPE6" HDPE6" HDPE6" HDPE6" HDPE12" RCP12" RCP12" RCP9259259008151"LANDSCAPING w/ROCK MULCHCONC.CHAIN LINK FENCEBIT.BIT.BIT.GRAVELBIT.BOULDERBOULDERBIT.BIT.CONC.BIT.ROCK MULCHBIT.GRAVELBIT."PRAIRIE RESTORATION AREA"CONC.MODULAR BLOCKRETAINING WALLT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR48" RCP48" RCP60" RCP72" RCP12" RCP12">>>>>>>>6" CMPP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGGGGGMODULAR BLOCKRETAINING WALL W/CHAIN LINK FENCEP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHUPRRUPRRLUCE LINE TRAILLUCE LINE TRAIL701100036" RCP>>>>>>>>>>FOFOFOFOFOFOFOFOFOFO>>>>>>FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOSTBIT.CONC.BIT.CONC.P-BURP-BURP-BURP-BURP-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURGFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BUR30"B6 CURBB6 CURBIIIIIIIIIIIIIIIIST>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>COCOCOCOCOSTCO00+1400+1500+1600+1700+1800+1900+2000+2100+2200+23ST-22ST-20ST-21ST-25ST-23ST-24ST-34ST-32ST-3715" RCP18" RCP18" RCP15" RCP15" RCP18" RCP18" RCP18" RCP21" RCP15" RCP
15" RCPST-2630" RCP15" RCP15" RCPST-30ST-3118" RCPST-3518" RCPST-36EXMH51NOTES:1.INSULATION SHALL BE INSTALLED AT ALL WATER MAIN& STORM SEWER CROSSINGS WITH LESS THAN 24" OFCLEARANCE, OR AS DIRECTED BY THE ENGINEER.2.CONTRACTOR SHALL VERIFY ALL EXISTINGSTRUCTURE ELEVATIONS & PIPE GRADES PRIOR TOCOMMENCING ANY EXCAVATION.3.SEE SHEET S7 - S9 FOR DETAILED STORM SEWERCROSSING PROFILE INFORMATION.4.CONTRACTOR SHALL FIELD VERIFY WATER MAINLOCATION NEAR STORM SEWER STRUCTURES ASNECESSARY AND AS DIRECTED BY THE ENGINEER.ZANE AVENUESave: 2/21/2024 4:05 PM sprall Plot: 2/26/2024 12:46 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618S01_Zane.dwg BENCHMARK EL. 885.60BENCHMARK EL. 875.690feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02S23/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103STORM SEWER PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSNOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.TNH STA.16+57, 30.0' RT.TNH STA.21+60, 20.8' LT.SEE SHEET S1
SEE SHEET S3ZANE AVENUECONNECT TO EXISTING STRUCTUREF&I "BEEHIVE" CASTING ON EXISTING CATCH BASINF&I 3 CU YD RIPRAP AROUND INLETGRADE AREA TO DRAIN, AS DIRECTED BY ENGINEERREMOVE DRAINAGE STRUCTUREREMOVE 40 LFSEWER PIPE (STORM)EXISTING R/W (TYP.)GRADING LIMITS (TYP.)SEE SHEET S7 - S9 FOR STORMSEWER PROFILES (TYP.)REMOVE DRAINAGESTRUCTUREREMOVE 14 LF SEWER PIPE (STORM)BULKHEAD EX. 12" PIPE SEWER AT MANHOLEAPPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADE8' CONC. WALK (TYP.)30' F-FACTIVE 6" CMP STORM SEWER WITH UNKNOWNSOURCE UNDER EXISTING CURB. CONTRACTORTO LOCATE SOURCE, AS DIRECTED BYENGINEER (INCIDENTAL). CONNECT INTO STORMSEWER SYSTEM, AS DIRECTED BY ENGINEER.REMOVE 160 LFSEWER PIPE (STORM)CONNECT TO EXISTING24" RCP. VERIFY ELEVATIONREMOVE 11 LFSEWER PIPE (STORM)F&I 6" PERF PVC PIPE DRAIN (W/SOCK)AS DIRECTED BY THE ENGINEER (TYP.)F&I 6" PVC PIPE DRAINCLEANOUT (TYP.)EXISTING UTILITYEASEMENT (TYP.)TEMPORARY EASEMENT (TYP.)5.CONTRACTOR SHALL PROVIDE SHORING, TRACKMONITORING, AND GROUND MONITORING ASREQUIRED BY UPRR AND SUBMIT ASSOCIATEDPLANS TO ENGINEER PRIOR TO CONSTRUCTION489
850855860865870875880885850855860865870875880885871.3871.0871.0871.2871.5871.8
871.9
872.1
872.4
872.6
872.9
873.1
873.3
873.5
873.7
874.1
874.8
875.8
877.1
870.92870.69870.83871.08871.33871.58
871.83
872.08
872.33
872.58
872.83
873.08
873.33
873.58
873.83
874.13
874.79
875.84
877.2423+0024+0025+0026+0027+0028+0029+0030+0031+0032+009" VSP8" VCP12" PVC12" PVC12" PVCSTA = 23+41.91TC= 870.27INV. 865.60 (S)INV. 865.50 (N)ST-38, 15.0' R10 LF 21" RCP Class III@ 1.00%STA = 23+51.91TC= 870.20INV. 865.40 (S)INV. 865.30 (W)ST-39, 15.0' RSTA = 24+47.92TC= 870.68ST-72, 16.5' R10 LF 27" RCP Class III @ 0.50%STA = 24+57.38TC= 870.75ST-71, 15.7' R42 LF 27" RCP Class III @ 0.50%STA = 24+97.94TC= 870.96INV. 863.42 (NW)INV. 863.32 (SE)INV. 864.19 (W)ST-70, 15.0' R78 LF 24" RCP Class III @ 0.75%STA = 26+33.40
TC= 871.64ST-68, 15.0' R
39 LF 24" RCP Class III @ 0.65%STA = 26+72.66
TC= 871.83
INV. 867.32 (NW)
INV. 867.22 (SE)
INV. 868.33 (SW)
INV. 867.32 (NE)ST-67, 15.0' R
76 LF 24" RCP Class III @ 0.50%171 LF 21" RCP Class III @ 0.60%81 LF 15" RCP Class V @ 0.65%STA = 30+86.96
TC= 874.22
INV. 870.12 (SE)
INV. 870.22 (NW)ST-58, 15.0' R
INV. 864.55 (SE)INV. 860.95 (E)INV. 860.95 (SW)INV. 862.97 (NW)
STA = 27+48.67
TC= 872.21
INV. 867.80 (NW)
INV. 867.70 (SE)
INV. 868.15 (SW)ST-65, 15.0' R
INV. 863.12 (NW)INV. 863.02 (SE)
INV. 866.96 (NW)
INV. 866.86 (SE)8" CIP58 LF 24" RCP Class III @ 0.65%STA = 25+75.74TC= 871.35INV. 864.00 (SE)INV. 866.48 (NW)ST-69, 15.0' R
STA = 29+19.73
TC= 873.07ST-64, 15.0' R25 LF 21" RCP Class III @ 0.60%STA = 29+44.82
TC= 873.19ST-63, 15.0' R
INV. 868.93 (NW)
INV. 868.83 (SE)
INV. 868.92 (SW)
INV. 869.18 (NE)
INV. 869.08 (SE)
INV. 869.18 (NW)113 LF 15" RCP Class V @ 0.76%4' SUMP62 LF 18" RCP Class III @ 0.50%STA = 30+06.33
TC= 873.50
INV. 869.59 (NW)
INV. 869.49 (SE)ST-59, 15.0' R4' SUMP8" CIP9" VSP8" CIP8" CIP12" CIP12" CIP8" CIP8"6" >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>IIIIIIIIIIIIIII28"28"TVTELT20"TSS20"
6"
8"
10"
12"STEL36"STCOCOP-BURP-BURP-BURP-BUR10" PVC10" PVC12" RCP51" RCP ARCH15" RCP21" RCP12" RCP12506005590511141109110010006"2" CONC.BIT.BIT.BIT.BIT.V-CURBBIT.BIT.CONC.CONC.BOULDERSBIT.CONC.BIT.BIT.BIT.BIT.ROCK MULCHT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR2"2"24" RCP48" RCP51" RCP ARCH>>12" PCP>>>>>>STGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH11006005FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLTVT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURGGGGGGGGGGGGGT-BURFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURCAPPED30"
30"IIIIIIIIIIIIIIIIIIISTCOCOCO>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>CO>>>S00+2300+2400+2500+2600+2700+2800+2900+3000+3100+3200+4000+41
ST-58ST-60ST-62ST-65ST-51ST-81ST-41ST-67ST-68ST-52ST-71ST-39ST-72ST-70ST-54ST-33ST-80ST-40ST-73ST-5515" RCP21" RCP 21" RCP18" RCP51" SPAN RCP ARCH51" SPAN RCP ARCH15" RCP18" RCP21" RCP24" RCP24" RCP24" RCP27" RCP27" RCP18" RCP21" RCP21" RCP 21" RCP15" RCP15" RCP12" HDPE15" RCP
15" RCP 15" RCPST-38ST-85ST-6924" RCP18" RCP21" RCPST-63ST-6415" RCPST-5015" RCP15" RCP12" RCPST-57ST-56ST-6118" RCPST-5918" RCP18" RCPST-66ST-53NOTES:1.INSULATION SHALL BE INSTALLED AT ALL WATER MAIN& STORM SEWER CROSSINGS WITH LESS THAN 24" OFCLEARANCE, OR AS DIRECTED BY THE ENGINEER.2.CONTRACTOR SHALL VERIFY ALL EXISTINGSTRUCTURE ELEVATIONS & PIPE GRADES PRIOR TOCOMMENCING ANY EXCAVATION.3.SEE SHEET S7 - S9 FOR DETAILED STORM SEWERCROSSING PROFILE INFORMATION.4.CONTRACTOR SHALL FIELD VERIFY WATER MAINLOCATION NEAR STORM SEWER STRUCTURES ASNECESSARY AND AS DIRECTED BY THE ENGINEER.ZANE AVENUESave: 2/21/2024 4:05 PM sprall Plot: 2/26/2024 12:46 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618S01_Zane.dwg BENCHMARK EL. 875.36BENCHMARK EL. 876.250feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02S33/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103STORM SEWER PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSNOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.SEE SHEET S2SEE SHEET S5SEE SHEET S4TNH STA.25+52, 21.7' LT.TNH STA.29+37, 22.0' LT.ZANE AVENUELINDSAY STREETREMOVE 200 LFSEWER PIPE (STORM)EXISTING R/W (TYP.)GRADING LIMITS (TYP.)SEE SHEET S7 - S9 FOR STORMSEWER PROFILES (TYP.)REMOVE DRAINAGESTRUCTUREREMOVE 57 LF SEWER PIPE (STORM)REMOVE 43 LF SEWER PIPE (STORM)REMOVE DRAINAGESTRUCTURECONNECT TO EXISTING 51" RCP ARCHSTORM PIPE. VERIFY ELEVATIONREMOVE DRAINAGE STRUCTURECONNECT TO EXISTING48" RCP STORM SEWER (2).VERIFY ELEVATIONREMOVE 23 LF SEWERPIPE (STORM).CONNECT TO EXISTING12" HDPE STORM SEWER.VERIFY ELEVATIONREMOVE DRAINAGESTRUCTUREREMOVE DRAINAGESTRUCTUREAPPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADEZANE AVENUE8' CONC. WALK (TYP.)30' F-FREMOVE 43 LF SEWER PIPE (STORM)BULKHEAD EX. 21" PIPE SEWER AT MANHOLEF&I 6" PERF PVC PIPE DRAIN (W/SOCK)AS DIRECTED BY THE ENGINEER (TYP.)F&I 6" PVC PIPE DRAINCLEANOUT (TYP.)EXISTING UTILITYEASEMENT (TYP.)EXISTING UTILITYEASEMENT (TYP.)TEMPORARY EASEMENT (TYP.)490
855860865870875880885890855860865870875880885890875.8
877.1
880.1
880.7
875.84
877.24
879.93
880.7531+5032+0033+0034+009" VSP8" VCP12" RCP12" PVCSTA = 32+00.10
TC= 876.88
INV. 871.18 (SW)
INV. 871.08 (SE)ST-57, 15.0' R
9" VSP9" VSP9" VSP9" VSP12" CIP12" CIP12" CIP4" CIP6" CIP8"6">>>>>>>>>>>>
>>>>>>>>>>>>>>>>>>IIIIIIISWTTWST8"
10"
10"T12" RCP12" RCP12506005BIT.CONC.BIT.BOULDERSBIT.BIT.2"GGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHCONC.BIT.GGGGGFOFOFOFOFOFOFOFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURFOFOFOFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR30"III>>>>>>>>>>>>>>>>>>COCO00+3200+3300+34CB9CB815" RCP15" RCP12" RCPST-57ST-56NOTES:1.INSULATION SHALL BE INSTALLED AT ALL WATER MAIN& STORM SEWER CROSSINGS WITH LESS THAN 24" OFCLEARANCE, OR AS DIRECTED BY THE ENGINEER.2.CONTRACTOR SHALL VERIFY ALL EXISTINGSTRUCTURE ELEVATIONS & PIPE GRADES PRIOR TOCOMMENCING ANY EXCAVATION.3.SEE SHEET S7 - S9 FOR DETAILED STORM SEWERCROSSING PROFILE INFORMATION.4.CONTRACTOR SHALL FIELD VERIFY WATER MAINLOCATION NEAR STORM SEWER STRUCTURES ASNECESSARY AND AS DIRECTED BY THE ENGINEER.ZANE AVENUESave: 2/21/2024 4:05 PM sprall Plot: 2/26/2024 12:46 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618S01_Zane.dwg
BENCHMARK EL. 883.690feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02S43/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103STORM SEWER PLANZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTSNOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.SEE SHEET S3
ZANE AVENUEGOLDEN VALLEY RD
TNH SW QUAD GOLDEN VALLEY RD & ZANE AVEEXISTING R/W (TYP.)GRADING LIMITS (TYP.)APPROXIMATE EXCAVATION DEPTHEXISTING ℄ GRADEPROPOSED ℄ GRADE8' CONC. WALK (TYP.)30' F-FF&I 6" PERF PVC PIPE DRAIN (W/SOCK)AS DIRECTED BY THE ENGINEER (TYP.)F&I 6" PVC PIPE DRAINCLEANOUT (TYP.)EXTEND TO R/W. BULKHEAD END OFPIPE AS DIRECTED BY ENGINEER.STA 33+50END S.A.P. 128-408-002TEMPORARY EASEMENT (TYP.)491
10" SDR-26 PVC855860865870875880885890855860865870875880885890871.0871.3871.6871.9872.2
872.5
872.7
873.0
873.3
873.6
874.0
874.2
874.7
875.2
875.7
876.4
877.0
870.90870.93871.34871.67872.00
872.33
872.66
872.99
873.32
873.66
873.99
874.32
874.68
875.18
875.76
876.35
876.9439+7540+0041+0042+0043+0044+0045+0046+0047+0048+0044 LF 21" RCP Class III @ 0.50%125 LF 21" RCP Class III @ 0.40%STA = 40+44.22TC= 870.39INV. 864.77 (SE)INV. 864.77 (E)INV. 864.77 (NW)ST-85, 15.0' LSTA = 24+47.92TC= 870.68INV. 864.55 (SE)INV. 860.95 (E)INV. 860.95 (SW)INV. 862.97 (NW)ST-72, 16.5' RSTA = 41+69.45TC= 871.44INV. 865.27 (E)INV. 865.27 (W)INV. 865.27 (S)ST-84, 15.0' L181 LF 18" RCP Class III @ 0.35%STA = 43+50.42
TC= 872.64
INV. 865.90 (S)
INV. 865.90 (W)ST-83, 15.0' L
STA = 45+14.75
TC= 873.72
INV. 870.23 (S)
INV. 870.13 (N)ST-91, 15.0' L8" PVC8" PVC8" CIP4' SUMP4' SUMP8" CIP8" CIP8" CIP12" CIP8" CIP8"
8"8" CIP8" CIP>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>III IIIIIIIIIIIIISCO42"36"S36"STSTEPPTELTELPSTEL28"28"26"TVTELTSTEL36"STP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BURP-BUR10" PVC51" RCP ARCH12" RCP51" RCP ARCH15" RCP21" RCP12" RCP12" RCP 12" RCP1"8" 1100100057355645562556605640562056056"BIT.BIT.BIT.BIT.BIT.CONC.CONC.BOULDERBIT.BIT.CONC.LITTLE FREE LIBRARYCONC.SHRUBS w/ROCK MULCHCONC.CONC.BIT.BIT.MOD BLOCK LANDSCAPE EDGINGw/ WOOD CHIPST-BUR T-BUR T-BUR T-BUR T-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR1"
1"1"1"
1"
1"1"48" RCP 51" RCP ARCH44" RCP
A
R
C
H>>>>>>>>>>12" RCP12" PCP>>12" PCP>>>>>>STG G GGGG GGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OH1000 1100
8"
8"
FO FO FO FOFOFO FOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOFOECTRLTVT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR T-BURG GFOFOFOFOT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BURT-BUR
CAPPED
00+23 00+24 00+2500+4000+4100+4200+4300+4400+4500+4600+4700+48I I IIIIIIIIIIIIIIIIIST COCOCO>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>COCO>>>S
SST-91ST-90ST-83ST-82ST-84ST-38ST-39ST-72ST-70ST-33ST-80ST-40ST-73ST-85ST-5515" RCP 15" RCP15" RCP15" RC
P18" RCP21" RCP21" RCP18" RCP 51" SPANRCP ARCH24" RCP27" RCP27" RCP18" RCP 21" RCP21" RCP21" RCP15" RCP15" RCP15" RCPST-71ST-41ST-81NOTES:1.INSULATION SHALL BE INSTALLED AT ALL WATER MAIN& STORM SEWER CROSSINGS WITH LESS THAN 24" OFCLEARANCE, OR AS DIRECTED BY THE ENGINEER.2.CONTRACTOR SHALL VERIFY ALL EXISTINGSTRUCTURE ELEVATIONS & PIPE GRADES PRIOR TOCOMMENCING ANY EXCAVATION.3.SEE SHEET S7 - S9 FOR DETAILED STORM SEWERCROSSING PROFILE INFORMATION.4.CONTRACTOR SHALL FIELD VERIFY WATER MAINLOCATION NEAR STORM SEWER STRUCTURES ASNECESSARY AND AS DIRECTED BY THE ENGINEER.LINDSAY STREETSave: 1/9/2024 9:54 AM sprall Plot: 2/26/2024 12:47 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618S01_Lindsay.dwg BENCHMARK EL. 875.89BENCHMARK EL. 881.310feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02S53/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103STORM SEWER PLANLINDSAY STREETZANE AVENUE AND LINDSAY STREETIMPROVEMENTSNOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.SEE SHEET S3SEE SHEET S2SEE SHEET S6TNH STA.42+46, 23.0' RT.TNH STA.48+18, 22.6' RT.ZANE AVENUE LINDSAY STREET51" SPANRCP ARCHEXISTING ℄ GRADEPROPOSED ℄ GRADEAPPROXIMATE EXCAVATION DEPTHEXISTING R/W (TYP.)GRADING LIMITS (TYP.)CONNECT TO EXISTINGDRAINAGE STRUCTURESEE SHEET S7 - S9 FORSTORM SEWER PROFILES(TYP.)CONNECT TO EXISTING51" SPAN RCP STORM PIPE.VERIFY ELEVATIONREMOVE DRAINAGESTRUCTUREREMOVE DRAINAGESTRUCTUREREMOVE DRAINAGESTRUCTUREREMOVE DRAINAGESTRUCTUREREMOVE 44 LFSEWER PIPE (STORM)REMOVE 42 LFSEWER PIPE (STORM)REMOVE 34 LFSEWER PIPE (STORM)30' F-FF&I 6" SUBGRADE DRAIN SYSTEM ASDIRECTED BY THE ENGINEER (TYP.)F&I 4" SUMP DRAIN STUB ASDIRECTED BY THE ENGINEER (TYP.)F&I 6" PVC PIPE DRAINCLEANOUT (TYP.)REMOVE 22 LFSEWER PIPE (STORM)26' F-FEXISTING UTILITYEASEMENT (TYP.)492
9" VSP9" VSP8" DIP
8" VCP8" VCP8"
VCP8" CIP 8" CIP8"
C
IP
>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>III
I
I IIIIIII
I
ICO COETVTSTSSTE11"COS22"S16"SSE23"23"9"S20"20"42"36"SP-BURP-BURP-BURP-BURP-BURP-BUR8" DIP8" DIP21" RCP21" RCP1
5
"
RCP
1
5
"
21" RC
P5625562056005605554055355525553055205510
5505935CONC.CONC.BIT
.BIT
.ROCK MULCHLANDSCAPINGBIT.MODULAR BLOCKRETAINING WALLBIT.CONC.BIT.BIT.LITTLE FREE LIBRARY CONC.SHRUBS w/ROCK MULCHCONC.CONC.CONC.CONC.1"1"1"1"1"1"1"1"
1"
1"
1"
1"
1"
1"P-BURP-BURP-BURP-BURP-BURGGGGGGGGGGGGGP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHP-OHBIT.CONC.T-BURT-BURT-BURT-BU
R
T-BU
R
SCAPPED00+00+4800+4900+5000+5100+5200+5300+5446.27+54IIIIIIIII
I
I
I>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>COCOCOCOCOCOCOCONOTES:1.INSULATION SHALL BE INSTALLED AT ALL WATER MAIN& STORM SEWER CROSSINGS WITH LESS THAN 24" OFCLEARANCE, OR AS DIRECTED BY THE ENGINEER.2.CONTRACTOR SHALL VERIFY ALL EXISTINGSTRUCTURE ELEVATIONS & PIPE GRADES PRIOR TOCOMMENCING ANY EXCAVATION.3.SEE SHEET S7 - S9 FOR DETAILED STORM SEWERCROSSING PROFILE INFORMATION.4.CONTRACTOR SHALL FIELD VERIFY WATER MAINLOCATION NEAR STORM SEWER STRUCTURES ASNECESSARY AND AS DIRECTED BY THE ENGINEER.860865870875880885890895860865870875880885890895877.0877.6878.2878.8879.5
880.1
880.6
881.4
882.2
883.1
884.0
884.7
884.9
876.94877.53878.12878.70879.29
879.88
880.48
881.19
882.03
882.90
883.76
884.50
884.9348+0049+0050+0051+0052+0053+0054+0054+508" PVC8" PVC9" VSP9" VSP8" VCP8" VCP8" VCPLINDSAY STREETSave: 1/9/2024 9:54 AM sprall Plot: 2/26/2024 12:47 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618S01_Lindsay.dwg BENCHMARK EL. 881.31BENCHMARK EL. 889.750feetscale30603015Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02S63/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103STORM SEWER PLANLINDSAY STREETZANE AVENUE AND LINDSAY STREETIMPROVEMENTSNOTE: HYDRANTS WILL BE REMOVEDIN THIS AREA. THE CITY WILL ESTABLISHNEW BENCHMARKS AFTER NEW HYDRANTSARE INSTALLED.SEE SHEET S5
LINDSAY STREETLILAC DRIVE N.TNH STA.48+18, 22.6' RT.TNH STA.53+50, 21.9' RT.EXISTING ℄ GRADEPROPOSED ℄ GRADEAPPROXIMATE EXCAVATION DEPTHEXISTING R/W (TYP.)GRADING LIMITS (TYP.)26' F-FF&I 6" SUBGRADE DRAIN SYSTEM ASDIRECTED BY THE ENGINEER (TYP.)F&I 4" SUMP DRAIN STUB ASDIRECTED BY THE ENGINEER (TYP.)F&I 6" PVC PIPE DRAINCLEANOUT (TYP.)EXISTING UTILITYEASEMENT (TYP.)MNDOT R/WMNDOT R/W493
EX CB 16 TO EX MH 52860865870875880885890860865870875880885890ST-31 TO ST-36860865870875880885890860865870875880885890ST-10 TO ST-11895900905910915920895900905910915920ST-20 TO ST-22870875880885890895870875880885890895ST-21 TO ST-23865870875880885890865870875880885890ST-24 TO ST-26865870875880885890895865870875880885890895ST-32 TO ST-37860865870875880885890860865870875880885890ST-30 TO ST-3486086587087588088589086086587087588088589012" RCP SAN9" VSP9" VSP9" VSP12" PVC WM12" PVC WM12" PVC WM12" PVC WMW/ CASING12" PVC WM12" PVC WM12" PVC WM8 LF12" RCP Class V @ 1.00%30 LF 12" RCP Class V @ 1.00%30 LF 15" RCP Class V @ 0.75%19 LF 18" RCP Class V @ 1.50%30 LF 18" RCP Class V @ 1.50%30 LF 15" RCP Class V @ 1.22%10 LF 30" RCP Class V @ 6.00%36" RCPMH52CB1630 LF 15" RCP Class V @ 0.75%32 LF 15" RCP Class V @ 0.91%39 LF 15" RCP Class V @ 1.00%INV. 904.18 (E)INV. 904.18 (W)STA = 6+15.45TC= 907.82INV. 904.48 (W)ST-10, 15.0' R
STA = 16+70.44
TC= 881.32INV. 877.32 (E)ST-20, 15.0' L
STA = 16+70.44
TC= 881.32
INV. 876.99 (N)
INV. 877.09 (W)ST-22, 15.0' R
INV. 872.92 (E)
INV. 872.89 (W)
STA = 18+01.13
TC= 877.55
INV. 873.47 (S)
INV. 873.37 (W)ST-24, 15.0' R
STA = 18+07.80
TC= 879.19
INV. 872.61 (E)
INV. 872.51 (S)
INV. 872.51 (N)ST-26, 33.7' L
STA = 18+05.37
TC= 877.65ST-25, 15.0' L
STA = 6+11.30TC= 907.84ST-11, 15.0' LSTA = 18+07.80TC= 879.19ST-26, 33.7' LINV. 872.61 (E)INV. 872.51 (S)INV. 872.51 (N)
STA = 17+77.79
TC= 878.00INV. 874.00 (E)ST-21, 15.0' L
STA = 17+73.89
TC= 878.07
INV. 873.77 (S)
INV. 873.67 (N)
INV. 873.77 (W)ST-23, 15.0' R
STA = 20+76.55
TC= 872.49INV. 868.49 (E)ST-30, 15.0' L
STA = 20+86.86
TC= 872.40
INV. 868.10 (N)
INV. 868.20 (W)ST-34, 15.0' R
STA = 21+61.70
TC= 871.75INV. 868.02 (SE)ST-31, 15.0' L
STA = 21+36.98
TC= 871.97
INV. 867.63 (S)
INV. 867.63 (NW)
INV. 867.53 (N)ST-36, 15.0' R
STA = 22+19.47
TC= 871.25INV. 867.25 (E)ST-32, 15.0' L
STA = 22+23.02
TC= 871.22
INV. 866.88 (S)
INV. 866.78 (N)
INV. 866.88 (W)ST-37, 15.0' R8 LF 24" RCP Class III @ 0.56%4' SUMPINV. 871.88 (S)INV. 871.20 (N)STA = 18+18.08TC= 877.20EXMH51 , 31.8' LSave: 2/20/2024 2:31 PM sprall Plot: 2/26/2024 12:48 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618S03_StormProfiles.dwgRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02S73/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSTORM SEWER PROFILES494
ST-51 TO ST-65860865870875880885890860865870875880885890ST-39 TO ST-41855860865870875880885855860865870875880885ST-53 TO ST-70855860865870875880885855860865870875880885ST-52 TO ST-66860865870875880885890860865870875880885890ST-56 TO ST-57860865870875880885890860865870875880885890ST-50 TO ST-64860865870875880885890860865870875880885890ST-55 TO ST-69855860865870875880885855860865870875880885ST-40 TO ST-468558608658708758808858558608658708758808858" CIP SAN8" CIP SAN8" CIP SAN9" VSP12" PVC WM12" PVC WM12" PVC WM12" PVC WM12" PVC WM30 LF 21" RCP Class III @ 1.00%20 LF 21" RCP Class III @ 1.00%8 LF 12" HDPE @ 0.25%30 LF 15" RCP Class V @ 1.00%30 LF 15" RCP Class V @ 0.50%30 LF 15" RCP Class V @ 0.50%10 LF 15" RCP Class V @ 2.00%4' SUMP8" DIP SAN.30 LF 15" RCP Class V @ 0.50%14 LF 12" RCP Class V @ 0.50%30 LF 15" RCP Class V @ 0.50%10 LF 15" RCP Class V @ 1.00%STA = 23+51.91TC= 870.33INV. 865.00 (E)INV. 864.90 (W)INV. 866.14 (S)ST-40, 15.0' LSTA = 23+51.91TC= 870.20INV. 865.40 (S)INV. 865.30 (W)ST-39, 15.0' RSTA = 23+51.91TC= 871.57INV. 864.70 (E)INV. 859.79 (N)INV. 859.79 (S)INV. 867.40 (SW)ST-41, 34.9' L
STA = 25+03.11
TC= 870.98
INV. 864.49 (E)
INV. 866.83 (NW)ST-54, 15.0' L
STA = 24+97.94
TC= 870.96
INV. 863.42 (NW)
INV. 863.32 (SE)
INV. 864.19 (W)ST-70, 15.0' R
STA = 26+72.66TC= 871.83INV. 868.48 (NE)ST-52, 15.0' LSTA = 26+72.66TC= 871.83INV. 867.32 (NW)INV. 867.22 (SE)INV. 868.33 (SW)INV. 867.32 (NE)ST-67, 15.0' R
STA = 27+48.67
TC= 872.21INV. 868.30 (NE)ST-51, 15.0' L
STA = 27+48.67
TC= 872.21
INV. 867.80 (NW)
INV. 867.70 (SE)
INV. 868.15 (SW)ST-65, 15.0' R
STA = 23+42.13
TC= 870.34INV. 866.34 (N)ST-33, 15.0' L
STA = 23+51.91
TC= 870.33
INV. 865.00 (E)
INV. 864.90 (W)
INV. 866.14 (S)ST-40, 15.0' L
STA = 29+19.73
TC= 873.07INV. 869.07 (NE)ST-50, 15.0' L
STA = 32+00.10
TC= 876.88
INV. 871.33 (SW)
INV. 871.33 (NE)ST-56, 15.0' L
STA = 32+00.10
TC= 876.88
INV. 871.18 (SW)
INV. 871.08 (SE)ST-57, 15.0' R
STA = 24+20.90
TC= 870.57INV. 866.57 (N)ST-55, 15.0' L
INV. 860.64 (NE)
INV. 860.64 (SW)
INV. 866.47 (S)
INV. 867.03 (SE)10 LF 15" RCP Class V @ 2.00%12" PVC WMSTA = 25+13.11
TC= 871.03ST-53, 15.0' L
STA = 24+31.43
TC= 870.63ST-73, 15.0' L13 LF 18" RCP Class III @ 2.00%STA = 26+72.66TC= 871.75INV. 867.57 (SW)ST-66, 27.6' R
STA = 29+19.73
TC= 873.07
INV. 868.93 (NW)
INV. 868.83 (SE)
INV. 868.92 (SW)ST-64, 15.0' R
Save: 2/20/2024 2:31 PM sprall Plot: 2/26/2024 12:48 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618S03_StormProfiles.dwgRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02S83/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSTORM SEWER PROFILES495
ST-72 TO EX MH-43855860865870875880885855860865870875880885ST-80 TO ST-72855860865870875880885855860865870875880885ST-81 TO ST-84860865870875880885890860865870875880885890ST-82 TO ST-83860865870875880885890860865870875880885890ST-90 TO EX MH-31860865870875880885890860865870875880885890ST-60 TO ST-63860865870875880885890860865870875880885890ST-61 TO ST-638608658708758808858908608658708758808858908" CIP SAN8" CIP SAN8" CIP SAN12" PVC WM8" PVC WM8" PVC WM8 LF31.31" x 51.13" (42") RCP-ARCH @ 1.00%36 LF 31.31" x 51.13" (42") RCP-ARCH @ 0.86%14 LF 31.31" x 51.13" (42") RCP-ARCH @ 0.70%44 LF 21" RCP Class III @ 0.50%35 LF 15" RCP Class V @ 0.50%30 LF 18" RCP Class III @ 0.50%31 LF 15" RCP Class V @ 0.50%30 LF 15" RCP Class V @ 1.67%26 LF 15" RCP Class V @ 1.90%10" DIP SAN.10" DIP SAN.20 LF 18" RCP Class III @ 1.50%36 LF 18" RCP Class III @ 1.50%STA = 24+31.43
TC= 870.63
INV. 860.64 (NE)
INV. 860.64 (SW)
INV. 866.47 (S)ST-73, 15.0' L
STA = 24+47.92
TC= 870.68
INV. 864.55 (SE)
INV. 860.95 (E)
INV. 860.95 (SW)
INV. 862.97 (NW)ST-72, 16.5' R
STA = 24+47.92
TC= 870.68
INV. 864.55 (SE)
INV. 860.95 (E)
INV. 860.95 (SW)
INV. 862.97 (NW)ST-72, 16.5' R
STA = 40+44.22
TC= 870.39
INV. 864.77 (SE)
INV. 864.77 (E)
INV. 864.77 (NW)ST-85, 15.0' L
STA = 40+63.19
TC= 870.70INV. 864.95 (NW)ST-80, 15.0' R
STA = 41+69.45TC= 871.44INV. 865.27 (E)INV. 865.27 (W)INV. 865.27 (S)ST-84, 15.0' LSTA = 41+69.45TC= 871.44INV. 865.42 (N)ST-81, 15.0' RSTA = 43+50.42TC= 872.64INV. 865.90 (S)INV. 865.90 (W)ST-83, 15.0' L
STA = 43+59.45
TC= 872.70INV. 866.06 (N)ST-82, 15.0' R
STA = 45+14.75
TC= 873.72INV. 870.73 (N)ST-90, 15.0' R
STA = 45+14.75
TC= 873.72
INV. 870.23 (S)
INV. 870.13 (N)ST-91, 15.0' L
STA = 29+44.82
TC= 873.19
INV. 869.18 (NE)
INV. 869.08 (SE)
INV. 869.18 (NW)ST-63, 15.0' R
STA = 29+44.82
TC= 873.54
INV. 869.58 (NW)
INV. 869.48 (SW)
INV. 869.58 (NE)ST-62, 34.8' R
STA = 29+81.23
TC= 873.55INV. 870.13 (SE)ST-60, 34.9' R36 LF 18" RCP Class III @ 2.06%STA = 29+63.25TC= 874.32INV. 870.32 (SW)ST-61, 65.6' R20 LF 18" RCP Class III @ 1.50%STA = 29+44.82TC= 873.54INV. 869.58 (NW)INV. 869.48 (SW)INV. 869.58 (NE)ST-62, 34.8' RSTA = 29+44.82TC= 873.19INV. 869.18 (NE)INV. 869.08 (SE)INV. 869.18 (NW)ST-63, 15.0' R
STA = 45+15.66
TC= 873.99
INV. 862.39 (W)
INV. 862.59 (N)
INV. 868.00 (W)
INV. 869.64 (S)MH31, 40.8' L
4' SUMP4' SUMPSave: 2/20/2024 2:31 PM sprall Plot: 2/26/2024 12:48 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618S03_StormProfiles.dwgRev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02S93/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103ZANE AVENUE AND LINDSAY STREETIMPROVEMENTSSTORM SEWER PROFILES496
875880875880STA = 18+18.08
TC= 877.20EXMH51 , 31.8' LINV. 871.88 (S)INV. 871.20 (N)TOP OF RAILELEV. 878.08STA = 18+07.80TC= 879.19ST-26, 33.7' L
15.50'1.75'2INV. 872.61 (E)INV. 872.51 (S)INV. 872.51 (N)24" RCP30" RCPBULKHEAD EX. 12" RCP IN MHEXCAVATIONDEPTH5.88'NEAR FACE OF EXCAVATION16.06'36" RCP124" RCP30" RCPEXCAVATIONDEPTH3.47'875880875880STA = 18+15.80
TC= 877.74CB50 , 18.8' LINV. 873.44 (E)INV. 873.29 (W)TOP OF RAILELEV. 878.00STA = 18+05.37TC= 877.65ST-25, 15.0' L
1.75'21INV. 872.92 (E)INV. 872.89 (W)REMOVE CB15.50'NEAR FACE OF EXCAVATION11.34'NEAR FACE OF EXCAVATION17.69'EXCAVATIONDEPTH5.61'EXCAVATIONDEPTH5.21'875880875880TOP OF RAILELEV. 877.69STA = 18+01.13TC= 877.55ST-24, 15.0' R
211.75'INV. 873.47 (S)INV. 873.37 (W)18" RCP Class VREMOVE CB15.50'NEAR FACE OF EXCAVATION10.01'NEAR FACE OF EXCAVATION17.23'EXCAVATIONDEPTH4.86'EXCAVATIONDEPTH4.12'Rev.#Designed ByDrawn ByChecked ByDescriptionDateSEH ProjectRevision IssueRev.#DescriptionDateRevision IssueDATELICENSE NO.ofGOLDV 163618SRPSRPSDHGOLDEN VALLEY,MINNESOTAS.A.P. 128-408-002 (ZANE AVE.)CITY PROJECT NO. 23-02Save: 2/12/2024 1:38 PM sprall Plot: 2/26/2024 12:49 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618GP_RRXing.dwg
S103/6/202454949STEPHEN PRALLI HEREBY CERTIFY THAT THIS PLAN WAS PREPARED BY ME OR UNDER MY DIRECTSUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDERTHE LAWS OF THE STATE OF MINNESOTA.103STORM SEWER PROFILESUPRR CROSSING AT ZANE AVENUEZANE AVENUE AND LINDSAY STREETIMPROVEMENTS497
6+148959009059109158959009059109150102030405060700-10-20-30-40-50-60-706+508959009059109158959009059109150102030405060700-10-20-30-40-50-60-707+008959009059109158959009059109150102030405060700-10-20-30-40-50-60-707+508959009059109158959009059109150102030405060700-10-20-30-40-50-60-708+008959009059109158959009059109150102030405060700-10-20-30-40-50-60-707+618959009059109158959009059109150102030405060700-10-20-30-40-50-60-70Ex.℄908.2P.℄908.28 Ex.℄908.4P.℄908.35 Ex.℄908.5P.℄908.60
Ex.℄908.2
P.℄908.44
Ex.℄908.2
P.℄908.38
Ex.℄908.0
P.℄908.17
L15.67'908.31R15.67'908.31
R28.67'
910.40
R28.67'
910.40
L23.69'908.15L23.69'908.15L15.67'908.31R15.67'908.312.8%2.8%4
8
.
5%
4
8
.
5%2.0%2.0%1.5%L15.67'908.49L23.69'908.32L23.69'908.32R15.67'908.49R26.67'
909.25
R26.67'
909.252.0%2.2%2.2%2.0%1.5%31.0%31.0%L15.67'908.74L23.68'908.54L23.68'908.54R15.67'908.74R26.67'
909.16
R26.67'
909.162.0%2.6%2.6%2.0%1.5%13.6%13.6%L15.67'
908.58
L23.67'
908.86
L23.67'
908.86
R15.67'
908.58
R26.67'
908.95
R26.67'
908.952.0%3.6%3.6%2.0%1.5%11.4%11.4%L16.50'
908.10
R15.67'
908.52
R26.67'
908.84
R26.67'
908.84
R26.67'
908.84
R26.67'
908.84
R15.67'
908.52
L16.50'
908.10
L26.48'
908.52
L26.48'
908.52
2.0%2.0%8.8%8.8%8.8%8.8%1.5%2.8%5.2%5.2%L15.67'
908.31
L23.67'
908.48
L23.67'
908.48
R15.67'
908.31
R26.67'
908.50
R26.67'
908.502.0%2.1%2.1%2.0%1.5%2.7%2.7%R/W
R/W
TREES
TE
R/W
R/W
TREES
R/W
R/W
TREES
R/W
R/W
TREES
R/W
R/W
TREES
R/W
R/W
TREES
ZANE AVENUE6+14 - 8+00X1Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:50 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)498
8+508959009059109158959009059109150102030405060700-10-20-30-40-50-60-709+008959009059109158959009059109150102030405060700-10-20-30-40-50-60-709+508908959009059108908959009059100102030405060700-10-20-30-40-50-60-708+558959009059109158959009059109150102030405060700-10-20-30-40-50-60-708+688959009059109158959009059109150102030405060700-10-20-30-40-50-60-708+148959009059109158959009059109150102030405060700-10-20-30-40-50-60-70Ex.℄907.9P.℄908.02 Ex.℄907.3P.℄907.37 Ex.℄907.2P.℄907.25
Ex.℄906.9
P.℄906.89
Ex.℄905.8
P.℄905.80
Ex.℄903.6
P.℄903.51
L16.50'907.75R15.67'908.16R26.67'
908.42
R26.67'
908.42
R26.67'
908.42
R26.67'
908.42
R15.67'908.16L16.50'907.75L23.67'908.36L23.67'908.362.0%2.0%5.7%5.7%5.8%5.8%1.5%6.8%11.0%11.0%L15.67'907.51L23.67'907.69L23.67'907.69R15.67'907.51R26.67'
907.99
R26.67'
907.992.0%2.2%2.2%2.0%1.5%17.1%17.1%L16.50'906.97L26.52'907.60L26.52'907.60R15.67'907.39R26.67'
907.93
R26.67'
907.932.0%6.8%6.0%6.0%2.0%1.5%20.1%20.1%
L16.50'
906.62
R15.67'
907.03
L16.50'
906.62
L26.52'
907.48
L26.52'
907.48
R15.67'
907.03
R26.67'
907.76
R26.67'
907.762.0%2.0%6.8%9.9%9.9%1.5%29.4%29.4%
L15.67'
905.94
L23.67'
906.55
L23.67'
906.55
R15.67'
905.94
R26.67'
905.82
R26.67'
905.822.0%7.7%7.7%2.0%1.5%12.6%12.6%L15.67'
903.65
L23.67'
903.67
L23.67'
903.67
R15.67'
903.65
R26.67'
903.31
R26.67'
903.312.0%0.3%0.3%2.0%1.5%23.9%23.9%R/W
R/W
TREES
R/W
R/W
TREES
TE
R/W
R/W
TREES
TE
R/W
R/W
TREES
TE
R/W
R/W
TREES
R/W
R/W
TREES
ZANE AVENUE8+14 - 9+50X2Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:50 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)499
10+008908959009059108908959009059100102030405060700-10-20-30-40-50-60-7010+508858908959009058858908959009050102030405060700-10-20-30-40-50-60-7011+008858908959009058858908959009050102030405060700-10-20-30-40-50-60-7010+898858908959009058858908959009050102030405060700-10-20-30-40-50-60-7011+108858908959009058858908959009050102030405060700-10-20-30-40-50-60-7011+368858908959009058858908959009050102030405060700-10-20-30-40-50-60-70Ex.℄901.0P.℄901.09 Ex.℄898.9P.℄899.09 Ex.℄897.9P.℄898.01
Ex.℄897.7
P.℄897.78
Ex.℄897.5
P.℄897.57
Ex.℄897.0
P.℄897.04
L15.67'901.23L23.67'901.01L23.67'901.01R15.67'901.23R26.67'
901.19
R26.67'
901.192.0%2.7%2.7%2.0%1.5%8.8%8.8%L15.67'899.23L23.67'899.04L23.67'899.04R15.67'899.23R26.67'
899.25
R26.67'
899.252.0%2.4%2.4%2.0%1.5%5.8%5.8%R15.67'898.15L16.50'897.73
R28.67'
898.25
R28.67'
898.25
R15.67'898.15L16.50'897.73L30.97'898.31L30.97'898.312.0%2.0%1.0%1.0%1.5%6.8%2.9%2.9%L16.50'
897.50
L30.96'
898.31
L30.96'
898.31
R15.67'
897.92
R28.67'
897.81
R28.67'
897.812.0%6.8%5.1%5.1%2.0%1.5%6.1%6.1%L16.50'
897.29
L30.94'
898.45
L30.94'
898.45
R15.67'
897.71
R28.67'
897.42
R28.67'
897.422.0%6.8%8.5%8.5%2.0%1.5%10.8%10.8%R16.50'
896.76
L15.67'
897.18
L23.67'
897.69
L23.67'
897.69
L15.67'
897.18
R16.50'
896.76
R33.42'
896.30
R33.42'
896.302.0%2.0%6.4%6.4%1.5%5.9%5.9%R/W
R/W
TREES
TE
R/W
R/W
TREES
R/W
R/WTE
R/W
R/W
TE
R/W
R/W
TE
R/W
R/W
TE
ZANE AVENUE10+00 - 11+36X3Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:50 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)500
11+508858908959009058858908959009050102030405060700-10-20-30-40-50-60-7012+008858908959009058858908959009050102030405060700-10-20-30-40-50-60-7012+508858908959009058858908959009050102030405060700-10-20-30-40-50-60-7013+008808858908959008808858908959000102030405060700-10-20-30-40-50-60-7011+678858908959009058858908959009050102030405060700-10-20-30-40-50-60-7011+718858908959009058858908959009050102030405060700-10-20-30-40-50-60-70Ex.℄896.6P.℄896.75 Ex.℄896.3P.℄896.40 Ex.℄896.2P.℄896.32
Ex.℄895.7
P.℄895.73
Ex.℄894.7
P.℄894.69
Ex.℄893.3
P.℄893.45
L16.50'896.47L42.77'894.89L42.77'894.89R16.50'896.47
R33.40'
896.24
R33.40'
896.242.0%2.8%7.7%7.7%2.0%1.5%Vertical
3.5%3.5%R16.50'896.12L16.50'896.12L16.50'896.12R16.50'896.12L42.82'894.45L42.82'894.45
R33.38'
896.15
R33.38'
896.152.0%2.0%2.8%1.5%8.1%8.1%0.8%0.8%L16.50'896.04R15.67'896.46L16.50'896.04L42.84'894.36L42.84'894.36R15.67'896.46
R28.67'
896.53
R28.67'
896.532.0%2.0%2.8%8.1%8.1%1.5%1.9%1.9%L15.67'
895.87
L23.67'
896.29
L23.67'
896.29
R15.67'
895.87
R28.67'
896.10
R28.67'
896.102.0%5.3%5.3%2.0%1.5%2.4%2.4%L15.67'
894.83
L23.67'
895.12
L23.67'
895.12
R15.67'
894.83
R28.67'
895.37
R28.67'
895.372.0%3.6%3.6%2.0%1.5%9.9%9.9%L15.67'
893.59
L23.67'
893.82
L23.67'
893.82
R15.67'
893.59
R28.67'
893.78
R28.67'
893.782.0%2.8%2.8%2.0%1.5%1.1%1.1%R/W
R/W
TE
TE
R/W
R/W
TE
TE
R/W
R/W
TE
TE
R/W
R/W
R/W
R/W
R/W
R/W
ZANE AVENUE11+50 - 13+00X4Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:51 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)501
13+508808858908959008808858908959000102030405060700-10-20-30-40-50-60-7014+008808858908959008808858908959000102030405060700-10-20-30-40-50-60-7014+508758808858908958758808858908950102030405060700-10-20-30-40-50-60-7015+008758808858908958758808858908950102030405060700-10-20-30-40-50-60-7015+508758808858908958758808858908950102030405060700-10-20-30-40-50-60-7014+178808858908959008808858908959000102030405060700-10-20-30-40-50-60-70Ex.℄891.7P.℄891.93 Ex.℄890.2P.℄890.34 Ex.℄889.7P.℄889.81
Ex.℄888.6
P.℄888.76
Ex.℄887.0
P.℄887.18
Ex.℄885.4
P.℄885.59
L15.67'892.07L23.67'892.46L23.67'892.46R15.67'892.07
R28.67'
892.27
R28.67'
892.272.0%4.9%4.9%2.0%1.5%1.5%1.5%L15.67'890.48L23.67'890.73L23.67'890.73R15.67'890.48
R28.67'
891.04
R28.67'
891.042.0%3.0%3.0%2.0%1.5%10.3%10.3%R16.50'889.53L16.50'889.53L16.50'889.53R16.50'889.53L25.48'889.52L25.48'889.52
R34.48'
890.31
R34.48'
890.312.0%2.0%2.8%1.5%2.6%2.6%6.2%6.2%L15.67'
888.90
L23.67'
889.29
L23.67'
889.29
R15.67'
888.90
R28.67'
889.29
R28.67'
889.292.0%4.8%4.8%2.0%1.5%6.2%6.2%L15.67'
887.32
L23.67'
888.15
L23.67'
888.15
R15.67'
887.32
R28.67'
887.68
R28.67'
887.682.0%10.5%10.5%2.0%1.5%5.7%5.7%L15.67'
885.73
L23.67'
886.45
L23.67'
886.45
R15.67'
885.73
R28.67'
885.97
R28.67'
885.972.0%8.9%8.9%2.0%1.5%2.4%2.4%R/W
R/W
R/W
R/W TE
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
ZANE AVENUE13+50 - 15+50X5Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:51 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)502
16+008708758808858908708758808858900102030405060700-10-20-30-40-50-60-7016+508708758808858908708758808858900102030405060700-10-20-30-40-50-60-7017+008708758808858908708758808858900102030405060700-10-20-30-40-50-60-7017+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7017+298658708758808858658708758808850102030405060700-10-20-30-40-50-60-7017+868658708758808858658708758808850102030405060700-10-20-30-40-50-60-70Ex.℄883.8P.℄884.01 Ex.℄882.2P.℄882.38 Ex.℄880.6P.℄880.65
Ex.℄879.8
P.℄879.63
Ex.℄879.1
P.℄878.99
Ex.℄878.2
P.℄878.23
L15.67'884.15L23.67'884.96L23.67'884.96R15.67'884.15
R28.67'
884.54
R28.67'
884.542.0%10.2%10.2%2.0%1.5%6.2%6.2%L15.67'882.52L23.67'883.01L23.67'883.01R15.67'882.52
R28.67'
882.85
R28.67'
882.852.0%6.1%6.1%2.0%1.5%4.8%4.8%L15.67'880.79L23.67'881.77L23.67'881.77R16.50'880.37
R33.77'
880.91
R33.77'
880.912.0%12.2%12.2%2.0%1.5%Vertical
4.3%4.3%R16.50'
879.35
L16.50'
879.35
L16.50'
879.35
R16.50'
879.35
R33.67'
880.38
R33.67'
880.38
L43.52'
882.19
L43.52'
882.19
2.0%2.0%10.8%1.5%9.2%9.2%10.4%10.4%L16.50'
878.71
L43.52'
881.91
L43.52'
881.91
R15.67'
879.13
R28.67'
879.71
R28.67'
879.712.0%10.8%12.1%12.1%2.0%1.5%11.1%11.1%L16.50'
877.95
R16.50'
877.94
L16.50'
877.95
R16.50'
877.94
L43.77'
879.31
L43.77'
879.31
R55.90'
879.15
R55.90'
879.152.0%2.0%6.8%1.5%1.5%4.7%4.7%4.0%4.0%R/W
R/W
R/W
R/W
R/W
R/W
R/W
TE
R/W
TE
ZANE AVENUE16+00 - 17+86X6Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:51 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)503
18+008658708758808858658708758808850102030405060700-10-20-30-40-50-60-7018+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7019+008658708758808858658708758808850102030405060700-10-20-30-40-50-60-7018+108658708758808858658708758808850102030405060700-10-20-30-40-50-60-7018+408658708758808858658708758808850102030405060700-10-20-30-40-50-60-7018+818658708758808858658708758808850102030405060700-10-20-30-40-50-60-70Ex.℄878.0P.℄878.05 Ex.℄877.9P.℄877.96 Ex.℄877.8P.℄877.85
Ex.℄877.6
P.℄877.77
Ex.℄877.0
P.℄877.33
Ex.℄876.5
P.℄876.93
L15.67'878.19L30.43'878.96L30.43'878.96R15.67'878.05
R37.68'
878.47
R37.68'
878.472.0%5.2%5.2%3.0%0.5%11.3%11.3%L15.67'878.21L28.00'878.66L28.00'878.66R15.67'878.11
R36.92'
877.23
R36.92'
877.231.2%3.7%3.7%1.9%1.2%9.4%9.4%R15.67'878.11
R41.65'
877.46
R41.65'
877.46
L15.67'878.26L27.95'877.61L27.95'877.611.1%1.5%4.7%4.7%0.0%5.3%5.3%R15.67'
878.03
R37.35'
877.74
R37.35'
877.74
L15.50'
877.92
L37.00'
877.83
L37.00'
877.83
1.1%0.5%3.0%3.0%0.9%0.4%0.4%R16.50'
877.06
L15.50'
877.33
L15.50'
877.33
L37.00'
877.63
L37.00'
877.63
R16.50'
877.06
R28.67'
877.43
R28.67'
877.431.9%2.0%1.4%1.4%1.5%5.1%5.1%R16.50'
876.65
R28.67'
876.86
R28.67'
876.86
L15.67'
877.07
L32.86'
877.25
L32.86'
877.25
2.0%1.5%2.1%2.1%2.0%1.0%1.0%R/W
TE
EX. PE
R/W
R/W
TEZANE AVENUE18+00 - 19+00X7Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:51 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)504
19+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7020+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7020+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7019+248658708758808858658708758808850102030405060700-10-20-30-40-50-60-7020+538608658708758808608658708758800102030405060700-10-20-30-40-50-60-7020+718608658708758808608658708758800102030405060700-10-20-30-40-50-60-70Ex.℄875.8P.℄876.27 Ex.℄875.1P.℄875.44 Ex.℄873.9P.℄874.00
Ex.℄873.1
P.℄873.10
Ex.℄873.1
P.℄873.07
Ex.℄872.9
P.℄872.90
R16.50'875.99
R28.67'
876.33
R28.67'
876.33
L15.67'876.41L29.80'876.55L29.80'876.552.0%1.5%4.7%4.7%2.0%1.0%1.0%R15.67'875.58
R28.67'
875.98
R28.67'
875.98
L15.67'875.58L23.67'875.71L23.67'875.712.0%1.5%6.5%6.5%2.0%1.6%1.6%R15.67'874.14
R28.67'
874.87
R28.67'
874.87
L15.67'874.14L23.67'874.54L23.67'874.542.0%1.5%14.8%14.8%2.0%5.0%5.0%R15.67'
873.24
R34.35'
874.16
R34.35'
874.16
L15.67'
873.24
L23.67'
873.73
L23.67'
873.73
2.0%1.5%8.0%8.0%2.0%6.0%6.0%L15.67'
873.21
R16.50'
872.79
L15.67'
873.21
L23.67'
873.69
L23.67'
873.69
R16.50'
872.79
R40.00'
874.50
R40.00'
874.502.0%2.0%6.0%6.0%1.5%9.8%9.8%R16.50'
872.62
L15.67'
873.04
R16.50'
872.62
R40.00'
874.32
R40.00'
874.32
L23.67'
873.47
L23.67'
873.47
L15.67'
873.04
2.0%2.0%1.5%9.8%9.8%5.4%5.4%R/W
R/W
TEEX. PEEX. PE
R/W
R/W EX. PE
R/W
R/W
EX. PE
R/W
R/W
TE
EX. PE
R/W
R/W
TE
EX. PE
R/W
R/W
TE
ZANE AVENUE19+24 - 20+71X8Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:52 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)505
21+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7021+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7021+108608658708758808608658708758800102030405060700-10-20-30-40-50-60-7021+308608658708758808608658708758800102030405060700-10-20-30-40-50-60-7021+708608658708758808608658708758800102030405060700-10-20-30-40-50-60-7021+908608658708758808608658708758800102030405060700-10-20-30-40-50-60-70Ex.℄872.6P.℄872.65 Ex.℄872.5P.℄872.56 Ex.℄872.4P.℄872.39
Ex.℄872.2
P.℄872.21
Ex.℄872.1
P.℄872.04
Ex.℄872.0
P.℄871.87
R15.67'872.79
R28.67'
873.07
R28.67'
873.07
L15.67'872.79L28.53'873.03L28.53'873.032.0%1.5%3.6%3.6%2.0%1.9%1.9%R15.67'872.70
R28.67'
872.97
R28.67'
872.97
L16.50'872.28L35.01'872.87L35.01'872.872.0%1.5%3.2%3.2%2.0%2.8%3.3%3.3%R15.67'872.53
R28.67'
872.83
R28.67'
872.83
L16.50'872.11L35.01'872.94L35.01'872.942.0%1.5%4.2%4.2%2.0%2.8%5.0%5.0%R15.67'
872.35
R28.67'
872.96
R28.67'
872.96
L15.67'
872.35
L23.67'
872.58
L23.67'
872.58
2.0%1.5%11.7%11.7%2.0%2.9%2.9%R16.50'
871.76
R56.31'
873.15
R56.31'
873.15
L15.67'
872.18
L23.67'
872.43
L23.67'
872.43
2.0%1.5%3.9%3.9%2.0%3.1%3.1%R16.50'
871.59
R56.31'
873.04
R56.31'
873.04
L15.67'
872.01
L23.67'
872.35
L23.67'
872.35
2.0%1.5%4.1%4.1%2.0%4.3%4.3%R/W
R/W EX. PEEX. PE
R/W
R/W EX. PE
R/W
R/W TE
EX. PE
R/W
R/W
EX. PE
R/W
R/W
TE
EX. PE
R/W
R/W
TE
ZANE AVENUE21+00 - 21+90X9Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:52 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)506
22+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7022+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7023+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7023+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7022+458608658708758808608658708758800102030405060700-10-20-30-40-50-60-7022+718608658708758808608658708758800102030405060700-10-20-30-40-50-60-70Ex.℄871.9P.℄871.78 Ex.℄871.7P.℄871.39 Ex.℄871.6P.℄871.35
Ex.℄871.5
P.℄871.17
Ex.℄871.3
P.℄870.92
Ex.℄871.0
P.℄870.69
R15.67'871.92
R29.83'
872.73
R29.83'
872.73
L15.67'871.92L23.67'872.23L23.67'872.232.0%1.5%12.9%12.9%2.0%3.9%3.9%R15.67'871.53
R28.67'
872.40
R28.67'
872.40
L16.50'871.11L35.70'872.15L35.70'872.152.0%1.5%18.2%18.2%2.0%6.8%5.0%5.0%R15.67'871.49
R28.67'
872.31
R28.67'
872.31
L16.50'871.07L35.68'871.84L35.68'871.842.0%1.5%17.0%17.0%2.0%6.8%3.3%3.3%L16.50'
870.89
R15.67'
871.31
R15.67'
871.31
R28.67'
872.25
R28.67'
872.25
L16.50'
870.89
L35.60'
871.63
L35.60'
871.63
2.0%2.0%1.5%20.0%20.0%6.8%3.1%3.1%R15.67'
871.06
R28.67'
871.90
R28.67'
871.90
L15.67'
871.06
L23.67'
871.62
L23.67'
871.62
2.0%1.5%17.6%17.6%2.0%7.0%7.0%R15.67'
870.71
R28.67'
871.81
R28.67'
871.81
L15.67'
870.83
L23.67'
871.33
L23.67'
871.33
2.9%1.5%24.1%24.1%2.0%6.2%6.2%EX. PE
R/W
R/W
TE
EX. PE
R/W
R/W EX. PE
R/W
R/W
EX. PE
R/W
R/W
EX. PE
R/W
R/W
EX. PE
R/W
R/W
TE
ZANE AVENUE22+00 - 23+50X10Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:52 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)507
24+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7025+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7025+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7024+118608658708758808608658708758800102030405060700-10-20-30-40-50-60-7024+798608658708758808608658708758800102030405060700-10-20-30-40-50-60-7025+378608658708758808608658708758800102030405060700-10-20-30-40-50-60-70Ex.℄871.0P.℄870.88 Ex.℄871.2P.℄871.08 Ex.℄871.4P.℄871.22
Ex.℄871.5
P.℄871.33
Ex.℄871.7
P.℄871.51
Ex.℄871.8
P.℄871.58
L15.67'871.02L23.67'871.49L23.67'871.49L15.67'871.021.0%2.0%5.9%5.9%R16.91'871.19
R28.67'
871.86
R28.67'
871.86
L16.50'870.80L31.89'871.57L31.89'871.572.0%1.5%19.1%19.1%2.0%6.8%4.3%4.3%R15.67'871.36L16.50'870.95R15.67'871.36
R28.67'
872.34
R28.67'
872.34
L16.50'870.95L32.91'871.77L32.91'871.772.0%2.0%1.5%20.9%20.9%6.8%4.4%4.4%R15.67'
871.47
R28.67'
872.34
R28.67'
872.34
L15.67'
871.47
L23.67'
871.98
L23.67'
871.98
2.0%1.5%18.3%18.3%2.0%6.4%6.4%L15.67'
871.65
R16.50'
871.24
L15.67'
871.65
L23.69'
872.05
L23.69'
872.05
R16.50'
871.24
R59.59'
873.23
R59.59'
873.232.0%2.0%5.0%5.0%1.5%5.3%5.3%R16.50'
871.30
R59.59'
872.87
R59.59'
872.87
L15.67'
871.72
L23.69'
872.16
L23.69'
872.16
2.0%1.5%4.1%4.1%2.0%5.5%5.5%R/W
R/W
R/WTE
R/W
R/WTE
R/W
R/W
TE
R/W
R/W
TE
R/W
R/W
TE
TE
ZANE AVENUE24+11 - 25+50X11Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:53 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)508
26+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7025+548608658708758808608658708758800102030405060700-10-20-30-40-50-60-7025+608608658708758808608658708758800102030405060700-10-20-30-40-50-60-7025+908608658708758808608658708758800102030405060700-10-20-30-40-50-60-7025+938608658708758808608658708758800102030405060700-10-20-30-40-50-60-7026+178608658708758808608658708758800102030405060700-10-20-30-40-50-60-70Ex.℄871.8P.℄871.60 Ex.℄871.8P.℄871.63 Ex.℄871.9P.℄871.78
Ex.℄871.9
P.℄871.79
Ex.℄871.9
P.℄871.83
Ex.℄872.0
P.℄871.91
L15.67'871.74R16.50'871.32R16.50'871.32
R59.59'
872.77
R59.59'
872.77
L23.69'872.25L23.69'872.25L15.67'871.742.0%2.0%1.5%3.7%3.7%6.3%6.3%R15.67'871.77
R28.67'
872.19
R28.67'
872.19
L16.50'871.35L34.80'872.38L34.80'872.382.0%1.5%7.0%7.0%2.0%6.8%5.3%5.3%R15.67'871.92
R28.67'
871.81
R28.67'
871.81
L16.50'871.50L34.76'872.30L34.76'872.302.0%1.5%6.1%6.1%2.0%6.8%3.7%3.7%R16.50'
871.52
L15.67'
871.93
L23.70'
872.38
L23.70'
872.38
L15.67'
871.93
R16.50'
871.52
R35.49'
872.11
R35.49'
872.112.0%2.0%5.6%5.6%1.5%4.1%4.1%R16.50'
871.55
R35.36'
872.09
R35.36'
872.09
L15.67'
871.97
L23.71'
872.37
L23.71'
872.37
2.0%1.5%3.7%3.7%2.0%4.9%4.9%R16.50'
871.64
L15.67'
872.05
R16.50'
871.64
R35.03'
872.14
R35.03'
872.14
L23.71'
872.40
L23.71'
872.40
L15.67'
872.05
2.0%2.0%1.5%3.5%3.5%4.4%4.4%R/W
R/W
TE
TE
R/W
R/W
TE
TE
R/W
R/W
TE
TE
R/W
R/W
TE
TE
R/W
R/W
TE
TE
R/W
R/W
TE
ZANE AVENUE25+54 - 26+17X12Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:53 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)509
26+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7027+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7027+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7026+338608658708758808608658708758800102030405060700-10-20-30-40-50-60-7026+958608658708758808608658708758800102030405060700-10-20-30-40-50-60-7027+258608658708758808608658708758800102030405060700-10-20-30-40-50-60-70Ex.℄872.1P.℄871.99 Ex.℄872.1P.℄872.08 Ex.℄872.4P.℄872.30
Ex.℄872.4
P.℄872.33
Ex.℄872.6
P.℄872.45
Ex.℄872.6
P.℄872.58
R15.67'872.13L16.50'871.72L16.50'871.72L34.71'872.29L34.71'872.29
R28.67'
872.47
R28.67'
872.47
R15.67'872.132.0%2.0%6.8%2.1%2.1%4.8%4.8%1.5%R15.67'872.22
R28.67'
872.30
R28.67'
872.30
L16.50'871.80L34.68'872.43L34.68'872.432.0%1.5%1.4%1.4%2.0%6.8%2.5%2.5%R16.50'872.03
R34.67'
872.21
R34.67'
872.21
R49.67'
872.29
R49.67'
872.29
R60.67'
872.54
R60.67'
872.54
L15.67'872.44L23.74'872.96L23.74'872.962.0%1.5%0.7%0.7%0.5%0.5%2.3%2.3%2.0%6.4%6.4%R16.50'
872.05
R34.67'
872.28
R34.67'
872.28
R49.67'
872.36
R49.67'
872.36
R60.67'
872.61
R60.67'
872.61
L15.67'
872.47
L23.74'
872.98
L23.74'
872.98
2.0%1.5%1.1%1.1%0.5%0.5%2.3%2.3%2.0%6.4%6.4%R16.50'
872.18
R34.67'
872.66
R34.67'
872.66
R49.67'
872.74
R49.67'
872.74
R60.67'
872.80
R60.67'
872.80
L15.67'
872.59
L23.75'
873.01
L23.75'
873.01
2.0%1.5%3.4%3.4%0.6%0.6%0.6%0.6%2.0%5.2%5.2%R15.67'
872.72
R28.67'
873.44
R28.67'
873.44
L15.67'
872.72
L23.76'
873.01
L23.76'
873.01
2.0%1.5%14.6%14.6%2.0%3.6%3.6%R/W
R/WTE
R/W
R/WTE
R/W
R/W
TE
R/W
R/W
TE
R/W
R/W
TE
R/W
R/W
ZANE AVENUE26+33 - 27+50X13Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:53 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)510
28+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7028+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7029+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7029+508608658708758808608658708758800102030405060700-10-20-30-40-50-6029+758608658708758808608658708758800102030405060700-10-20-30-40-50-6029+848608658708758808608658708758800102030405060700-10-20-30-40-50-60-70Ex.℄872.9P.℄872.83 Ex.℄873.1P.℄873.08 Ex.℄873.3P.℄873.33
Ex.℄873.5
P.℄873.58
Ex.℄873.6
P.℄873.70
Ex.℄873.7
P.℄873.75
R15.67'872.97
R28.67'
873.99
R28.67'
873.99
L15.67'872.97L23.77'873.07L23.77'873.072.0%1.5%22.1%22.1%2.0%1.3%1.3%R15.67'873.22
R28.67'
874.11
R28.67'
874.11
L15.67'873.22L23.79'873.62L23.79'873.622.0%1.5%18.8%18.8%2.0%5.0%5.0%R15.67'873.47
R28.67'
874.27
R28.67'
874.27
L15.67'873.47L23.80'873.56L23.80'873.562.0%1.5%16.6%16.6%2.0%1.2%1.2%R16.50'
873.30
R32.80'
873.66
R32.80'
873.66
R48.90'
873.99
R48.90'
873.99
R65.52'
874.91
R65.52'
874.91
L15.67'
873.72
L23.82'
873.64
L23.82'
873.64
2.0%1.5%2.8%2.8%2.0%2.0%5.5%5.5%2.0%1.0%1.0%R16.50'
873.43
R32.80'
873.69
R32.80'
873.69
R49.04'
874.00
R49.04'
874.00
R65.66'
874.98
R65.66'
874.98
L15.67'
873.84
L23.83'
873.85
L23.83'
873.85
2.0%1.5%1.7%1.7%1.9%1.9%5.9%5.9%2.0%0.1%0.1%R15.67'
873.89
R28.67'
874.46
R28.67'
874.46
L16.50'
873.47
L44.88'
872.60
L44.88'
872.60
2.0%1.5%10.7%10.7%2.0%2.8%4.1%4.1%R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
TE
R/W
R/W
TE
TE
R/W
R/W
TE
ZANE AVENUE28+00 - 29+84X14Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:53 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)511
30+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7030+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7031+008658708758808858658708758808850102030405060700-10-20-30-40-50-60-7030+168608658708758808608658708758800102030405060700-10-20-30-40-50-60-7030+868608658708758808608658708758800102030405060700-10-20-30-40-50-60-7031+318658708758808858658708758808850102030405060700-10-20-30-40-50-60-70Ex.℄873.7P.℄873.83 Ex.℄873.8P.℄873.91 Ex.℄874.1P.℄874.13
Ex.℄874.6
P.℄874.57
Ex.℄874.8
P.℄874.79
Ex.℄875.4
P.℄875.40
R15.67'873.97
R28.67'
874.57
R28.67'
874.57
L16.50'873.55L45.02'872.51L45.02'872.512.0%1.5%11.6%11.6%2.0%2.8%4.8%4.8%L16.50'873.63R15.67'874.05R15.67'874.05
R28.67'
874.56
R28.67'
874.56
L16.50'873.63L45.17'872.73L45.17'872.732.0%2.0%1.5%9.2%9.2%2.8%4.2%4.2%R15.67'874.27
R28.67'
874.98
R28.67'
874.98
L15.67'874.27L23.85'874.56L23.85'874.562.0%1.5%14.3%14.3%2.0%3.5%3.5%R15.67'
874.71
L16.50'
874.29
R15.67'
874.71
R28.67'
875.50
R28.67'
875.50
L16.50'
874.29
L27.99'
874.19
L27.99'
874.19
2.0%2.0%1.5%16.5%16.5%2.8%2.9%2.9%R15.67'
874.93
R28.67'
875.58
R28.67'
875.58
L16.50'
874.51
L27.99'
874.27
L27.99'
874.27
2.0%1.5%12.8%12.8%2.0%2.8%4.9%4.9%R16.50'
875.12
L16.50'
875.12
R16.50'
875.12
L16.50'
875.12
R53.14'
876.56
R53.14'
876.56
L27.99'
874.72
L27.99'
874.72
2.0%2.0%1.5%2.8%4.5%4.5%7.0%7.0%R/W
R/WTE
R/W
R/WTE
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
TE
ZANE AVENUE29+75 - 30+86X15Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:54 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)512
31+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7032+008658708758808858658708758808850102030405060700-10-20-30-40-50-60-7032+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7033+008708758808858908708758808858900102030405060700-10-20-30-40-50-60-7031+818658708758808858658708758808850102030405060700-10-20-30-40-50-60-7032+858708758808858908708758808858900102030405060700-10-20-30-40-50-60-70Ex.℄875.8P.℄875.84 Ex.℄876.6P.℄876.69 Ex.℄877.1P.℄877.24
Ex.℄878.7
P.℄878.68
Ex.℄879.7
P.℄879.60
Ex.℄880.1
P.℄879.93
R16.50'875.56
R53.04'
876.96
R53.04'
876.96
L16.50'875.56L27.99'875.15L27.99'875.152.0%1.5%4.4%4.4%2.0%2.8%7.3%7.3%L16.50'876.41R15.67'876.83R15.67'876.83
R28.67'
877.50
R28.67'
877.50
L16.50'876.41L27.99'876.12L27.99'876.122.0%2.0%1.5%13.3%13.3%2.8%5.6%5.6%R15.67'877.38
R28.67'
877.97
R28.67'
877.97
L15.67'877.38L23.90'877.26L23.90'877.262.0%1.5%11.2%11.2%2.0%1.4%1.4%R15.67'
878.82
R28.67'
879.17
R28.67'
879.17
L15.67'
878.82
L23.92'
879.09
L23.92'
879.09
2.0%1.5%5.1%5.1%2.0%3.2%3.2%R15.67'
879.74
R28.67'
880.61
R28.67'
880.61
L16.50'
879.32
L33.84'
879.71
L33.84'
879.71
2.0%1.5%18.4%18.4%2.0%2.8%2.1%2.1%L15.84'
879.65
L15.84'
879.65
L33.82'
879.83
L33.82'
879.83
L28.38'
879.82
L28.38'
879.82
R17.78'
880.19
R17.78'
880.19
R30.72'
880.67
R30.72'
880.67R31.70'
880.75
R31.70'
880.752.1%3.0%0.2%0.2%0.3%0.3%9.1%9.1%8.0%8.0%1.1%R/W
R/W
TE
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
ZANE AVENUE31+50 - 33+00X16Save: 1/10/2024 7:53 AM sprall Plot: 2/26/2024 12:54 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X01_Zane.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)513
40+658608658708758808608658708758800102030405060700-10-20-30-40-50-60-7041+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7041+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7042+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7042+108608658708758808608658708758800102030405060700-10-20-30-40-50-60-7042+258608658708758808608658708758800102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R15.67'871.22R24.00'871.88R24.00'871.88L15.67'871.22L26.09'872.10L26.09'872.102.0%8.0%8.0%2.0%8.4%8.4%R15.67'871.48R24.00'872.17R24.00'872.17L15.67'871.48L26.14'872.22L26.14'872.222.0%8.4%8.4%2.0%7.1%7.1%R15.67'871.81R24.00'872.32R24.00'872.32L15.67'871.81L26.20'872.24L26.20'872.242.0%6.2%6.2%2.0%4.1%4.1%R15.67'
872.14
R24.00'
872.68
R24.00'
872.68
L15.67'
871.72
L35.43'
872.73
L35.43'
872.73
2.0%6.5%6.5%2.0%2.8%5.9%5.9%R15.67'
872.20
R24.00'
872.72
R24.00'
872.72
L15.67'
871.79
L35.46'
872.49
L35.46'
872.49
2.0%6.2%6.2%2.0%2.8%3.8%3.8%R15.67'
872.30
R24.00'
872.78
R24.00'
872.78
L15.67'
871.89
L35.51'
872.52
L35.51'
872.52
2.0%5.7%5.7%2.0%2.8%3.3%3.3%Ex.℄871.4P.℄871.08 Ex.℄871.6P.℄871.34 Ex.℄871.9P.℄871.67
Ex.℄872.2
P.℄872.00
Ex.℄872.3
P.℄872.06
Ex.℄872.3
P.℄872.16
LINDSAY STREET40+65 - 42+25X17Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:55 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)514
42+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7043+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7042+588608658708758808608658708758800102030405060700-10-20-30-40-50-60-7042+858608658708758808608658708758800102030405060700-10-20-30-40-50-60-7043+108608658708758808608658708758800102030405060700-10-20-30-40-50-60-7043+358608658708758808608658708758800102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R15.67'872.47
R33.03'
873.11
R33.03'
873.11
L15.67'872.47L26.31'872.86L26.31'872.862.0%3.7%3.7%2.0%3.7%3.7%L15.67'872.52R15.67'872.11L15.67'872.52L26.31'872.91L26.31'872.91R15.67'872.11
R34.68'
872.85
R34.68'
872.852.0%2.0%3.6%3.6%6.8%2.9%2.9%R15.67'872.28
R34.68'
873.26
R34.68'
873.26
L15.67'872.70L26.29'872.77L26.29'872.772.0%6.8%4.6%4.6%2.0%0.6%0.6%R15.67'
872.80
R34.68'
873.46
R34.68'
873.46
L15.67'
872.80
L26.29'
872.66
L26.29'
872.66
2.0%3.4%3.4%2.0%1.3%1.3%R15.67'
872.45
R34.68'
873.09
R34.68'
873.09
L15.67'
872.87
L26.28'
872.95
L26.28'
872.95
2.0%6.8%2.1%2.1%2.0%0.8%0.8%R15.67'
872.62
R34.68'
873.31
R34.68'
873.31
L15.67'
873.03
L26.26'
873.59
L26.26'
873.59
2.0%6.8%2.5%2.5%2.0%5.2%5.2%Ex.℄872.5P.℄872.33 Ex.℄872.5P.℄872.38 Ex.℄872.7P.℄872.56
Ex.℄872.7
P.℄872.66
Ex.℄872.8
P.℄872.73
Ex.℄872.9
P.℄872.89
LINDSAY STREET42+50 - 43+35X18Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:56 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)515
43+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7044+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7044+508608658708758808608658708758800102030405060700-10-20-30-40-50-60-7045+008608658708758808608658708758800102030405060700-10-20-30-40-50-60-7044+848608658708758808608658708758800102030405060700-10-20-30-40-50-60-7044+908608658708758808608658708758800102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R15.67'873.13
R28.69'
873.87
R28.69'
873.87
L15.67'873.13L26.26'873.66L26.26'873.662.0%5.7%5.7%2.0%5.0%5.0%R15.67'873.46R24.00'874.12R24.00'874.12L15.67'873.46L26.23'873.64L26.23'873.642.0%7.9%7.9%2.0%1.7%1.7%R15.67'873.80R24.00'874.30R24.00'874.30L15.67'873.80L26.20'873.97L26.20'873.972.0%6.0%6.0%2.0%1.7%1.7%R15.67'
873.60
L15.67'
874.02
L15.67'
874.02
L26.18'
874.14
L26.18'
874.14
R15.67'
873.60
R36.35'
874.75
R36.35'
874.752.0%2.0%1.1%1.1%10.8%3.8%3.8%R15.67'
873.64
R36.93'
874.75
R36.93'
874.75
L15.67'
874.06
L26.18'
874.17
L26.18'
874.17
2.0%10.8%3.5%3.5%2.0%1.0%1.0%R15.67'
873.71
R36.93'
874.78
R36.93'
874.78
L15.67'
874.13
L26.17'
874.32
L26.17'
874.32
2.0%10.8%3.3%3.3%2.0%1.8%1.8%Ex.℄873.0P.℄872.99 Ex.℄873.3P.℄873.32 Ex.℄873.6P.℄873.66
Ex.℄873.8
P.℄873.88
Ex.℄873.9
P.℄873.92
Ex.℄874.0
P.℄873.99
LINDSAY STREET43+50 - 45+00X19Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:56 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)516
45+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7046+008658708758808858658708758808850102030405060700-10-20-30-40-50-60-7045+548608658708758808608658708758800102030405060700-10-20-30-40-50-60-7045+698658708758808858658708758808850102030405060700-10-20-30-40-50-60-7045+938658708758808858658708758808850102030405060700-10-20-30-40-50-60-7046+138658708758808858658708758808850102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
L13.67'874.50L26.14'874.71L26.14'874.71R13.67'874.50R24.00'874.83R24.00'874.832.0%1.7%1.7%2.0%3.2%3.2%R13.67'874.53L13.67'874.11R24.00'874.86R24.00'874.86R13.67'874.53L13.67'874.11L26.14'874.41L26.14'874.412.0%2.0%3.2%3.2%2.8%2.1%2.1%R13.67'874.62L13.67'874.21L13.67'874.21L26.13'874.43L26.13'874.43R13.67'874.62R24.00'874.96R24.00'874.962.0%2.0%2.8%1.1%1.1%3.3%3.3%L13.67'
874.80
L26.12'
875.09
L26.12'
875.09
R13.67'
874.38
R24.00'
874.96
R24.00'
874.962.0%2.3%2.3%2.0%6.8%4.4%4.4%L13.67'
874.86
L26.11'
875.18
L26.11'
875.18
R13.67'
874.44
R24.00'
875.06
R24.00'
875.062.0%2.6%2.6%2.0%6.8%5.2%5.2%L13.67'
874.98
L26.10'
875.31
L26.10'
875.31
R13.67'
874.56
R24.00'
875.23
R24.00'
875.232.0%2.7%2.7%2.0%6.8%6.3%6.3%Ex.℄874.2P.℄874.32 Ex.℄874.3P.℄874.35 Ex.℄874.4P.℄874.44
Ex.℄874.6
P.℄874.62
Ex.℄874.7
P.℄874.68
Ex.℄874.8
P.℄874.80
LINDSAY STREET45+50 - 46+13X20Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:56 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)517
46+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7047+008658708758808858658708758808850102030405060700-10-20-30-40-50-60-7047+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7048+008658708758808858658708758808850102030405060700-10-20-30-40-50-60-7047+158658708758808858658708758808850102030405060700-10-20-30-40-50-60-7047+338658708758808858658708758808850102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
L13.67'875.36L26.08'875.60L26.08'875.60R13.67'875.36R24.00'875.61R24.00'875.612.0%1.9%1.9%2.0%2.5%2.5%L13.67'875.94L26.05'876.52L26.05'876.52R13.67'875.94R24.00'876.23R24.00'876.232.0%4.6%4.6%2.0%2.8%2.8%L13.67'875.70L26.04'876.39L26.04'876.39R13.67'875.70R24.00'876.15R24.00'876.152.0%6.8%4.8%4.8%2.0%6.8%2.0%2.0%R13.67'
875.91
L13.67'
875.91
R13.67'
875.91
L13.67'
875.91
R24.00'
876.42
R24.00'
876.42
L26.03'
876.75
L26.03'
876.75
2.0%2.0%6.8%6.8%3.1%3.1%6.7%6.7%L13.67'
876.53
L26.02'
876.81
L26.02'
876.81
R13.67'
876.53
R24.00'
876.73
R24.00'
876.732.0%2.3%2.3%2.0%1.9%1.9%L13.67'
877.12
L26.00'
877.56
L26.00'
877.56
R13.67'
877.12
R24.00'
877.18
R24.00'
877.182.0%3.6%3.6%2.0%0.5%0.5%Ex.℄875.2P.℄875.18 Ex.℄875.7P.℄875.76 Ex.℄875.9P.℄875.94
Ex.℄876.1
P.℄876.15
Ex.℄876.4
P.℄876.35
Ex.℄877.0
P.℄876.94
LINDSAY STREET46+50 - 48+00X21Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:56 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)518
48+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7048+198658708758808858658708758808850102030405060700-10-20-30-40-50-60-7048+358658708758808858658708758808850102030405060700-10-20-30-40-50-60-7048+658658708758808858658708758808850102030405060700-10-20-30-40-50-60-7048+758658708758808858658708758808850102030405060700-10-20-30-40-50-60-7048+858658708758808858658708758808850102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
L13.67'876.93L26.00'877.67L26.00'877.67R13.67'877.34R24.00'877.95R24.00'877.952.0%6.8%5.6%5.6%2.0%5.8%5.8%L13.67'877.11L26.00'877.84L26.00'877.84R13.67'877.53R24.00'877.99R24.00'877.992.0%6.8%5.3%5.3%2.0%4.4%4.4%L13.67'877.71L26.00'878.46L26.00'878.46R13.67'877.71R24.00'878.11R24.00'878.112.0%6.1%6.1%2.0%3.9%3.9%L13.67'
877.88
L26.00'
878.77
L26.00'
878.77
R13.67'
877.47
R24.00'
878.36
R24.00'
878.362.0%7.2%7.2%2.0%6.8%10.4%10.4%L13.67'
877.58
L26.00'
878.44
L26.00'
878.44
R13.67'
877.58
R24.00'
878.33
R24.00'
878.332.0%6.8%7.1%7.1%2.0%6.8%7.6%7.6%L13.67'
877.70
L26.00'
878.59
L26.00'
878.59
R13.67'
878.12
R24.00'
878.48
R24.00'
878.482.0%6.8%7.5%7.5%2.0%3.5%3.5%Ex.℄877.2P.℄877.16 Ex.℄877.4P.℄877.35 Ex.℄877.6P.℄877.53
Ex.℄877.8
P.℄877.70
Ex.℄877.9
P.℄877.82
Ex.℄878.0
P.℄877.94
LINDSAY STREET48+19 - 48+85X22Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:56 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)519
49+008658708758808858658708758808850102030405060700-10-20-30-40-50-60-7049+508658708758808858658708758808850102030405060700-10-20-30-40-50-60-7049+358658708758808858658708758808850102030405060700-10-20-30-40-50-60-7049+458658708758808858658708758808850102030405060700-10-20-30-40-50-60-7049+708658708758808858658708758808850102030405060700-10-20-30-40-50-60-7049+838658708758808858658708758808850102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
L13.67'878.30L26.00'879.16L26.00'879.16R13.67'878.30R24.00'878.67R24.00'878.672.0%7.0%7.0%2.0%3.6%3.6%L13.67'878.71L26.00'879.25L26.00'879.25R13.67'878.29R24.00'879.00R24.00'879.002.0%4.4%4.4%2.0%6.8%6.9%6.9%L13.67'878.82L26.00'879.56L26.00'879.56R13.67'878.41R24.00'879.12R24.00'879.122.0%5.9%5.9%2.0%6.8%6.9%6.9%L13.67'
878.88
L26.00'
879.51
L26.00'
879.51
R13.67'
878.47
R24.00'
879.22
R24.00'
879.222.0%5.1%5.1%2.0%6.8%7.8%7.8%L13.67'
878.70
L26.00'
879.47
L26.00'
879.47
R13.67'
879.12
R24.00'
879.47
R24.00'
879.472.0%6.8%5.8%5.8%2.0%3.4%3.4%R13.67'
879.27
L13.66'
878.85
R13.70'
879.27
R24.03'
879.58
R24.03'
879.58
R24.01'
879.58
R24.01'
879.58
R13.67'
879.27
L13.66'
878.85
L25.99'
879.52
L25.99'
879.52
2.0%2.0%3.0%3.0%3.0%3.0%6.8%4.5%4.5%Ex.℄878.2P.℄878.12 Ex.℄878.7P.℄878.53 Ex.℄878.8P.℄878.64
Ex.℄878.8
P.℄878.70
Ex.℄879.1
P.℄878.94
Ex.℄879.3
P.℄879.09
LINDSAY STREET49+00 - 49+83X23Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:57 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)520
50+008708758808858908708758808858900102030405060700-10-20-30-40-50-60-7050+508708758808858908708758808858900102030405060700-10-20-30-40-50-60-7051+008708758808858908708758808858900102030405060700-10-20-30-40-50-60-7051+178708758808858908708758808858900102030405060700-10-20-30-40-50-60-7051+278708758808858908708758808858900102030405060700-10-20-30-40-50-60-7051+488708758808858908708758808858900102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
L13.67'879.47L26.00'880.25L26.00'880.25R13.67'879.47R24.00'879.83R24.00'879.832.0%6.4%6.4%2.0%3.5%3.5%L13.67'880.06L26.00'880.75L26.00'880.75R13.67'880.06R24.00'880.24R24.00'880.242.0%5.6%5.6%2.0%1.8%1.8%L13.67'880.66L24.10'881.25L24.10'881.25R13.67'880.66
R27.80'
880.62
R27.80'
880.622.0%5.7%5.7%2.0%0.3%0.3%R13.65'
880.47
L13.68'
880.89
L21.25'
881.43
L21.25'
881.43
L13.68'
880.89
R13.65'
880.47
R39.85'
881.05
R39.85'
881.052.0%2.0%7.2%7.2%2.8%2.1%2.1%R13.65'
880.61
L13.68'
881.03
L20.39'
881.65
L20.39'
881.65
L13.68'
881.03
R13.65'
880.61
R33.70'
881.04
R33.70'
881.042.0%2.0%9.3%9.3%2.8%1.9%1.9%R13.66'
880.92
L13.67'
881.34
L20.90'
881.79
L20.90'
881.79
L13.67'
881.34
R13.66'
880.92
R34.64'
881.38
R34.64'
881.382.0%2.0%6.2%6.2%2.8%2.0%2.0%Ex.℄879.5P.℄879.29 Ex.℄880.1P.℄879.88 Ex.℄880.6P.℄880.48
Ex.℄880.9
P.℄880.71
Ex.℄881.0
P.℄880.85
Ex.℄881.4
P.℄881.16
LINDSAY STREET50+00 - 51+48X24Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:57 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)521
51+508708758808858908708758808858900102030405060700-10-20-30-40-50-60-7052+008708758808858908708758808858900102030405060700-10-20-30-40-50-60-7051+588708758808858908708758808858900102030405060700-10-20-30-40-50-60-7051+748708758808858908708758808858900102030405060700-10-20-30-40-50-60-7051+938708758808858908708758808858900102030405060700-10-20-30-40-50-60-7052+248708758808858908708758808858900102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
L13.67'881.37L21.11'881.79L21.11'881.79R13.67'880.95
R33.68'
881.38
R33.68'
881.382.0%5.7%5.7%2.0%2.8%1.9%1.9%R13.65'881.08L13.68'881.50L22.28'881.73L22.28'881.73L13.68'881.50R13.65'881.08
R30.36'
881.43
R30.36'
881.432.0%2.0%2.7%2.7%2.8%1.8%1.8%L13.67'881.34L24.94'881.95L24.94'881.95R13.67'881.76R25.63'882.13R25.63'882.132.0%2.8%7.5%7.5%2.0%3.0%3.0%R13.67'
882.09
L13.67'
881.67
L13.67'
881.67
L26.00'
882.10
L26.00'
882.10
R13.67'
882.09
R24.00'
882.27
R24.00'
882.272.0%2.0%2.8%3.9%3.9%1.8%1.8%L13.67'
882.21
L26.00'
883.19
L26.00'
883.19
R13.67'
882.21
R24.00'
882.31
R24.00'
882.312.0%7.9%7.9%2.0%1.0%1.0%R13.67'
882.21
L13.67'
882.63
R13.67'
882.63
R24.00'
882.70
R24.00'
882.70
L26.00'
884.20
L26.00'
884.20
L13.67'
882.63
R13.67'
882.21
R24.00'
882.70
R24.00'
882.702.0%2.0%0.7%0.7%12.7%12.7%2.8%6.5%6.5%Ex.℄881.4P.℄881.19 Ex.℄881.5P.℄881.32 Ex.℄881.8P.℄881.58
Ex.℄882.1
P.℄881.91
Ex.℄882.2
P.℄882.03
Ex.℄882.6
P.℄882.45
LINDSAY STREET51+50 - 52+24X25Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:57 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)522
52+508708758808858908708758808858900102030405060700-10-20-30-40-50-60-7052+388708758808858908708758808858900102030405060700-10-20-30-40-50-60-7052+698708758808858908708758808858900102030405060700-10-20-30-40-50-60-7052+798708758808858908708758808858900102030405060700-10-20-30-40-50-60-7052+828708758808858908708758808858900102030405060700-10-20-30-40-50-60-7052+928708758808858908708758808858900102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
R13.67'882.45L13.67'882.87R13.67'882.87R24.00'882.98R24.00'882.98L26.00'884.55L26.00'884.55L13.67'882.87R13.67'882.45R24.00'882.89R24.00'882.892.0%2.0%1.1%1.1%13.6%13.6%2.8%5.6%5.6%L13.67'883.08L26.00'884.85L26.00'884.85R13.67'883.08R24.00'883.27R24.00'883.272.0%14.4%14.4%2.0%1.8%1.8%R13.67'882.99L13.67'883.41L26.00'885.56L26.00'885.56L13.67'883.41R13.67'882.99R24.00'883.49R24.00'883.492.0%2.0%17.4%17.4%2.8%6.7%6.7%L13.67'
883.16
R13.67'
883.16
R13.67'
883.16
L13.67'
883.16
R24.00'
883.60
R24.00'
883.60
L26.00'
883.85
L26.00'
883.85
2.0%2.0%2.8%6.8%5.7%5.7%4.8%4.8%L13.67'
883.21
R13.67'
883.21
R13.67'
883.21
L13.67'
883.21
R24.00'
883.66
R24.00'
883.66
L26.00'
883.92
L26.00'
883.92
2.0%2.0%2.8%6.8%5.6%5.6%5.0%5.0%R13.67'
883.80
L13.67'
883.39
R13.67'
883.80
R24.00'
884.04
R24.00'
884.04
L13.67'
883.39
L26.00'
884.13
L26.00'
884.13
2.0%2.0%2.2%2.2%6.8%5.5%5.5%Ex.℄882.9P.℄882.69 Ex.℄883.1P.℄882.90 Ex.℄883.5P.℄883.23
Ex.℄883.7
P.℄883.40
Ex.℄883.7
P.℄883.45
Ex.℄883.9
P.℄883.62
LINDSAY STREET52+38 - 52+92X26Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:57 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)523
53+008708758808858908708758808858900102030405060700-10-20-30-40-50-60-7053+508758808858908958758808858908950102030405060700-10-20-30-40-50-60-7053+048708758808858908708758808858900102030405060700-10-20-30-40-50-60-7053+178708758808858908708758808858900102030405060700-10-20-30-40-50-60-7053+848758808858908958758808858908950102030405060700-10-20-30-40-50-60-70R/W
R/W
R/W
R/W
R/W
R/W
R/W
R/W
L13.67'883.94L26.00'884.23L26.00'884.23R13.67'883.94R24.00'884.30R24.00'884.302.0%2.4%2.4%2.0%3.4%3.4%R13.67'884.01L13.67'883.59R13.67'884.01R24.00'884.59R24.00'884.59R24.00'884.50R24.00'884.50R13.67'884.01L13.67'883.59L26.00'884.36L26.00'884.362.0%2.0%5.6%5.6%4.7%4.7%6.8%5.8%5.8%R13.67'884.23L13.67'883.81R13.67'884.23R24.00'885.34R24.00'885.34R24.00'885.26R24.00'885.26R13.67'884.23L13.67'883.81L26.00'884.49L26.00'884.492.0%2.0%10.8%10.8%10.0%10.0%6.8%4.6%4.6%L13.67'
884.68
L26.00'
886.99
L26.00'
886.99
R13.67'
884.68
R24.00'
885.85
R24.00'
885.852.0%18.8%18.8%2.0%11.4%11.4%Ex.℄884.0P.℄883.76 Ex.℄884.1P.℄883.83 Ex.℄884.3P.℄884.05
Ex.℄884.7
P.℄884.50
R13.66'
885.00
L13.67'
885.00
R13.66'
885.00
R28.17'
885.83
R28.17'
885.83
L23.28'
885.69
L23.28'
885.69
L13.67'
885.00
2.0%2.0%5.7%5.7%7.2%7.2%R/W
Ex.℄884.9
P.℄871.08
LINDSAY STREET53+00 - 53+84X27Save: 1/10/2024 8:23 AM sprall Plot: 2/26/2024 12:57 PM X:\FJ\G\GOLDV\163618\5-final-dsgn\51-drawings\10-Civil\cad\dwg\sheet\GV163618X02_Lindsay.dwg
103Sheet No.OfSheetsCITY PROJECT NO. 23-02S.A.P. 128-408-002 (ZANE AVE.)524
RESOLUTION NO. 24-022
A RESOLUTION ACCEPTING FEASIBILITY STUDY AND ORDERING
CONSTRUCTION OF CERTAIN PROPOSED PUBLIC IMPROVEMENTS ON
PROJECT NO. 24-02: ZANE AVENUE AND LINDSAY STREET RECONSTRUCTION
WHEREAS, pursuant to Resolution of the City Council No. 21-76 adopted October
5, 2021 a report has been prepared by Short Elliott Hendrickson, Inc. (the “Feasibility
Study”) with reference to proposed Improvement No. 24-02, the improvement of the
following streets:
All properties in the NW ¼, and N ½ of the SW ¼, of Section 33, Township 118 North,
Range 21 West of the 5th Principal Meridian; within the City of Golden Valley, Hennepin
County, Minnesota, that are adjacent to the following streets:
Zane Avenue North: Olson Memorial Highway Frontage Road North to Golden
Valley Road
Lindsay Street: Zane Avenue North to Lilac Drive
by improving said streets; and
WHEREAS, the Feasibility Study provides information regarding whether the
proposed improvement is necessary, cost-effective, and feasible; whether it should best
be made as proposed or in connection with some other improvement; the estimated
cost of the improvement as recommended; and a description of the methodology used
to calculate individual assessments for affected parcels; and
WHEREAS, a public hearing was held on Improvement No. 24-02 on this day
March 6, 2024 at 6:30 pm at Golden Valley City Hall, ten days’ mailed notice and two
weeks’ published notice of the hearing was given, and all persons desiring to be heard
were given an opportunity to be heard thereon.
NOW THEREFORE, BE IT RESOLVED,BY THE CITY COUNCIL OF THE CITY
OF GOLDEN VALLEY, MINNESOTA that this Council approves as follows:
1. The Feasibility Study is hereby approved.
2. Such improvement is necessary, cost-effective, and feasible as detailed in the
feasibility report.
3. Such improvement is hereby ordered.
4. The City Engineer is hereby designated as the engineer for this improvement. The
engineer has prepared plans and specifications for the making of such
improvement.
525
5. The City Clerk shall prepare an Advertisement for Bids and cause to be inserted
in the official paper an advertisement for bids upon the making of such
improvement under such approved plans and specifications. The advertisement
shall be published for 14 days, shall specify the work to be done, shall state that
bids will be received by the clerk until 10 am on April 4, 2024, at which time they
will be publicly opened in the city council chambers of the city hall by the city
engineer, will then be tabulated, and will be considered by the council on May 7,
2024. Any bidder whose responsibility is questioned during consideration of the
bid will be given an opportunity to address the council on the issue of responsibility.
No bids will be considered unless sealed and filed with the clerk and accompanied
by a cash deposit, cashier’s check, bid bond or certified check payable to the City
of Golden Valley for 5% percent of the amount of such bid.
6. The council will consider the assessment of abutting properties for at least 20% of
the cost of the improvement pursuant to Minnesota Statutes, Chapter 429 at an
estimated total cost of the improvement of $10,050,000.
Passed by the City Council of the City of Golden Valley, Minnesota this 6th day of March,
2024.
____________________________
Roslyn Harmon, Mayor
Attested:
____________________
Theresa Schyma, City Clerk
526
EXECUTIVE SUMMARY
Administrative Services
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
4B. Adopt Resolution No. 24-023 Confirming Assessment for Levy 25043 to Approve the Special
Assessments for the 2024 Pavement Management Project
Prepared By
Kyle Sawyer, Interim Finance Director
Summary
The following resolution requires approval for the certification of special assessments for the 2024
Pavement Management Project area.
All Pavement Management Projects are financed by selling General Obligation Bonds for the
construction of the street portion of the project. Those bonds need to be financed by a minimum of
20% from special assessments. The remaining costs are funded by bond sales that are paid back
through a City tax levy.
The following meetings were held on the 2024 Pavement Management Program:
May 17, 2023 - 1st Open House
October 18, 2023 - 2nd Open House
December 19, 2023 - Public Hearing - Proposed Improvements
January 30, 2024 - Project Bid Opening
March 6, 2024 - Public Hearing - Proposed Assessments
March 6, 2024 - Award Contract
May 2024 - Begin Construction
A legal notice was published February 15, 2024. On February 20, 2024, all property owners were
mailed a hearing notice of the assessment.
Property owners will have until November 7, 2024, to make payment with no interest. After that date
the amount will be certified and paid with property taxes at a 5.2% interest rate
The 2024 Pavement Management Program includes various improvements for streets in the following
locations:
All properties in the SE 1/4 of the NE 1/4 of Section 30, Township 118 North, Range 21 West; within
the City of Golden Valley, Hennepin County, Minnesota, which are adjacent to the following streets:
Duluth Street: Wisconsin Avenue North to Winnetka Avenue North
527
Westbend Road: Wisconsin Avenue North to Valders Avenue North
Winnetka Heights Drive: Orkla Drive to Valders Avenue North
Wisconsin Avenue North: Duluth Street to Westbend Road
Wisconsin Avenue North: Westbend Road to 23rd Avenue North
Orkla Drive: Westbend Road to 23rd Avenue North
Valders Avenue North: Duluth Street to Winnetka Heights Drive
Valders Avenue North: Winnetka Heights Drive to 23rd Avenue North
Properties in the SW 1/4 of the NE 1/4 of Section 30, Township 118 North, Range 21 West; within the
City of Golden Valley, Hennepin County, Minnesota, which are adjacent to the following streets:
Wisconsin Avenue North: Duluth Street to Westbend Road
Properties in the NE 1/4 of the SE 1/4 of Section 30, Township 118 North, Range 21 West; within the
City of Golden Valley, Hennepin County, Minnesota, which are adjacent to the following streets:
Duluth Street: Wisconsin Avenue North to Winnetka Avenue North
Financial or Budget Considerations
In 2024, the bond issuance size is $3,710,000 for the street portion of the 2024 Pavement
Management Program. Set Sale for the Bonds was approved at the February 20, 2024 meeting with
the final terms to be approved by Council on March 19, 2024. This project was included in the 2024-
2033 Capital Improvement Program (CIP) (S-001) for $5,500,000.
Legal Considerations
The City's external legal group--Kennedy and Graven along with the City Attorney have reviewed this
item.
Equity Considerations
The purpose of the Pavement Management Program is to provide high quality, cost effective streets in
Golden Valley. Full street reconstruction has occurred in nearly every neighborhood since 1995, and
by the end of 2024, all neighborhoods will have been fully reconstructed.
Recommended Action
Motion to adopt Resolution No. 24-023 confirming assessment for levy 25043 to approve special
assessments for the 2024 Pavement Management Project.
Supporting Documents
Project Location Map
2024 PMP List of Addresses
Resolution No. 24-023 - Confirming Assessment for Levy 25043
528
Orkla DrWisconsin Ave N23rd Ave N
Wynnwood Rd
Sumter Ave NP a tsy Ln Valders Ave NWinnetka Ave NXylon Ave NValdersAve NValders Ave N23 rd Ave N
J u lia nneTerWisconsinAveNWestbend Rd
WinnetkaHeightsDr
OrklaDrValdersCt
WinnetkaHeights Dr
County Rd 156WisconsinAveN
I
0 250 500125Feet
Print Date: 9/27/2022Sources:-Hennepin County Surveyors Office for Property Lines (2022).-City of Golden Valley for all other layers.2024 PMP
CIP Streets
2024 (23-01) 1.23 miles local
529
RESIDENTIAL ASSESSMENT RATE= $9,834.00
NO. OF PROPERTIES 91
PID HOUSE NO. STREET PROPERTY OWNERS FRONTAGE LEVIED TOTAL
3011821140014 8000 Duluth St B R WEAVER & M C O'BRIEN 233.24 $9,834 $9,834
3011821410026 8001 Duluth St ANDREW WERNER 127.34 $4,917 $4,917
3011821140013 8070 Duluth St W A DANDO & C L DANDO 100 $9,834 $9,834
3011821410064 8091 Duluth St NATHAN REITSMA 100.59 $9,834 $9,834
3011821140012 8100 Duluth St
TRUDY LANA LERNER 100 $9,834 $9,834
3011821410063 8101 Duluth St J GRZESIAK & M H GRZESIAK 100 $9,834 $9,834
3011821140011 8130 Duluth St
NILS E & KAYLA R JOHNSON 100 $9,834 $9,834
3011821410062 8131 Duluth St J G PREVOST & M J PREVOST 100 $9,834 $9,834
3011821140010 8160 Duluth St D T HEIGL & A M DISCHINGER 100 $9,834 $9,834
3011821410061 8161 Duluth St R A DUNKLEY & A KUENG 100 $9,834 $9,834
3011821140009 8190 Duluth St
BRET FIERCE 100 $9,834 $9,834
3011821410060 8191 Duluth St MICHAEL N VINH 100 $9,834 $9,834
3011821410059 8201 Duluth St
JOSHUA HANSON/MARTHA HANSON 100 $9,834 $9,834
3011821140041 8204 Duluth St CLAIRE SHEA & USMAN HUSSAIN 93.96 $9,834 $9,834
3011821140040 8216 Duluth St S PEDERSEN & N KRISTIN 100 $9,834 $9,834
3011821410058 8231 Duluth St JONATHAN SCHOESSOW 152.1 $4,917 $4,917
3011821130068 8340 Duluth St
J I WILSON & D M WILSON TRS 100.66 $4,917 $4,917
3011821140035 2000 Orkla Dr LEAH FANNING & RYAN BRUNT 256.52 $9,834 $9,834
3011821140027 2001 Orkla Dr SUSAN A BETH ET AL 235.4 $9,834 $9,834
3011821140028 2020 Orkla Dr JUDITH H HOOVER 255.51 $9,834 $9,834
3011821140026 2021 Orkla Dr ANDREA GALL 104 $9,834 $9,834
3011821140025 2041 Orkla Dr JK1 HOLDINGS LLC 104 $9,834 $9,834
3011821140083 2125 Orkla Dr S V MADSON & D S YAHLE 99.88 $9,834 $9,834
3011821140092 2140 Orkla Dr E JOHNSON & J ERICKSON 100.7 $9,834 $9,834
3011821140084 2145 Orkla Dr BRETT S BONIN 100.72 $9,834 $9,834
3011821140091 2150 Orkla Dr JEFFREY & MARIA ANKENY 100.35 $9,834 $9,834
3011821140085 2155 Orkla Dr ANDREW R BERSCHEIT 103 $9,834 $9,834
3011821140090 2200 Orkla Dr PAULINE SIEPKA 100.11 $9,834 $9,834
3011821140086 2205 Orkla Dr DONALD T SPADACCINI ET AL 102.18 $9,834 $9,834
3011821140089 2220 Orkla Dr ANTOINETTE K IHRKE 100.33 $9,834 $9,834
3011821140087 2225 Orkla Dr ROBERT & BARBARA WOLLAK TRST 102.15 $9,834 $9,834
3011821140088 2250 Orkla Dr T R & J H ERICKSON 103.14 $4,917 $4,917
3011821140072 2255 Orkla Dr
DAVID KING & EMILY BROWER 127.51 $4,917 $4,917
3011821410017 1890 Valders Ave N PARKS FAMILY TRUST 120.8 $4,917 $4,917
3011821140018 1920 Valders Ave N
MELISSA MURPHY & MARK MURPHY 226.77 $9,834 $9,834
3011821140017 1940 Valders Ave N D P MERRILL & M C MERRILL 84.09 $9,834 $9,834
3011821140016 2000 Valders Ave N C J MELIN TRUST ETAL 100 $9,834 $9,834
3011821140015 2020 Valders Ave N SHARON M SOIKE 100.05 $9,834 $9,834
3011821140008 2030 Valders Ave N E I KAUFMAN & A KAUFMAN 96 $9,834 $9,834
3011821140007 2040 Valders Ave N T A RYDBERG & A B RYDBERG 131.93 $9,834 $9,834
3011821140031 2041 Valders Ave N MARK E THORSELL ET AL TRS 256.09 $9,834 $9,834
3011821140055 2050 Valders Ave N BHJN LLC 61.42 $9,834 $9,834
3011821140061 2105 Valders Ave N M D ROBBINS & J A ROBBINS 216.31 $9,834 $9,834
3011821140057 2130 Valders Ave N LAUREN PODRATZ 92 $9,834 $9,834
3011821140060 2135 Valders Ave N JOY ARDELLE GERBER 100 $9,834 $9,834
3011821140058 2140 Valders Ave N ROBERT BRANDT 90.31 $4,917 $4,917
3011821140059 2145 Valders Ave N STACY ELLEN LEVY 103.79 $9,834 $9,834
3011821140047 2200 Valders Ave N M D JORGENSON & M JORGENSON 88.57 $4,917 $4,917
Preliminary Special Assessment Roll
CITY OF GOLDEN VALLEY
2024 PAVEMENT MANAGEMENT PROGRAM
CITY IMPROVEMENT PROJECT
530
3011821140050 2205 Valders Ave N E G NELSON & K C NELSON 101 $9,834 $9,834
3011821140046 2220 Valders Ave N
E M SCALETTA & V A GRUBER TR 92 $9,834 $9,834
3011821140049 2225 Valders Ave N T L STENSON & S D STENSON 100 $9,834 $9,834
3011821140045 2250 Valders Ave N DYLAN M NAUMANN & ABBY METZ 89.62 $4,917 $4,917
3011821140048 2255 Valders Ave N CAMERON BOURDON & MADILYN ORTEGA 98.56 $4,917 $4,917
3011821140032 8000 Westbend Rd R R SMITH & L K SMITH 255.95 $9,834 $9,834
3011821140024 8001 Westbend Rd EMILY BUGGY & LAURA BUGGY 233.59 $9,834 $9,834
3011821140033 8070 Westbend Rd
P A TABAKO & G J WINCEK 100 $9,834 $9,834
3011821140023 8071 Westbend Rd C POWERS & J M GILBERT 100 $9,834 $9,834
3011821140034 8100 Westbend Rd ALEX RUST & ERIN RUST 100 $9,834 $9,834
3011821140022 8101 Westbend Rd GREGORY SIPE 100 $9,834 $9,834
3011821140021 8131 Westbend Rd ROBERT & ASHLEY FIROUZI 100 $9,834 $9,834
3011821140020 8161 Westbend Rd T A FOKKEN & C P FOKKEN 100 $9,834 $9,834
3011821140019 8201 Westbend Rd RENE ULRICH 100 $9,834 $9,834
3011821140036 8209 Westbend Rd MICHELLE K FRISTROM REV TR 93.98 $9,834 $9,834
3011821140037 8215 Westbend Rd BEVERLY WOODS SANDBAKEN 100 $9,834 $9,834
3011821410077 1821 Winnetka Ave N DONALD A QUINN JR 135 $9,834 $9,834
3011821140001 1921 Winnetka Ave N S L FILLER & T HOLMLY 135 $9,834 $9,834
3011821140056 8000 Winnetka Heights Dr L I KACHULA & M KACHULA 219.7 $9,834 $9,834
3011821140030 8071 Winnetka Heights Dr TIMOTHY A KUEBELBECK ET AL 100 $9,834 $9,834
3011821140029 8101 Winnetka Heights Dr L M BAKUNIN & N A BAKUNINA 100 $9,834 $9,834
3011821140093 8140 Winnetka Heights Dr A & J ENGLE 232.88 $9,834 $9,834
3011821140039 1900 Wisconsin Ave N SUZANNE R PONTINEN 216.5 $9,834 $9,834
3011821130067 1935 Wisconsin Ave N ELIZABETH HURLEY & K HURLEY 130.55 $4,917 $4,917
3011821140038 1940 Wisconsin Ave N M J SKJERVEM & J M BACHMAN 216.24 $9,834 $9,834
3011821140082 2000 Wisconsin Ave N DAVID J & LISA P LOUIS 236.97 $9,834 $9,834
3011821140071 2005 Wisconsin Ave N M G BRUMBAUGH/G E BRUMBAUGH 229.58 $9,834 $9,834
3011821140081 2020 Wisconsin Ave N
MEGAN K HUSKEY 104 $9,834 $9,834
3011821140070 2025 Wisconsin Ave N MARISSA TORRES-BERTRAM ET AL 104 $9,834 $9,834
3011821140080 2040 Wisconsin Ave N
C WALZ & N PLOESSL 104 $9,834 $9,834
3011821140069 2045 Wisconsin Ave N L S HENSON & D K UKURA 104 $9,834 $9,834
3011821140079 2120 Wisconsin Ave N D MLEZIVA/M MLEZIVA REV TRST 104 $9,834 $9,834
3011821140068 2125 Wisconsin Ave N AMY ZOOK 104 $9,834 $9,834
3011821140078 2140 Wisconsin Ave N J VENTO & S VENTO 104 $9,834 $9,834
3011821140067 2145 Wisconsin Ave N JAMIE R COCHLAN 104 $9,834 $9,834
3011821140077 2160 Wisconsin Ave N SUZANNE J MILLER 104 $9,834 $9,834
3011821140066 2165 Wisconsin Ave N S K MIN & R KIEKHAFER 104 $9,834 $9,834
3011821140076 2200 Wisconsin Ave N H W REISS & E L REISS 104 $9,834 $9,834
3011821140065 2205 Wisconsin Ave N MARGARET M PETERSON 104 $9,834 $9,834
3011821140075 2220 Wisconsin Ave N
D JACOBSON & J JACOBSON 104 $9,834 $9,834
3011821140064 2223 Wisconsin Ave N
D L LEMKE & J K LEMKE 102.23 $9,834 $9,834
3011821140074 2250 Wisconsin Ave N L J WOLFSON & D A WOLFSON 131.11 $4,917 $4,917
3011821140063 2255 Wisconsin Ave N PAULA J KAMMAN 129.64 $4,917 $4,917
$830,973.00
$830,973.00
531
RESOLUTION NO. 24-023
RESOLUTION ADOPTING AND CONFIRMING ASSESSMENTS FOR
VARIOUS PUBLIC IMPROVEMENTS FOR STREETS IN THE
2024 PAVEMENT MANAGEMENT AREA
1. The amount proper and necessary to be specially assessed at this time for
various public improvements:
Project Years Interest Rate First Year Levy Total Assessed
2024 Pavement
Management Area
10 5.2%2025 $830,973
against every assessable lot, piece, or parcel of land affected thereby has been duly
calculated upon the basis of benefits, without regard to cash valuation, in accordance with
the provisions of Minnesota Statutes, Chapter 429, and notice has been duly published, as
required by law that this Council would meet to hear, consider and pass upon all objections,
if any, and said proposed assessment has at all time since its filing been open for public
inspection and an opportunity has been given to all interested persons to present their
objections if any, to such proposed assessments.
2. This Council, having heard and considered all objections so presented, finds that
each of the lots, pieces and parcels of land enumerated in the proposed assessment was
and is specially benefited by the construction of said improvement in not less than the
amount of the assessment set opposite the description of each such lot, piece, and parcel
of land respectively, and such amount so set out is hereby levied against each of the
respective lots, pieces and parcels of land therein described.
3. The proposed assessments are hereby adopted and confirmed as the proper
assessments for each of said lots, pieces and parcels of land respectively, and the
assessment against each parcel, together with interest at the rate of five (5) percent per
annum accruing on the full amount thereof unpaid, shall be a lien concurrent with general
taxes upon parcel and all thereof. The total amount of each such assessment not prepaid
shall be payable in equal annual principal installments extending over a period of years, as
indicated in each case. The first of said installments, together with interest on the entire
assessment for the period of January 1, 2025 through December 31, 2025, will be payable
with general taxes for the year of 2024, collectible in 2025, and one of each of the
remaining installments, together with one year’s interest on that and all other unpaid
installments, will be paid with general taxes for each consecutive year thereafter until the
entire assessment is paid.
4. Prior to certification of the assessment to the County Auditor, the owner of any
lot, piece or parcel of land assessed hereby may at any time pay the whole such
assessment, with interest to the date of payment, to the City Treasurer, but no interest shall
be charged if such payment is made by November 7, 2024.
532
Resolution No. 24-023 - Continued March 6, 2024
5. The City Clerk shall, as soon as may be, prepare and transmit to the County
Auditor a certified duplicate of the assessment roll, with each installment and interest on
each unpaid assessment set forth separately, to be extended upon the proper tax lists of
the County and the County Auditor shall thereafter collect said assessment in the manner
provided by law.
Adopted by the City Council of Golden Valley, Minnesota this 6th day of March, 2024.
_____________________________
Roslyn Harmon, Mayor
ATTEST:
_____________________________
Theresa Schyma, City Clerk
533
EXECUTIVE SUMMARY
Community Development
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
6A. 2024 Pavement Management Program Project Awards - 1) Award Construction Contract to
Northwest Asphalt, Incorporated and 2) Award Contract for Construction Engineering Services to Short
Elliott Hendrickson, Incorporated
Prepared By
RJ Kakach, PE, Assistant City Engineer
Summary
Award Construction Contract
Bids for the 2024 Pavement Management Program (PMP) City Improvement Project No. 24-01 were
opened virtually on January 30, 2024. The following bids were received:
Contractor Base Bid Alt Bid A Alt Bid B Alt Bid C
Northwest Asphalt $4,846,488.14 $202,663.34 $57,519.00 $261,450.00
GMH Asphalt Corporation $4,995,226.45 $203,534.20 $57,788.75 $262,695.00
Valley Paving $5,131,734.82 $206,768.20 $237,882.98 $266,786.08
Park Construction $5,141,008.70 $202,827.47 $57,573.78 $261,703.98
New Look Contracting $5,142,303.25 $215,690.00 $60,797.50 $273,900.00
SR Weidema $5,363,541.76 $197,036.50 $55,879.75 $249,000.00
Ryan Contracting Co. $5,561,506.10 $217,040.00 $68,475.00 $332,000.00
Meyer Contracting $6,010,108.30 $196,941.48 $55,895.58 $256,700.74
Northdale Construction $6,109,175.18 $202,663.34 $57,519.00 $261,450.00
Low Bid Total (Base + Alt A + Alt C): Northwest Asphalt $5,310,601.48
Staff reviewed the bids and found them to be accurate and in order. Staff recommends awarding the
Contract to Northwest Asphalt for all work associated with the Base Bid, Alternate Bid A: Sanitary
Sewer Main Lining, and Alternate Bid C: Sanitary Sewer Wye Liners. Alternate Bid B: Sanitary Sewer
Wye Sealing is not part of the recommended award.
Construction Observation and Engineering Services
In addition to the construction contract, there are additional contracts associated with the project that
Council should be aware of. First, staff has received a proposal from the consulting engineering firm of
Short Elliott Hendrickson, Inc. (SEH), dated February 26, 2024 for construction staking and observation
for the 2024 PMP. The construction staking includes all survey work during construction, record
drawing survey, and drawing preparation following construction. Construction observation for this
534
project will be performed by both City and SEH staff. The proposal includes a not-to-exceed amount of
$288,100, a portion of which will be financed from the Street CIP. Secondly, design services for the
PMP, which included preparation of the feasibility report, plans, and specifications for the project,
were also provided by SEH with a contract total not to exceed $439,900, and approved at the October
4, 2022 City Council meeting.
Financial or Budget Considerations
The financing for the construction contract is summarized as follows:
Funding Category Bid Amount CIP Amount (Number)
Street $3,145,060.95 $5,500,000 (S-001)
Sewer and Water $1,423,539.93 $2,100,000(W&SS-001)
Storm $677,269.81 $1,200,000 (SS-01)
Walk $64,730.79 $200,000 (S-053)
It is expected that construction will begin as weather permits in April 2024 and be completed in the
fall.
Legal Considerations
The contract with Northwest Asphalt and the professional services agreement with SEH were created
from contract templates reviewed and approved by the City Attorney.
Equity Considerations
The purpose of the Pavement Management Program is to provide high quality, cost effective streets in
Golden Valley. This program satisfies Pillar 3 of the Equity Plan Pillars by providing unbiased programs
and services. Full street reconstruction has occurred in nearly every neighborhood since 1995, and by
the end the 2024 PMP, all neighborhoods will have been fully reconstructed.
Recommended Action
1. Motion to approve construction agreement with Northwest Asphalt, Incorporated for the 2024
Pavement Management Project #24-01 in the amount of $5,310,601.48. This item requires a
majority vote.
2. Motion to approve professional services agreement with Short Elliott Hendrickson, Incorporated
for the observation, construction staking, and engineering services on the 2024 PMP, for an
amount not to exceed $288,100. This item requires a majority vote.
Supporting Documents
2024 PMP Location Map
2024 PMP Contract with Northwest Asphalt
2024 PMP Construction Services Agreement with SEH Inc.pdf
535
Orkla DrWisconsin Ave N23rd Ave N
Wynnwood Rd
Sumter Ave NP a tsy Ln Valders Ave NWinnetka Ave NXylon Ave NValdersAve NValders Ave N23 rd Ave N
J u lia nneTerWisconsinAveNWestbend Rd
WinnetkaHeightsDr
OrklaDrValdersCt
WinnetkaHeights Dr
County Rd 156WisconsinAveN
I
0 250 500125Feet
Print Date: 9/27/2022Sources:-Hennepin County Surveyors Office for Property Lines (2022).-City of Golden Valley for all other layers.2024 PMP
CIP Streets
2024 (23-01) 1.23 miles local
536
FC - 1
CONTRACT NO. 24-01
AGREEMENT FOR THE 2024 PAVEMENT MANAGEMENT
PROJECT NO. 24-01
THIS AGREEMENT (this “Agreement”), entered into the 6th day of March, 2024 between
the City of Golden Valley (the “City”), a municipal corporation, existing under the laws of
the State of Minnesota, and Northwest Asphalt, Incorporated, a corporation under the laws of
Minnesota (“Contractor”).
ARTICLE 1. The Contract Documents. The Contract Documents consist of: this
Agreement, the Proposal and Bid of the Contractor, the Contractor’s Bonds, the General
Conditions, Special Conditions and any supplementary conditions, drawings, plans,
Specifications, addenda issued prior to execution of this Agreement, other documents
listed herein or in any of the foregoing documents, and Modifications of the same issued
after execution of this Agreement (collectively the “Contract” or “Contract Documents”).
A Modification is (1) a written amendment to the Contract signed by both parties, (2) a
Change Order, (3) a Construction Change Directive, or (4) a written order for a minor
change in the Work issued by the Engineer.
In the event of a conflict among the various provisions of the Contract Documents, the
terms shall be interpreted in the following order of priority:
1. Modifications to the Contract
2. This Agreement
3. Special Conditions
4. General Conditions
Drawings shall control over Specifications, and detail in drawings shall control over
large-scale drawings.
All capitalized terms used and not otherwise defined in this Agreement, but defined
elsewhere in the Contract Documents, shall have the meaning set forth in the Contract
Documents.
ARTICLE 2. The Work. Contractor, for good and valuable consideration the sufficiency
of which is hereby acknowledged, covenants and agrees to furnish all materials, all
necessary tools and equipment, and to do and perform all work and labor necessary for
2024 Pavement Management Program (24-01) (the “Project”) according to the Plans
and Specifications and all of the Contract Documents.
Contractor shall commence and conclude the Work in accordance with the Contract
Documents. Time is of the essence in this Agreement. Accordingly, Contractor shall
complete the Work in accordance with the time schedule for commencement and
completion of the Work set forth in the Contract Documents. Contractor shall complete
the Work in every respect to the satisfaction and approval of the City.
537
FC - 2
ARTICLE 3. Contract Price. The City shall pay the Contractor the Contract Price in
current funds for the Contractor’s performance of the Contract. The Contract Price shall
be $5,310,601.48, subject to additions and deductions as provided in the Contract
Documents.
Installment payments, if any, on account of the Work shall be made in accordance with
the provisions of the General Conditions. Final payment shall be due and payable on or
before thirty (30) days after issuance of a Certificate of Final Completion issued by the
City Engineer confirming that the Work has been fully completed and Contractor’s
obligations fully performed by Contractor.
ARTICLE 4. Contractor’s Bonds. Contractor shall make, execute and deliver to the
City corporate surety bonds in a form approved by the City, in the sum of
$5,310,301.48 for the use of the City and of all persons furnishing labor, skill, tools,
machinery or materials to the Project. Said bonds shall secure the faithful performance
and payment of the Contract by the Contractor and shall be conditioned as required by
law. This Agreement shall not become effective unless and until said bonds have been
received and approved by the City.
ARTICLE 5. Acceptance of the Work. The City, through its authorized agents, shall
be the sole and final judge of the fitness of the Work and its acceptability.
ARTICLE 6. Records. Contractor shall keep as complete, exact and accurate an
account of the labor and materials used in the execution of the Work as is possible, and
shall submit and make this information available as maybe requested by the City.
ARTICLE 7. Payment. All payments to Contractor shall be made payable to the order
of Northwest Asphalt, Incorporated, and the City does not assume and shall not have
any responsibility for the allocation of payments or obligations of the Contractor to
third parties.
ARTICLE 8. Cancellation Prior to Execution. The City reserves the right, without
liability, to cancel the award of the Contract at any time before the execution of the
Contract by all parties.
ARTICLE 9. Special Assessment Contingency. The City’s obligation under this
contract is contingent upon the availability of appropriated funds, including funds
derived from special assessments, from which payment for contract purposes can be
made. The City shall not be legally liable for any payment under this Agreement unless
the special assessment appeal period under Minn. Stat. § 429.081 has passed and no
appeals have been received.
ARTICLE 10. Termination. The City may by written notice terminate the Contract, or
any portion thereof, when (1) it is deemed in the best public, state or national interest to
do so; (2) the Special Assessment contingency has not been met; (3) the City is unable
to adequately fund payment for the Contract because of changes in state fiscal policy,
regulations or law; or (4) after finding that, for reasons beyond Contractor’s control,
538
FC - 3
Contractor is prevented from proceeding with or completing the Work within a
reasonable time.
In the event that any Work is terminated under the provisions hereof, all completed
items or units of Work will be paid for at Contract Bid Prices. Payment for partially
completed items or units of Work will be made in accordance with the Contract
Documents.
Termination of the Contract or any portion thereof shall not relieve Contractor of
responsibility for the completed Work, nor shall it relieve Contractor’s Sureties of their
obligations for and concerning any just claims arising out of the Work.
IN WITNESS WHEREOF, both parties hereto have caused this Contract to be signed
on their respective behalves by their duly authorized offices and their corporate seals to
be hereunto affixed the day and year first above written.
THE CITY OF GOLDEN VALLEY, MINNESOTA
BY
Roslyn Harmon, Mayor
BY
Kirsten Santelices, Acting City Manager
CONTRACTOR: NORTHWEST ASPHALT INCORPORATED
BY
ITS
539
PROFESSIONAL SERVICES AGREEMENT
FOR PROVIDING THE PROFESSIONAL ENGINEERING CONSULTING SERVICES
FOR THE RECONSTRUCTION OF STREETS AND UTILITIES
FOR THE 2024 PAVEMENT MANAGEMENT PROGRAM #24-01
THIS AGREEMENT is made this _____________, 2024 (“Effective Date”) by and between Short Elliott
Hendrickson, Incorporated a Minnesota corporation with its principal office at 3535 Vadnais Center Drive,
St. Paul, MN 55110-3507 (“Consultant”), and the City of Golden Valley, Minnesota, a Minnesota municipal
corporation located at 7800 Golden Valley Road, Golden Valley, MN 55427 (the “City”):
RECITALS
A. Consultant is engaged in the business of providing professional engineering consulting services.
B. The City desires to hire Consultant to provide professional services for the reconstruction of
streets and utilities for the 2024 Pavement Management Program.
C. Consultant represents that it has the professional expertise and capabilities to provide the City
with the requested professional services.
D. The City desires to engage Consultant to provide the services described in this Agreement and
Consultant is willing to provide such services on the terms and conditions in this Agreement.
NOW, THEREFORE, in consideration of the terms and conditions expressed in this Agreement, the City and
Consultant agree as follows:
AGREEMENT
1. Services. Consultant agrees to provide the City with professional consulting services as described
in the attached Exhibit A (the “Services”) at the locations depicted in the attached Exhibit B. Exhibits A
and B shall be incorporated into this Agreement by reference. All Services shall be provided in a manner
consistent with the level of care and skill ordinarily exercised by professionals currently providing similar
services. Consultant may reasonably rely on information and documents provided by or through the City.
2. Time for Completion. The Services shall be completed on or before December 31, 2024, provided
that the parties may extend the stated deadline upon mutual written agreement. This Agreement shall
remain in force and effect commencing from the effective date and continuing until the completion of the
project, unless terminated by the City or amended pursuant to the Agreement.
3. Consideration. The City shall pay Consultant for the Services on an hourly basis and for necessary
out-of-pocket expenses at the rates set forth in Consultant’s fee schedule, attached hereto as Exhibit C.
Consultant’s total compensation for the Services, including hourly fees and expenses, shall not exceed
$288,100. The consideration shall be for both the Services performed by Consultant and any and all
expenses incurred by Consultant in performing the Services. The City shall make progress payments to
Consultant on a monthly basis. Consultant shall submit statements to the City containing a detailed list
of project labor and hours, rates, titles, and amounts undertaken by Consultant during the relevant billing
period. The City shall pay Consultant within thirty (30) days after Consultant’s statements are submitted.
1
540
4. Approvals. Consultant shall secure the City’s written approval before making any expenditures,
purchases, or commitments on the City’s behalf beyond those listed in the Services. The City’s approval
may be provided via electronic mail.
5. Termination. Notwithstanding any other provision hereof to the contrary, this Agreement may
be terminated as follows:
a. The parties, by mutual written agreement, may terminate this Agreement at any time;
b. Consultant may terminate this Agreement in the event of a breach of the Agreement by the City
upon providing thirty (30) days’ written notice to the City;
c. The City may terminate this Agreement at any time at its option, for any reason or no reason at
all; or
d. The City may terminate this Agreement immediately upon Consultant’s failure to have in force
any insurance required by this Agreement.
In the event of a termination, the City shall pay Consultant for Services performed to the date of
termination and for all costs or other expenses incurred prior to the date of termination.
7. Amendments. No amendments may be made to this Agreement except in a writing signed by
both parties.
8. Remedies. In the event of a termination of this Agreement by the City because of a breach by
Consultant, the City may complete the Services either by itself or by contract with other persons or
entities, or any combination thereof. These remedies provided to the City for breach of this Agreement
by Consultant shall not be exclusive. The City shall be entitled to exercise any one or more other legal or
equitable remedies available because of Consultant’s breach.
9. Records/Inspection. Pursuant to Minnesota Statutes § 16C.05, subd. 5, Consultant agrees that
the books, records, documents, and accounting procedures and practices of Consultant, that are relevant
to this Agreement or transaction, are subject to examination by the City and the state auditor or legislative
auditor for a minimum of six years. Consultant shall maintain such records for a minimum of six years
after final payment. The parties agree that this obligation will survive the completion or termination of this
Agreement.
10. Indemnification. To the fullest extent permitted by law, Consultant, and Consultant's successors
or assigns, agree to protect, defend, indemnify, save, and hold harmless the City, its officers, officials,
agents, volunteers, and employees from any and all claims; lawsuits; causes of actions of any kind, nature,
or character; damages; losses; and costs, disbursements, and expenses of defending the same, including but
not limited to reasonable attorneys’ fees, professional services, and other technical, administrative or
professional assistance to the extent resulting from Consultant’s (or its subcontractors, agents, volunteers,
members, invitees, representatives, or employees) negligent performance of the duties required by or arising
from this Agreement, or caused in whole or in part by any negligent act or omission or willful misconduct by
Consultant, or arising out of Consultant’s failure to obtain or maintain the insurance required by this
Agreement. Nothing in this Agreement shall constitute a waiver or limitation of any immunity or limitation
of liability to which the City is entitled. The parties agree that these indemnification obligations shall survive
the completion or termination of this Agreement.
2
541
11. Insurance. Contractor shall maintain reasonable insurance coverage throughout this Agreement.
Contractor agrees that before any work related to the approved project can be performed, Contractor
shall maintain at a minimum:
A. Workers’ Compensation and Employers’ Liability
1. Coverage A: Per state statute
2. Coverage B: $500,000 each accident
$500,000 Disease – policy limit
$500,000 Disease – each employee
B. Commercial General Liability
1. $2,000,000 General Aggregate
2. $2,000,000 Products—Completed Operations Aggregate
3. $1,000,000 Each Occurrence
4. $1,000,000 Personal Injury
C. Commercial Automobile Liability
1. $1,000,000 Combined single limit bodily injury and property damage. The
Commercial Automobile Liability shall provide coverage for the following
automobiles:
i. All owned automobiles
ii. All non-owned automobiles
iii. All hired automobiles
D. Umbrella Liability
1. $10,000,000 Each claim
2. $10,000,000 Annual aggregate
The umbrella liability shall provide excess limits for the commercial general liability policies.
E. Professional and Pollution Incident Liability
Professional liability insurance including pollution incident liability coverage with limits of
not less than:
1. $5,000,000 per claim
2. $5,000,000 annual aggregate
Contractor shall provide the City with a current certificate of insurance including the following
language: “The City of Golden Valley is named as an additional insured with respect to the commercial
general liability, business automobile liability and umbrella or excess liability, as required by the
contract. The umbrella or excess liability policy follows form on all underlying coverages.” Such certificate
of liability insurance shall list the City as an additional insured and contain a statement that such policies
of insurance shall not be canceled or amended unless 30 days’ written notice is provided to the City, or
10 days’ written notice in the case of non-payment.
3
542
12. Assignment. Neither the City nor Consultant shall assign or transfer any rights under or interest
(including, but without limitation, moneys that may become due or moneys that are due) in this
Agreement without the prior written consent of the other except to the extent that the effect of this
limitation may be restricted by law. Any assignment in violation of this provision is null and void. Unless
specifically stated to the contrary in any written consent to an assignment, no assignment will release or
discharge the assignor from any duty or responsibility under this Agreement. Nothing contained in this
paragraph shall prevent Consultant from employing such independent consultants, associates, and
subcontractors, as it may deem appropriate to assist it in the performance of the Services required by this
Agreement. Any instrument in violation of this provision is null and void.
13. Independent Contractor. Consultant is an independent contractor. Consultant’s duties shall be
performed with the understanding that Consultant has special expertise as to the services which
Consultant is to perform and is customarily engaged in the independent performance of the same or
similar services for others. Consultant shall provide or contract for all required equipment and personnel.
Consultant shall control the manner in which the services are performed; however, the nature of the
Services and the results to be achieved shall be specified by the City. The parties agree that this is not a
joint venture and the parties are not co-partners. Consultant is not an employee or agent of the City and
has no authority to make any binding commitments or obligations on behalf of the City except to the
extent expressly provided in this Agreement. All services provided by Consultant pursuant to this
Agreement shall be provided by Consultant as an independent contractor and not as an employee of the
City for any purpose, including but not limited to: income tax withholding, workers' compensation,
unemployment compensation, FICA taxes, liability for torts and eligibility for employee benefits.
14. Compliance with Laws. Consultant shall exercise due professional care to comply with applicable
federal, state and local laws, rules, ordinances and regulations in effect as of the date Consultant agrees
to provide the Services. Consultant’s guests, invitees, members, officers, officials, agents, employees,
volunteers, representatives, and subcontractors shall abide by the City’s policies prohibiting sexual
harassment and tobacco, drug, and alcohol use as defined on the City’s Tobacco, Drug, and Alcohol Policy,
as well as all other reasonable work rules, safety rules, or policies, and procedures regulating the conduct
of persons on City property, at all times while performing duties pursuant to this Agreement. Consultant
agrees and understands that a violation of any of these policies, procedures, or rules constitutes a breach
of the Agreement and sufficient grounds for immediate termination of the Agreement by the City.
15. Entire Agreement. This Agreement, any attached exhibits, and any addenda signed by the parties
shall constitute the entire agreement between the City and Consultant, and supersedes any other written
or oral agreements between the City and Consultant. This Agreement may only be modified in a writing
signed by the City and Consultant. If there is any conflict between the terms of this Agreement and the
referenced or attached items, the terms of this Agreement shall prevail. If there is any conflict between
this Agreement and Exhibits A or B, the terms of this Agreement shall prevail.
16. Third Party Rights. The parties to this Agreement do not intend to confer any rights under this
Agreement on any third party.
17. Choice of Law and Venue. This Agreement shall be governed by and construed in accordance with
the laws of the state of Minnesota. Any disputes, controversies, or claims arising out of this Agreement
shall be mediated with a mutually acceptable third-party neutral within 90 days of either party giving
notice to the other of a dispute, controversy or claim. If such mediation is unsuccessful, the dispute,
controversy, or claim shall be heard in the state or federal courts of Hennepin County, Minnesota, and all
4
543
parties to this Agreement waive any objection to the jurisdiction of these courts, whether based on
convenience or otherwise.
18. Conflict of Interest. Consultant shall use reasonable care to avoid conflicts of interest and
appearances of impropriety in its representation of the City. In the event of a conflict of interest,
Consultant shall advise the City and either secure a waiver of the conflict, or advise the City that it will be
unable to provide the requested Services.
19. Work Products and Ownership of Documents. All records, information, materials, and work
product, including, but not limited to the completed reports, data collected from or created by the City or
the City’s employees or agents, raw market data, survey data, market analysis data, and any other data,
work product, or reports prepared or developed in connection with the provision of the Services pursuant
to this Agreement shall become the property of the City, but Consultant may retain reproductions of such
records, information, materials and work product. Regardless of when such information was provided or
created, Consultant agrees that it will not disclose for any purpose any information Consultant has
obtained arising out of or related to this Agreement, except as authorized by the City or as required by
law. Notwithstanding the foregoing, nothing in this Agreement shall grant or transfer any rights, title or
interests in any intellectual property created by Consultant prior to the effective date of this Agreement;
however, to the extent Consultant generates reports or recommendations for the City using proprietary
processes or formulas, Consultant shall provide the City (1) factual support for such reports and
recommendations; (2) a detailed explanation of the method used and data relied upon to arrive at the
recommendation; and (3) a detailed explanation of the rationale behind the methodology used. All of the
obligations in this paragraph shall survive the completion or termination of this Agreement. Any reuse of
the records, information, materials, or work product without written verification or adaptation by
Consultant will be at the City’s sole risk and without liability or legal exposure to Consultant.
20. Agreement Not Exclusive. The City retains the right to hire other professional service providers for
this or other matters, in the City’s sole discretion.
21. Data Practices Act Compliance. Any and all data provided to Consultant, received from Consultant,
created, collected, received, stored, used, maintained, or disseminated by Consultant pursuant to this
Agreement shall be administered in accordance with, and is subject to the requirements of the Minnesota
Government Data Practices Act, Minnesota Statutes, Chapter 13. Consultant agrees to notify the City within
three business days if it receives a data request from a third party. This paragraph does not create a duty
on the part of Consultant to provide access to public data to the public if the public data are available from
the City, except as required by the terms of this Agreement. These obligations shall survive the termination
or completion of this Agreement.
22. No Discrimination. Consultant agrees not to discriminate in providing products and services under
this Agreement on the basis of race, color, sex, creed, national origin, disability, age, sexual orientation, status
with regard to public assistance, or religion. Violation of any part of this provision may lead to immediate
termination of this Agreement. Consultant agrees to comply with Americans with Disabilities Act as
amended (“ADA”), section 504 of the Rehabilitation Act of 1973, and the Minnesota Human Rights Act,
Minnesota Statutes, Chapter 363A. Consultant agrees to hold harmless and indemnify the City from costs,
including but not limited to damages, reasonable attorneys’ fees and staff time, in any action or
proceeding brought alleging a violation of these laws by Consultant or its guests, invitees, members,
officers, officials, agents, employees, volunteers, representatives and subcontractors. Upon request,
Consultant shall provide accommodation to allow individuals with disabilities to participate in all Services
5
544
under this Agreement. Consultant agrees to utilize its own auxiliary aid or service in order to comply with
ADA requirements for effective communication with individuals with disabilities.
23. Authorized Agents. The City’s authorized agent for purposes of administration of this contract is
Jeff Oliver, City Engineer, or designee. Consultant’s authorized agent for purposes of administration of
this contract is Scott Haupt, or designee who shall perform or supervise the performance of all Services.
24. Notices. Any notices permitted or required by this Agreement shall be deemed given when
personally delivered or upon deposit in the United States mail, postage fully prepaid, certified, return
receipt requested, addressed to:
CONSULTANT THE CITY
Short Elliott Hendrickson, Inc
Scott Haupt, PE
3535 Vadnais Center Drive
St. Paul, MN 55110
shaupt@sehinc.com
City of Golden Valley
RJ Kakach
7800 Golden Valley Road
Golden Valley, MN 55437
rkakach@goldenvalleymn.gov
or such other contact information as either party may provide to the other by notice given in accordance
with this provision.
26. Waiver. No waiver of any provision or of any breach of this Agreement shall constitute a waiver
of any other provisions or any other or further breach, and no such waiver shall be effective unless made
in writing and signed by an authorized representative of the party to be charged with such a waiver.
27. Headings. The headings contained in this Agreement have been inserted for convenience of
reference only and shall in no way define, limit or affect the scope and intent of this Agreement.
28. Payment of Subcontractors. Consultant agrees that it must pay any subcontractor within 10 days
of the Consultant’s receipt of payment from the City for undisputed Services provided by the
subcontractor. Consultant agrees that it must pay interest of 1-1/2 percent per month or any part of a
month to the subcontractor on any undisputed amount not paid on time to the subcontractor. The
minimum monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid
balance of less than $100, the Consultant shall pay the actual penalty due to the subcontractor. A
subcontractor who prevails in a civil action to collect interest penalties from Consultant must be awarded
its costs and disbursements, including attorneys’ fees, incurred in bringing the action.
29. Publicity. At the City’s request, the City and Consultant shall develop language to use when
discussing the Services. Consultant agrees that Consultant shall not release any publicity regarding the
Services or the subject matter of this Agreement without prior consent from the City. Consultant shall not
use the City’s logo or state that the City endorses its services without the City’s advanced written
approval.
30. Severability. In the event that any provision of this Agreement shall be illegal or otherwise
unenforceable, such provision shall be severed, and the balance of the Agreement shall continue in full
force and effect.
6
545
31.Signatory. Each person executing this Agreement (“Signatory”) represents and warrants that they
are duly authorized to sign on behalf of their respective organization. In the event Consultant did not
authorize the Signatory to sign on its behalf, the Signatory agrees to assume responsibility for the duties
and liability of Consultant, described in this Agreement, personally.
32.Counterparts and Electronic Communication. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which taken together shall constitute
one and the same instrument. This Agreement may be transmitted by electronic mail in portable
document format (“pdf”) and signatures appearing on electronic mail instruments shall be treated as
original signatures.
33.Recitals. The City and Consultant agree that the Recitals are true and correct and are fully
incorporated into this Agreement.
IN WITNESS WHEREOF, the City and Consultant have caused this Professional Services Agreement to be
executed by their duly authorized representatives in duplicate on the respective dates indicated below.
CITY OF GOLDEN VALLEY:
By:
Roslyn Harmon, Mayor
SHORT ELLIOTT HENDRICKSON, INC;
By:
Name:
Title:
By:
Kirsten Santelices, Acting City Manager
7
546
EXHIBIT A
SCOPE OF SERVICES
8
547
Engineers | Architects | Planners | Scientists
Short Elliott Hendrickson Inc., 3535 Vadnais Center Drive, St. Paul, MN 55110-3507
651.490.2000 | 800.325.2055 | 888.908.8166 fax | sehinc.com
SEH is 100% employee-owned | Affirmative Action–Equal Opportunity Employer
February 26, 2024 RE: City of Golden Valley
2024 Pavement Management Program
Construction Services Proposal
City Project No. 24-01
SEH No. GOLDV P-171745 14.00
Mr. Jeff Oliver
City Engineer
City of Golden Valley
7800 Golden Valley Road
Golden Valley, MN 55427-4588
Dear Mr. Oliver:
Thank you for the opportunity to assist the City of Golden Valley in providing professional engineering
services for the reconstruction of streets in the 2024 Pavement Management Program (PMP) project
area. Short Elliott Hendrickson (SEH®) has recently completed final design services and the City is
requesting a scope of work for construction services. This letter serves as the Scope of Services for the
Agreement for Professional Services for the 2024 Pavement Management Program Project between the
City of Golden Valley and SEH.
BACKGROUND
The City of Golden Valley is planning to reconstruct approximately 1.17 miles of residential streets and
perform a mill and overlay on an additional 0.06 miles of residential streets in the northwest corner of the
City. The project is generally bounded by Wisconsin Avenue North on the west, Winnetka Avenue North
(County State Aid Highway (CSAH) 156) on the east, Duluth Street on the south, and 23rd Avenue North
on the north.
The following streets are included in the project area:
· Duluth Street: Wisconsin Avenue North to Winnetka Avenue North
· Westbend Road: Wisconsin Avenue North to Valders Avenue North
· Winnetka Heights Drive: Orkla Drive to Valders Avenue North
· Wisconsin Avenue North: Duluth Street to Westbend Road
· Wisconsin Avenue North: Westbend Road to 23rd Avenue North
· Orkla Drive: Westbend Road to 23rd Avenue North
· Valders Avenue North: Duluth Street to Winnetka Heights Drive
· Valders Avenue North: Winnetka Heights Drive to 23rd Avenue North
· Valders Court (mill and overlay): Valders Avenue North to east cul-de-sac
The proposed improvements include water main replacement, sanitary sewer replacement and
rehabilitation, storm sewer replacement and rehabilitation. Improvements also include construction of
548
Mr. Jeff Oliver
February 26, 2024
Page 2
concrete curb and gutter, concrete sidewalk, and a pedestrian median, pedestrian ramp reconstruction,
and street reconstruction.
Construction services for the 2024 PMP include construction staking, providing a Resident Project
Representative (RPR), and limited construction observation as described below. We understand the City
will be providing overall construction administration on this project.
SCOPE OF WORK
Construction Staking
SEH will provide a survey crew to perform construction staking for the proposed improvements within the
proposed project area. Staking tasks for this project will include placement of horizontal and vertical
control, utility staking for private utilities, water main stakes, sanitary sewer manhole stakes, storm sewer
stakes, curb and gutter stakes, blue tops after curb is in place, sidewalk stakes, concrete median and
pedestrian ramp stakes, and survey truck/equipment expenses. All survey coordination for construction
staking and observation will be between the survey crew chief and the City.
Resident Project Representative
The Resident Project Representative (RPR) is the Engineer’s agent at the site and will act as directed by
and under supervision of the Engineer. The RPR shall serve as the liaison with the contractor, working
principally through the contractor’s superintendent. They will assist in helping the contractor understand
the intent of the Contract Documents. The field personnel will review the progress schedule, shop
drawings, and required submittals, Schedule of Materials Control and consult with the Engineer
concerning acceptability. The RPR will be responsible for maintaining job site files, for correspondence,
meeting reports, field orders, and supplemental agreements. They will maintain a daily diary and records
pertaining to quantities, and will assist City staff with the applications for payment. The RPR will also keep
information pertaining to record plans and will assist City staff with scheduling the survey crew based on
staking requests from the contractor’s representative.
Observation
SEH will provide observation services including attendance at the pre-construction meeting and weekly
construction meetings, and will perform shop drawing reviews for the proposed improvements. The
proposed budget also includes minor technical support for geotechnical issues that may arise. Time has
also been included in the proposed budget to assist the City with project closeout activities.
Record Plans
SEH will furnish the City with AutoCAD files for the City’s use in preparing the record drawings.
PROJECT TEAM
Scott Haupt and Steve Prall will be available to answer design-related questions and provide coordination
with field staff and Scott will provide project management of our contract with the City. They will also be
available to review design issues in the field if necessary. Troy Anderson will serve as the RPR and will
assist the City with field representation. Brett Larsen will be available to provide geotechnical field support
as may be required with the subgrade correction work. Construction staking will be led by one of our
survey crew chiefs who has worked on previous Golden Valley PMP projects.
SCHEDULE
We anticipate construction starting in April and ending in October 2024, however the actual schedule will
depend on the Contractor’s schedule and weather.
549
Mr. Jeff Oliver
February 26, 2024
Page 3
COMPENSATION
SEH proposes to be compensated for the scope of work proposed in the Agreement on an hourly basis.
Compensation will be based on the hourly cost of personnel plus reimbursable expenses, including
reproductions, mileage, personal vehicle allowance, and equipment. Additional services required beyond
the tasks and estimated hours as described can be negotiated or provided as extra work on an hourly
basis.
We have estimated a not-to-exceed fee of $288,100 for the proposed services. Anticipated tasks, hours
and expenses are included in the attached work task breakdown. The City of Golden Valley will be
invoiced for actual labor and reimbursable expenses incurred by SEH to complete the work.
This agreement is an understanding of the project to date. If this document satisfactorily sets forth your
understanding of our agreement, please sign in the space below and email SEH an electronic copy.
We look forward to working with the City on the next phase of this project, and appreciate the continued
opportunity to work with the City of Golden Valley.
Sincerely,
SHORT ELLIOTT HENDRICKSON INC.
Scott Haupt, PE (Lic. MN, WI)
Senior Project Manager
sh
Enclosure
Approved this __________ day of _____________________, 2024
City of Golden Valley, Minnesota
By:
Title:
s:\fj\g\goldv\common\proposals\2024 pmp\construction services\2024 pmp construction services proposal_02.26.2024.docx
550
2024 PMP - Construction ServicesDeliverables:Construction Observation, Construction Staking, Full Time RPR, Record Plan AssistanceProject Manager Geotech Engineer Project Engineer Sr. RPRAdmin Survey Crew1Observation/AdministrationPrepare & distribute Construction Documents22Precon meeting preparation & attendance4282Shop drawing review/coordination2618Project administration/design coordination248166On-site observation/weekly construction meetings14002Construction StakingHorizontal control8Pedestrian ramps & median18Sanitary sewer10Water main24Storm sewer24Curb and gutter38Sidewalk8Data transfer818Blue tops after curb is in place143Record Drawings/Closeout AssistanceRecord plan & closeout assistance41620Total hours 171036848 14468164Project labor cost this phase$275,200Equipment chargesMileage and Expenses$5,400Reproductions$1,000Survey Truck and Equipment$6,500Total project cost this task$288,100Assumptions:1. Survey Crew and RPR based on assumed project schedule (mid April to mid-October).2. Construction services are largely dependant on weather and contractor's schedule. RPR's estimate of hours based on 50 hours per week for 28 weeks.3. The on-site observation/construction meetings task includes time for project closeout activities.4. Materials sampling & testing will performed by others.5. Record plan assistance includes preparing & providing design files to City for their staff's use in preparing Record Plans.6. No record plan survey will be needed.Task2/26/2024 3:29 PMS:\FJ\G\Goldv\Common\proposals\2024 PMP\Construction Services\2024 PMP Construction Services Proposal_02.26.2024.xlsx551
EXHIBIT B
LOCATION OF WORK
552
Wynnwood Rd
Val
CIP Streets
2023, 1.27 miles local
dicine Lake Rd County Rd 70
25th Ave N
h A
2
2023 PMP
Print Date: 8/25/2021
Sources:
-Hennepin County Surveyors Office for
0 125 250 500
Feet
Property Lines (2020) & Aerial Photography (2018).
-City of Golden Valley for all other layers.
Jonellen Ln v Xylon Ave N sin Ave N Orkla Dr Bies Dr Valders Ave N Valders Ave N Valders Ave N etka Ave N County Rd 156 I
553
EXHIBIT C
FEE SCHEDULE
554
SEH HOURLY BILLABLE RATES - 2023
CLASSIFICATION - OFFICE STAFF BILLABLE RATE (I)
Principal $185.00 - $320.00
Project Manager $150.00 - $280.00
Senior Project Specialist $155.00 - $260.00
Project Specialist $110.00 - $205.00
Senior Professional Engineer I $130.00 - $210.00
Senior Professional Engineer II $155.00 - $265.00
Professional Engineer $115.00 - $195.00
Graduate Engineer $95.00 - $160.00
Senior Architect $135.00 - $250.00
Architect $115.00 - $180.00
Graduate Architect $95.00 - $130.00
Senior Landscape Architect $130.00 - $200.00
Landscape Architect $105.00 - $145.00
Graduate Landscape Architect $95.00 - $120.00
Senior Scientist $145.00 - $205.00
Scientist $100.00 - $160.00
Graduate Scientist $90.00 - $125.00
Senior Planner $145.00 - $250.00
Planner $115.00 - $180.00
Graduate Planner $100.00 - $140.00
Senior GIS Analyst $120.00 - $205.00
GISAnalyst $110.00 - $175.00
Project Design Leader $135.00 - $215.00
Lead Technician $120.00 - $200.00
Senior Technician $100.00 - $160.00
Technician $70.00 - $135.00
Graphic Designer $100.00 - $170.00
Administrative Professional $60.00 - $150.00
CLASSIFICATION - FIELD STAFF BILLABLE RATE cu
Professional Land Surveyor $125.00 - $190.00
Lead Resident Project Representative $105.00 - $185.00
Senior Project Representative $105.00 - $160.00
Project Representative $85.00 - $145.00
Survey Crew Chief $95.00 - $160.00
Survey Instrument Operator $65.00 - $115.00
(1)The actual rate charged is dependent upon the hourly rate of the employee assigned to the project.
The rates shown are subject to change.
Effective: January 1, 2023
Expires: December 31, 2023
SEH 'H' ,I
555
SEH SCHEDULE OF EXPENSES - 2023
Vehicle Mileage Rates
2023 IRS Rate ............................................................................................. $0.65/mile
Vehicle Allowance Costs
Resident Project Representative ....................................................... $16.00/day
Survey and Field Vehicle ...............:. $4.90/hour + 2023 IRS mileage rate/mile
Survey Equipment
Robotic Total Station ...................................................................... $35.00/hour
Global Positioning System (GPS) .................................................. $35.00/hour
Computer Equipment
Computer Charges per Direct Hour of Labor ................................... $5.80/hour
Other Equipment Expenses
SEH uses many different types of equipment, such as traffic counters; flow meters; air, water, and soil sampling
kits; inspection cameras; density meters; and many others. Our equipment is frequently upgraded to utilize current
technology. You will be charged for equipment usage per your agreement with SEH. Equipment not included on this list
that is needed to complete a specific project will be scoped on a per project basis.
IDENTIFIABLE REPRODUCTION AND REPROGRAPHIC COSTS (l) 111111 '
Item
Black/White Copy
(single-sided, standard white paper)
$0.07 $0.24
Large Format
$0.95 + $0.50/sq. ft.
Per Item
Color Copy
(single-sided, standard white paper)
Mylar
$0.46 $1.02 $0.95 + $2.55/sq. ft.
$5.00
Laminated Foamcore
- up to 30"x42"40.00
-larger than 40"x60"75.00
Binding
-wire $3.60
-comb $3.20
Covers
-custom $0.15
-standard $0.03
Tabs (white) $0.20
Mailing/Processing UPS or USPS rates
(1)SEH assumes that reports will be prepared and delivered electronically. On the occasion where reports or other
reprographic services are needed, these reports and reprographic services will be scoped and costed on a per project
basis determined by the need of the project and specific service requested.
Rates and expenses are subject to change and may not be accompanied by immediate notification.
- SEH
556
EXECUTIVE SUMMARY
City Administration
763-512-2345 / 763-512-2344 (fax)
Golden Valley City Council Meeting
March 6, 2024
Agenda Item
6B. Review of Council Calendar
Prepared By
Theresa Schyma, City Clerk
Summary
The Council will review upcoming city meetings, events, and holiday closures.
Legal Considerations
This item does not require legal review.
Equity Considerations
This item does not require equity review.
Recommended Action
No action is required on this item.
Supporting Documents
Review of Council Calendar
557
Review of Council Calendar
Event Event Time Location
MARCH
Sunday, March 10
Winter Market in the Valley (Indoors)10:00 AM – 1:00 PM Brookview
Bassett Creek Room
Tuesday, March 12
Special HRA Work Session 6:30 PM Hybrid - Council Conference Room
Council Work Session 6:30 PM Hybrid - Council Conference Room
Tuesday, March 19
HRA Meeting 6:30 PM Hybrid - Council Chambers
City Council Meeting 6:30 PM Hybrid - Council Chambers
APRIL
Tuesday, April 2
Special City Council Meeting
(Commissioner Interviews) (tentative)TBD Hybrid - Council Conference Room
City Council Meeting 6:30 PM Hybrid - Council Chambers
Thursday, April 4
Golden Valley Business Council Meeting 8:00 AM - 9:30 AM Brookview - Valley Room
Wednesday, April 10
Special City Council Meeting
(Commissioner Interviews) (tentative)TBD Hybrid - Council Conference Room
Council Work Session 6:30 PM Hybrid - Council Conference Room
Thursday, April 11
Special City Council Meeting TBD Hybrid - Council Conference Room
Tuesday, April 16
Special City Council Meeting
(Commissioner Interviews) (tentative)TBD Hybrid - Council Conference Room
City Council Meeting 6:30 PM Hybrid - Council Conference Room
Thursday, April 18
Board/Commission Recognition Dinner (tentative)5:30 PM Brookview
Saturday, April 20
Run the Valley 7:45 AM - 10:00 AM Brookview Park
558